HomeMy WebLinkAbout2013-06-25 - AGENDA REPORTS - NEWHALL ROUNDABOUT PROJ C2022 (2)Agenda Item: 9
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval:
Item to be presented by: Curtis Nay
DATE: June 25, 2013
SUBJECT: NEWHALL ROUNDABOUT AT 5TH STREET AND NEWHALL
AVENUE, PROJECT C2022, FEDERAL -AID PROJECT STPL
5450(068) - AWARD CONSTRUCTION CONTRACT
DEPARTMENT: Public Works
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the Newhall Roundabout, Project C2022.
2. Award the construction contract to R.C. Becker and Son, Inc., in the amount of
$1,524,690, and authorize a contingency in the amount of $228,704 for a total
contract amount not to exceed $1,753,394.
Authorize an expenditure in the amount of $92,000 to NNS Engineers, Inc., for a
professional services contract to provide construction engineering and construction
survey.
4. Authorize an expenditure in the amount of $30,000 to Pacific Coast Land Design for
landscape architect support during construction.
5. Award a contract to Tetra Tech, Inc., in the amount of $140,000 for construction
management services.
6. Appropriate Landscape Maintenance District Funds (Fund 357) in the amount of
$1,107,450 to expenditure account C2022357-5161.001.
7. Authorize the City Manager or designee to execute all necessary documents subject to the
approval of the City Attorney.
8. Authorize the City Manager or designee to modify all documents to contract with the next
lowest and/or qualified bidder/proposer in the event the awardee is unable to
fulfill its obligations or perform, subject to City Attorney final document approval,
contingent upon the appropriation of funds by the City Council in the annual budget
for such fiscal year.
BACKGROUND
In 2005, City Council adopted the Downtown Newhall Specific Plan (DNSP), which outlined the
vision for the future of Old Town Newhall and created a plan to revitalize the area. Since the
plan adoption, a number of significant infrastructure projects, such as the Railroad Avenue
Circulation Project, Newhall Metrolink Station, Veterans Historical Plaza, Newhall Community
Center, Streetscape, and the Old Town Newhall Public Library, have been completed.
As part of the DNSP, this federally and Landscape Maintenance District funded project focuses
on improving the traffic flow at the intersection of Newhall Avenue, 5th Street, and Main Street,
by removing the existing signalized intersection and replacing it with a modern roundabout. It
will provide a southern gateway to Old Town Newhall, with enhanced landscaping and a
monument entrance to Main Street. The center of the roundabout will also include a public art
component
City of Santa Clarita (City) staff has worked closely with Los Angeles County (County) staff to
ensure the roundabout design and Hart Park frontage improvements are complementary. The
County has removed the chain link fencing and replaced it with wrought iron fencing, along with
making enhancements to the exterior of the park. The collaboration between the County and City
will result in a complete transformation of the southern entrance to Old Town Newhall. In
addition to the aesthetic enhancements, the modern roundabout will allow for smoother traffic
flow at the intersection of Newhall Avenue, 5th Street, and Main Street, providing pedestrian
connectivity between Main Street and Hart Park.
During the design phase of the project, staff conducted a number of outreach meetings with the
Old Town Newhall Association, Historical Society, Friends of Hart Park, City Council
Subcommittees, Los Angeles County Public Works, and Los Angeles County Parks. Individually,
staff met with local businesses and property owners. The feedback was incorporated into the
project plans and specifications. In addition, a public open house was held on March 14 to share
the proposed roundabout project, construction schedule, and detour plan with the community.
An invitation to bid was published three times: April 26, April 30, and May 5, 2013, and was
noticed on the City's website. Plans and specifications were also sent to area plan rooms. Six bids
were submitted to the City and opened by Purchasing on May 29.
PA
The bids submitted by PUB Construction, Inc., and R.C. Becker and Son, Inc., each contained
multiplication errors when the unit quantity was multiplied by the unit price to reach the
extended price for various items. The bid documents include a provision that in the case of
discrepancies the unit prices shall govern over the extended amounts, and City staff has corrected
the bid amounts pursuant to this bid provision.
The corrected amount for the bid results are shown below:
Company
R.C. Becker and Son, Inc.
PUB Construction, Inc.
C.A. Rasmussen, Inc.
Sully -Miller Contracting Co.
PALP Inc., dba Excel Paving Co.
Zusser Company
Location Amount
Santa Clarita, CA $1,524,690.03
Diamond Bar, CA $1,590,284.38
Valencia, CA $1,624,887.30
Brea, CA $1,856,200.20
Long Beach, CA $1,984,012.50
Los Angeles, CA $2,159,549.10
Staff recommends the project be awarded to R.C. Becker and Son, Inc., the lowest responsive
bidder. This contractor possesses a valid state contractor's license and is in good standing with
the Contractors State License Board. The contractor's bid was reviewed for accuracy and
conformance to the contract documents and found to be complete.
The construction contingency amount requested will cover costs of unforeseen site conditions,
such as potential utility conflicts and removal of unsuitable soil. The actual volume of unsuitable
soil will be determined during grading operations and conflicting private utility lines may be
discovered during construction.
Staff recommends an expenditure to Pacific Coast Land Design, Inc., for landscape architect
support. This consultant has the expertise and experience working closely with City staff on
several landscape and beautification projects including the Streetscape improvement on Main
Street.
Staff also recommends an expenditure to MNS Engineers, Inc., for construction engineering
support. The spending authority will also include services for construction survey staking.
Due to the uniqueness and complexity of the project, staff recommends a professional services
contract with Tetra Tech, Inc., to provide construction management and support for a contract
amount of $140,000. This company has successfully provided similar services and has
experience working closely with the City.
The City is maintaining a construction office in downtown Newhall, in the vicinity of the project.
The office houses the project management team, which includes personnel available to address
questions and concerns from the business community.
3
Additional funding is needed due to dissolution of the Redevelopment Agency; which was a
source of funding for this project, changes in bidding environment, and the need to provide a
construction office and additional construction management services.
Upon completion of this project, the only remaining segment of Main Street not already
improved to the DNSP will be from the roundabout to 6th Street.
An expenditure budget of $233,004 is available for labor compliance services, material testing,
landscape inspection, stormwater inspections, quality assurance, installation of water meter,
construction office and supplies, staff oversight, and miscellaneous project costs.
ALTERNATIVE ACTIONS
Other actions as determined by the City Council.
FISCAL IMPACT
Funds in the amount of $1,328,866 are currently appropriated in various project expenditure
accounts. The requested appropriation of Landscape Maintenance District Funds (Fund 357) in
the amount of $1,107,450, will create a total project budget of $2,436,316. Expenditures to date
are $187,918. The remaining budget is anticipated to adequately provide for the maximum
contract amount of $1,753,394 to R.C. Becker and Son, Inc., $92,000 to MNS Engineers, Inc.,
for construction support; $30,000 to Pacific Coast Land Design, Inc., for landscape architect
support, and $140,000 to Tetra Tech, Inc., for inspection services. The residual amount of
$233,004 will provide for estimated project costs for survey staking, quality assurance material
inspection, inspection services support, and staff oversight.
ATTACHMENTS
Location Map
Bid Proposal (Revised) for PUB Construction available in the City Clerk's Reading File
Bid Proposal (Revised) for R.C. Becker and Son, Inc. available in the City Clerk's Reading File
Contract for R.C. Becker and Son, Inc. available in the City Clerk's Reading File
51
SID SCHEDULE FILE
(Revised)
NEWHALL ROUNDABOUT
�.U..6._G.pNS.T.-J?_1GT-(On! . ... ..... . .. I
City Bid No. ENG -12-13-C2022
City Project C2022
Federal Aid - SPTL 5450(068)
City of Santa Clarlta, Californla
- -
F -2012 -Edition "Greenbook" Standaid Specifications -For -Public Works;.26 CSI Format for Electrical Work
rreral-Provisions;SP=Special-Provision,-(F)=Flnal-Fay-item;— — ecialty Item; EA - Each;mp Sum; LF -Linear Foot; SF -Square foot; SY- Square
-Cubic Yard; LB -Pound
l
Off/ce FaclIfflas fnr Amanny Personnel
LS
1
6,000
1 44GrG43�
Coordination of the Plans
LS
1
le),0C'6
Ca, 000
Water Pollution Control Plan
LS
1
/S,OVTU
fS, l (' s
Detour, Traffic Handling, and Construction Area
Signs
LS
1
4 coo
60, OzzO
Si nin q Plan
LS
06
/3,So6
Strl ln2 Pian
LS
1
13,5'q6
Clearing, Grubbing and Removals
LS
1
5) yacc
5,9(50
Unclassified Excavation
CY
504
//g
5%i LITZ
Im ort Borrow
CY
417
4,9-d, 6v
Remove Asphalt Concrete Base, Surfacing,
Gutters, and Brick Pavers
SF
36 297
'/0 ^7r
6�, d73 . RS
P.C.C. Removals
SF
16 647%
=8'q
3/, 412-9. 5,
Cold Plane As halt Concrete 2"
SF
2 571"/
21- 9Y2 .%F
Remove Signal Pole, Foundation, and
A122urtenances
LS
1
9-y0
�(• [Fc/c�
Remove Street Lights and Appurtenances
LS
1
`%�
`r• yfD
C2022 Newhall Roundabout C-2 Addendum I
66
15
Remove Handrail
LF
21
Z (L{
5 .94
16
Remove Bench and Newspa er Metal Boxes
EA
4
2�/ •�
I, igo=
17
Ral5elAd ust ManheleNalve Can/Utlll Box
EA
4
18
Remove Tree Well
EA
7
• q5
2,SG Z a 6
PAVEMENT
CONSTRUCTION
19
Asphalt Concrete
TON
861
(04.65
t7211T6 •6
20
Crushed A re ate Base
Cy—
426
'70 .8 5
38,157.
21 _-SlurfSeal
-e.11-
SY
83D
t!k,_ijo_._.
-ti 9
22 --Removable
Curb for -Storm Drain -Manhole'--
1—
(t�{f
(—� r
23
Concrete Curb &Gutter (A2.6) end Aggregate
Base Sandstone Color
LF
1.300
3(-86
4t, Via •`
24
Concrete Curb (A3-6) & 12" Gutter andz13
A re ate Base Sandstone Color
LF
345
- a_,
25
3" Mountable Curb & 24" Gutter and Aggregate
Base Sandstone Color
LF
252
35,
o go
26
Concrete Curb (A1-6) and Aggregate Base
Sandstone Color
LF
629
Z3 .6a
F�{ ,5LN-
27
6" Vertical Curb and Aggregate Base
Sandstone Color
LF
190
2� 6p
L(, rqLr
28
Concrete Sidewalk Sandstone Color
SF
3,541)
-QS
ZS 643•`�
29
30
Detectable Warning Surfaces
Concrete Driveways and Longitudinal Gutters
Sandstone Color
SF
SF
483
1 149
6u •gm
7 OS
5I,346 -7-0
v
31
StampedConcrete Truck Apron
SF
1,95D
loses
2or7O5'.�
32
Stamped -Concrete Slitter Island
SF
742
33
Concrete and Brick Paver Crosswalk
SF
944
10.6z
/D, 0'
34
Brick Pavers_Sldewalk
SF
6 628
16• SZ
1�4, y9�f
_
35
Brick Pavers Maln Street Driveways)
SF
552
a•26
4/,Sg Sv
36
Walk of Western Stars Plaques
EA
1D
37
Stabilized Decomposed Granite
SF
3,520
38
Metal Edqinq
LF
1090
39
Com oslte Lumbar Boardwalk
SF
1,332
DRAINAGE
CONSTRUCTION
40
Parkviv Drain
EA
1
�36=m
4�,�30 • °'�
41
42
18" Relnforced Concrete Pipe
24" Reinforced Concrete Pie
LF
LF
105
107
X77• a-
/7T
SSS-"
C2022 Newhall Roundabout C-3 Addendum I
43
36" Reinforced Concrete Pipe
LF
i 23
'2675 `o
6r785>
44
Junction Structure
EA
3
Cr$r60 -
57>a5 '
45
Curb Opening Catch Basin 1 Grate W=3'
EA
1
Z 12'x•
2-rtc(-
46
Curb Opening Catch Basin (2 Grate. W-6.4'
EA
1
Sy6•c�—
47
Curb 0 enin Catch Basin (3 Grate. W=9.9'
EA
1
J3•co
L(rt9b2
48
Catch Basin-Alla
EA
2
7,54x•
S•(17--'
49
Manhole (Pipe to Pie
EA
1
L(r -;l`k:.- • °�
- 50
Landscape Drain Pie _ .
LF.
.635 _ _
-aS,CEa . .,
a�
z _ pC(_o(- __... .
51
Landscape Area •
-Drains--
Drains-52
p
(� a
52
Iron Trench Grate
EA
4
q UK
AMENITIES
53
Boulders
TON
I 67
54
Planter Po t with DrainaeStructures
EA
7
55
Tree Grates (2'x 4'
EA
1
56
SandstonE Finlsh Bollards
EA
44
yda 4::
57
Metal Benches
EA
5
�/� `�'
S> HSv = om
Wood Bench -4' Lenin Straight
'6
158
59
Wood Bench - 8' Len th Straight
EA
2
/(�6 �'
2,3,�V� Cz
60
Wood Bench - 8' Inslde Radius Curved
EA
2
/r4114'�D
2,$32, J
61
Wood Bench =15' Outside -Radius Curved
fA
62•
Trash Receptacles
EA
8
i/�'�-�1
9 U`!_°v
_63
.TlAn-Banner Arms
_EA
16,_Q9Z. `
64
Maintenance and Repair of Installed Amenities
LS
1
° Poo
65
Site MaintenanceLS
1
'r'pa'
Sig `
66
Relocate Tire Pro's internally Illuminated Sin
LS
1
67
Relocate Newhall Saddle Masonry Sign
LS
1
>
%per' 1�6
68
Install City Provided Bear Sculpture
LS
1
si9°B'�
S�%�•v°
ELECTRICAL
69
New Service Pedestal, Meter, andCb
Appurtenances
EA
1
r
70
Trenching & Backfill for Conduit Trenches
LF
1,650
71
Wire & Cable
LS
1
Z�r 17Y
ZIt ?6a
C2022 Newhall Roundabout C-4 Addendum
72
Controller &Conductors
LS
73
_LU!ga!hjtInq
Misc, Electrical Structures Conduit boxes etc.
LS
1
22pz(t')
74
Electrical Recaptacle on Post 120V
EA
27
75
.. . .
Electrical Receptacle on Post 1201240V
EA
2
76
Tree U ll htin 2 Fixtures per Sycamore)
EA
22
EDISON PLANS BTREET LIGHTING CONDUIT & BOXES
77
Trenchlnq & Backfill for Conduit Trenches
LF
2,150
Electrical .Structures Conduit boxes eta
LS
1
_..Misc.
-----79—.Tem orar-Strestli hts —LS— i—
IRRIGATION
80
11/2" Water Meier w/Appurtenances
EA
1
81
Valve, F low MetackflDw er I & Pressure cludes Enclosure,
ula or)
EA
1
�i2L?.
�j v?� Pr.
82
irrigation Controller w/ Enclosure and 3 Year
Maintenance
EA
1
8
1114" Remote Control Valve
EA
19 ;
'93szo
937/. sb
84
V Remote Control
Valve
EA
3
85
3/4" Remote Control Valve
EA
86
87
2" Gate Valve
Quick Coupler
EA
EA
3
17
88
Flush Valve
EA
100
89
Controller Wire Includes pull boxes
LS
1
90
Irri atlon Sleeves Class 315 PVC
LF
859
91- —.2'
Mainline . Sch,-4D-PLC ---=
1 112" Lateral Line Sch. 40 PVC
F
LF
—1,460
245'3
Z
l Q2 4 Z
9
93
11/4" Lateral Line Sch, 40 PVCI
LF
495''
94
1" Lateral Line Sch. 40 PVC
LF
745
5-127V _Go
95
3/4" Lateral Llne Sch. 40 PVC
LF
3.475
96
Tree Root Watering System
EA
56
�fG-t[Y
2d�"
97
Shrub Root Watering System
EA
2,723
PLANTING
98
Moisture/Root
Barriers
LF
1705
v
C2022 Newhall Roundabout C-5 Addendum I
o,�o ft.r�%l •`eve �trr/?�re� S /�.��
TOTAL BID AMOUNT IN WORDS:
Esq -v de h, ole on e
C2022 Newhall Roundabout C-6 Addendum I
I
99
Planting Area Agronomic Soils & Compaction
Tests
EA
5
100
Plantin Area Soil Preparation & Amendments
SF
12,100'7�
101
_
24" Box Tree
-
EA
17
_
�z5 gb'
...
y� y 6z
102
36" Box Tree
EA
9
103
48" Box Tree
EA
2
104
Shrubs 4" Pots
EA
9
S;oZ-
NS
05Shrubs
1 Gallon
EA
1 336
i06
Shrubs 8 Gallon -
EA.
1.387
7
Piantln area Flne Gradirto
—SF—
--12–.700
8
3" Organic Mulch(Planting Areas
cY
113-
109
90 D'av Plant Maintenance and Establishment
LS
1
110
Field Office Facilities for Agency Personnel
LS
1
Total:
o,�o ft.r�%l •`eve �trr/?�re� S /�.��
TOTAL BID AMOUNT IN WORDS:
Esq -v de h, ole on e
C2022 Newhall Roundabout C-6 Addendum I
I
BID SCHEDULE
(Revised)
NEWHALL ROUNDABOUT
��- 6 EG K 0 2 '+ 5 (0 pJ
ity Bid No. ENG -12-13-C2022
City Project 62022
Federal Aid • STPL 5450(068)
City of Santa Clarita, California
SSPW0 -2012 Edition "Greenbook" Standard Specifications for Public Works;
Division 26 CSI Format for Electrical Work
— -= GP,-= General: Provisions, :SP ;SpectaI Provision;..(F) _Fina[?Fay-�ttem;__
(S) - Specialty Item; EA - Each;
LS - Lump Sum; LF - Linear Foot; SF - Square Foot; SY- Square
Yard; CY- Cubic Yard; LS • Pound .
UNIT
Mobilization and Demobilization (exclude Field
Detour, Traffic Handling, and Construction Area
-
$16,380.00
$18,360.00
1 OfficeFac@6esfor Agenc Personnel) LS
1
4
Signs
2 Coordlnallon of the Plans LS"
1
$1,738.05
$1,736.05
3 Water Pollution Control Plan LS
1
$3,003.60
$3,003.60
ITRARFIC
IDEMOLITION &
FGRT47WCRK
7
Detour, Traffic Handling, and Construction Area
-
11 LS
1
g 1a2,7ess5
$132,769.65
4
Signs
LS
1
$20.64
$10,402.56
5
Sig nin Plan
-LS
1 '
$12,544.00.
$12,544.00
6
StrIpInP Plan
LS
1
$14,236.30
$14,236.30
IDEMOLITION &
FGRT47WCRK
7
Clearing, Grubbing and Removals
11 LS
1
$5,281,10
$5,281.10.
8
Unclassified Excavation
CY
1 504
$20.64
$10,402.56
9
Import Borrow
I CY
1 417
$4.90
$2,043.30
10
Remove Asphalt Concrete Base, Surfacing,
Gutters, and Brick Pavers
SF
36,297
$1.00
$36,297.00
11
P.C.C. Removals
I SF
1 16,647
$1 -ODI
$16,647.00
12
Cold Plane Asphalt Concrete (2")
SF
2,571
$1.18
$3,033.78
13
%Remove Signal Poles, Foundations, and
Appurtenances
LS
1
1$10,377.05
1$1 D,377:05
14
Remove Street Lights and Appurtenances
LS
1
$7,950.61
$7,950.61
C2022 Newhall Roundabout C-2 Addendum I
C2o22Newhall Roundabout C-3 Addendum I
LF
21
$1.00
$21.00
15
Remove Handrail
16
Remove Bauch And News a er Metal Boxes
EA
4
$50.00
$200.00
17
Raise/Adjust ManholeNalve Can/Utility Box
EA
4
$250.00
$i3OD0.00
EA
7
$1.00
$7,00
18
Rem0ve7reeWells
PAVEMENT
C WSTRUCTION
$66.26 $76,012.66
19 As halt Concrete TON 881
Cy— 420 $76.79 $32,261.80
20 Crushed Agora ate Base
21
Slurry Seal ell)
SY
830
$7.14
$5,926.20
..._ ...-.. -.-.
--'--22--""'—Removable'Curb-'(fo�5torm
- -----_...-----...------'-.---_---_.--
Draln-'Manholef--"`—�+
`'-
—'—�----
Concrete Curb &Gutter (A2-6) end Aggregate
$21.44
$27,872.00
23
Base Standstone C01or
LF
1,300
Concrete Curb (A3.6) & 12" Gutter and
$29.93
$10,325.85
24
A gregate Base (Sandstone Color
LF
345
3" Mountable Curb & 24"Gutter and Aggregate
$33.75
$6,505.00
25
Base (Sandstone Color)
LF
252
Concrete Curb (A1.6) and Aggregate Base
$26.31
$16,548.99
26
Sandstone CDlor
LF
629
r Vertical Curb and Aggregate 58ae
$25.39
$4,824.10
27
Sandstone Colof.
LF
190
28
Concrete Sidewalk (Sandstone Color)
SF
.3,540
$3.06
$10,632.40
29
Detectable Warnin Surfaces
SF
463
$55.10
$26,062.30
Concrete Driveways end Longitudinal Guttem
$8.87
$9,845.93
30
Sandstone Color
SF
1 149
SF
1950
$14.34
$27,963.00
31
Stamped Concrete Truck Apron
.
Stamped Concrete Splitter Island
SF
742 ._
$9.76
.. -
$7,256.76
..
33
Concrete and Brick Paver Crosswalk
SF
944BIF
$52.28
'- $49,352.32
"'4-- —
Brick Pavers Sidewalk
35
Brick Pavers Mein Street Driveways)
SF
552
$46.92
$26,699.84
EA 10 $2,046.63 $20,465.30
36 Walk of Western Stars Plaques
$2.B1 $9,891.20
37 StabTzed Decomposed Granite SF 3,520
LF 1,090 $6.54 $7,128.60
38 Metal Edging
SF 1,332 $42.18 $56,183.76
38 Composite Lumber Boardwalk'
DRAINAGE
CONSTRUCTION
$8,045.00 $6,045.00
40 Par Drain EA 1
LF 105 $112.29 411,790.45
41 1 B„ Reinforced Concrete FI e
LF 107 $172.67 $16,454.99
42 24” Reinforced Concrete -Pipe
C2o22Newhall Roundabout C-3 Addendum I
43 LL I 36" Reinforced Concrete Pipe LF =
$342.78.
$7,883.94
44 JunctlonStruoture EA 3
$2,462.20
$7,446.50
45 Curb Opening Catch Basin 1 Grate, W=3') EA 1
$6,826.05
$6,626.05
46 Curb Opening Catch Basin (2 Grate, W=6.4') EA 1
$10,224.30
$10,224.30
47 Curb Coming Catch Basin (3 Grate, W=9.9') EA 1
$12,115.50
$12,115.50
48 Catch Basin -Alley Eq 2
$6,382.80
$12,765.60
49 Manhole (PIpe to Pie EA 1
$7,387.50
$7,387.50
50 Landscape Drain Pipe LF 635
$16.95
$10,763.25
Lan scapeAraa
$271.17
$3,796.38
52 iron Trench Grade EA 4
$459.78.
$1,839.12
AMENITIES
53
Boulders
TON
57
$154.64
$11,030.88
54
Planter Potwith Drainage Structures
EA
7
$1,123.35
$7,863.52
55
Tree Grates 2'x4'
EA,
1
$1,709.00
$1,706.00
56
Sandstone Finish Bollards
EA
44
$542.97
$28,290.68
57
Metal Benches
EA
5
$3,312.52
$16,562,60
58
Wood Bench -4' Lengtn Straight
EA
2
$2,289.46
$4,576.92
59
Wood Bench - 6' Len pth Strai ht
E4
2 r
$3,379.46
$6,758.92
60
Wood Bench - B' Inside Radius Curved
EA
2
$31651.96
$7,303.92
81
Wood Bench -16' Outside Radius Curved
EA
1
$5,295.88
$6,295.89
62
Trash Receptacle$
EA
8
$2,424.12
- $19,392.96
63
Twin Banner Arms
EA
8
$1,612.80
$12,902.40
64
Maintenance and Repair of Installed Amenities
LS
1
$500,DO
$500,OD
65
Site Maintenance
LS
1
$1,500.00
$1,500.00
56
Relocate Tire Pro's Internally Illuminated Sign
LS
1
$6,306.11
$6,306.11
67
Relocate Newhall Saddle Masonry Sign
LS
1
$2,607,39
$2,607.39
68
Install City Provided Sear Sculpture
LS
1
$1,978.80
$1,978.80
ELECTRICAL
69
New Service Pedestal, Meter, and$5,040,00
Ao urtenances
EA
1
$5,040.00
'70
Trenchin &Backfill for Conduit -Trenches
LP I
• 1,650 j
• • ';3.36
. $5,544.40
71
Wire & Cable
LS 1
1 1
$21,816.00
$21,616,00
C2022 Newhall Roundabout C-4 Addendum I
r,.
I , I
EU13UN YLAIVO JO
ontroller & Conductors
Maintenan
1
$672.00
$S72.DD
64
trical Structures Conduit, boxEtLS
LS
1
$23,744.00
$23,744.60
EE76Tree
Electrical Receptacle on Post 120V
A
27
$823.'26
$22,226.40
78
R0V
EA
2$834.40
$21,728.00
$1,666.80
OD
ghfin (2 Fxtures per Sycamore)
EA
22
$616.00
$13,552.00
I , I
EU13UN YLAIVO JO
I REG I >_Imn urvv
Maintenan
1
83
1 114" Ren
64
1" Remote
Valve
85
3/4" Remo
$2.24
$4,816.00
77
Trenching & Backfill for Conduit Trenches
LF
2,156
$387.52
$387.52
78
Misc. Electrical structures Condulf, boxes, etc.)
LS
1
$21,728.00
$21,726.00
OD
$56.0.0.
$5,50.0.D.0
.1. _..
$23184.00_23,1.64.00_.._.
..-$2,16272
TION
80 11/29 Water Motor wlA urtenances
1 112" Backflow (Includes Enclosure, Master
81 Valve, Flow Meter &P ressure'Regulator)
I rrrinarinn controller w/ Enclosure and 3 Year
1 6868
5
Line
96 1 Tree Root
C2022 Newhal I Roundabout
C-5
EA
LS
LF
LF
LF
1
82
Maintenan
1
83
1 114" Ren
64
1" Remote
Valve
85
3/4" Remo
RE
2" Gate Va
1 6868
5
Line
96 1 Tree Root
C2022 Newhal I Roundabout
C-5
EA
LS
LF
LF
LF
1
$7,521.1321
$7,521.92
1
$5,912.48
$5,912.48
1
$10,690.40
$10,690,40
19
$458.16
$8,895.04
3
$403.20
$1,209.60. .
1
$387.52
$387.52
3
$31136
$934;08
17
$211.68
$3,596.56
OD
$56.0.0.
$5,50.0.D.0
.1. _..
$2,162.72
..-$2,16272
59
$10.70
$9,167.86
450
—$5.19
$7,519.12
46
$6.93
$1,898.54
95
$6.76
$3,354.12
45
$6.59
$4,906.27
475
$4.96
$17,241.56
i6
$44.08
$2,468.66
723
$31.86.
$86,765.57
enc
$6.49
$14,475.45
Addendum 1
App
CAPITAL IMPROVEMENT PROJECT AGREEMENT
RECOVERY ACT
Contract 1'
NEWHALL ROUNDABOUT PROJECT C2022
This AGREEMENT is made and entered into for the above -stated project this _ day of
20 , BY AND BETWEEN the City of Santa Clarita, as CITY, and as
CONTRACTOR
CITY and CONTRACTOR have mutually agreed as follows:
ARTICLE I
That contract documents for the aforesaid project shall consist of the Notice Inviting Bids.
Instructions to Bidders. Proposal, General Specifications, Standard Specifications, Special
Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings.
appendices, and City's Labor Compliance Program; together with this AGREEMENT and all
required bonds. insurance certificates; permits. notices. and affidavits; and also including any and all
addenda or supplemental agreements clarifying or extending the work contemplated as may be
required to insure its completion in an acceptable manner. All of the provisions of said
AGREEMENT documents are made a part hereof as though fully set forth herein.
ARTICLE II
For and in consideration of the payments and agreements to be made and performed by CITY.
CONTRACTOR agrees to furnish all materials and perform all work required for the above -stated
project, and to fulfill all other obligations as set forth in the aforesaid contract documents.
ARTICLE III
CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full
compensation for furnishing all materials, performing all work.. and fulfilling all obligations
hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising
out of the nature of the work during its progress or prior to its acceptance including those for well
and faithfully completing the work and the whole thereof in the manner and time specified in the
aforesaid contract documents; and also including those arising from actions of the elements,
unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or
discontinuance of the work, and all other unknowns or risks of any description connected with the
work.
Revised .Inne 2011 Page I of 15
ARTICLE IV
CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide
the materials, do the work, and fulfill'the obligations according to the terms and conditions herein
contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time,
in the manner, and upon the conditions set forth in the contract documents.
ARTICLE V
City and its respective elected and appointed boards, officials, officers, agents, employees, and
volunteers (individually and collectively, "Indemnitees") shall have no liability to
CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect,
and hold harmless Indemnitees from and against, any and all liabilities, claims. actions. causes of
action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever
nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which
Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or
arising out of any injury to or death of any person(s), damage to property, loss of use of property,
economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S
performance of or failure to perform any services under this Agreement, or by the negligent or
willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees,
committed in performing any of the services under this Agreement.
If any action or proceeding is brought against Indemnitees by reason of any of the matters against
which CONTRACTOR has agreed to indemnify Indemnitees as provided above,
CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel
acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have
first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be
so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this
Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this
section shall survive the expiration or earlier termination of this agreement.
The provisions of this section do not apply to Claims occurring as a result of the City's active
negligence or acts of omission.
ARTICLE VI
CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT
represent all individuals, firm members, partners, joint venturers, or corporate officers having
principal interest herein.
ARTICLE VII
Nature of Relationship
CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or
officials. CONTRACTOR shall perform services in accordance with the rules, regulations and
Revised June 2011 Page 2 of 15
policies of CITY respecting such services. and in accordance with appropriate standards of
professional conduct, if any, applicable to the services provided. CITY shall not be responsible for
withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed
that the CONTRACTOR is. and at all times shall be. an independent CONTRACTOR and nothing
contained herein shall be construed as making the CONTRACTOR, or any individual whose
compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY. or
authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of'
the CITY.
ARTICLE VIII
CONTRACTOR shall maintain and submit certificates of all applicable insurance includin,. but not
limited to, the following and as otherwise required by law. The terns of the insurance policy or
policies issued to provide the above insurance coverage shall provide that said insurance may not be
amended or canceled by the carrier. for non-payment of premiums or otherwise. without thirty (30)
days prior written notice of amendment or cancellation to the CITY.
Liabilitv Insurance
During the entire term of this agreement. the CONTRACTOR agrees to procure and maintain
General Liability insurance at its sole expense to protect against loss from liability imposed by law
for damages on account of bodily injury. including death therefrom. suffered or alleged to be
suffered by any person or persons whomsoever, resulting directly or indirectly from any act or
activities, errors or omissions. of the CITY. or CONTRACTOR or any person acting for the CITY,
or under its control or direction. and also to protect against loss from liability imposed by law for
damages to any property of any person caused directly or indirectly by or from acts or activities of
the CITY. or CONTRACTOR or any person acting for the CITY, or under its control or direction.
Such public liability and property damage insurance shall also provide for and protect the CITY
against incurring any legal cost in defending claims for alleged loss.
Should CONTRACTOR. for anv reason. fail to obtain and maintain the insurance required by this
Atrreement. City may obtain coverage at CONTARCTOR'S expense and deduct the cost of such
insurance from pavments due to CONTRACTOR under this Agreement or terminate In the
alternative. should CONTRACTOR fail to meet anv of the insurance requirements under this
agreement. City may cancel the Agreement immediately with no penalty.
Should Contractor's insurance required by this Agreement be cancelled at any point prior to
expiration of the policy; CONTRACTOR must notify City within 24 hours of receipt of notice of
cancellation. Furthermore. CONTRACTOR must obtain replacement coverage that meets all
contractual requirements within 10 days of the prior insurers issuance of notice of cancellation
CONTRACTOR must ensure that there is no lapse in coverage
Such General, Public and Professional liability, and property damage insurance shall be maintained
in full force and effect throughout the term of the AGREEMENT and any extension thereof in the
amount indicated above or the following minimum limits:
Revised June 2011 - Paee 3 of 15
A combined single limit liability policy in the amount of $2,000.000 or a commercial general
liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be
considered equivalent to the required minimum limits.
All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as
additional insured. A Certificate of Insurance and an additional insured endorsement (for general
and automobile liability), evidencing the above insurance coverage with a company acceptable to
the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf
of the City.
If the operation under this Agreement results in an increased or decreased risk in the opinion of the
City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated
shall be changed accordingly upon request by the City Manager.
The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall
not be construed as limiting in any way the extent to which the CONTRACTOR may be held
responsible for the payment of damages to persons or property resulting from the CONTRACTOR's
activities or the activities of any person or persons for which the CONTRACTOR is otherwise
responsible.
Worker's Compensation Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation
Insurance in the amount of $ 1,000,000 per occurrence or in such amount as will fully comply with
the laws of the State of California and which shall indemnify, inure and provide legal defense for
both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries
or occupational diseases happening to any worker employed by the CONTRACTOR in the course
of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of
subrogation naming the City of Santa Clarita.
Automotive Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this
AGREEMENT, and any extension thereof, public liability and property damage insurance coverage
for automotive equipment with coverage limits of not less than $1,000,000 combined single limit.
All such insurance shall be primary insurance and shall name the City of Santa Clarita as an
additional insured.
Fire and Extended Coveraee Insurance (Services involving real property only)
CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this
Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance.
Revised June 2011. Page 4 of 15
ARTICLEIX
Pursuant to Senate Bill 542, chaptered in 1999. the Employment Development Department (EDD)
of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS
entered into with the City. CONTRACTOR agrees to complete all required forms necessary to
comply with EDD regulations.
ARTICLE X
Term
This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to
Proceed. and ending on 35 days after the date of recordation of the Notice of Completion unless
sooner terminated.
Modification/Termination
No modification, amendment or other change in this AGREEMENT or any provision hereof shall
be effective for any purpose unless specifically set forth in writing and signed by duly authorized
representatives of the parties hereto. This AGREEMENT may be terminated with or without cause
by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of
services shall require thirty (30) days advance written notice unless otherwise agreed in writing
between CONTRACTOR and CITY. In the event of termination. CONTRACTOR shall be entitled
to compensation for all satisfactory services completed and materials provided to the date of the
notice of termination.
Non -Effect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms;
covenants, or conditions of this Agreement, or failure to exercise any rights. or remedies hereunder,
shall not be construed as a waiver or relinquishment of the future performance of any such terms,
covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided
for herein.
Severabilit
In the event that any one or more of the provisions contained in this AGREEMENT shall for an),
reason be held to be unenforceable in any respect by a court of competentjurisdiction, such holding
shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be
construed as if such unenforceable provisions are not a part hereof.
Governing Law
This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall
be determined in accordance with the laws of the State of California.
Revised June 2011 Pave 5 oC 15
Compliance with Law
CONTRACTOR shall comply with all applicable laws, ordinances. codes, and regulations of the
federal. state. and local government, including City's Labor Compliance Program (LCP).
CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination
System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES
Requirements shall result in project delays through .City issued Stop Work Notices and/or fines
levied against the CONTRACTOR.
Conflict of Interest
CONSULTANT will comply with all conflict of interest laws and regulations including, without
limitation, CITY's conflict of interest regulations.
Prevailing Wases
If required by applicable state law including, without limitation Labor Code §§ 1720 (as
amended by AB 975 (2001)), 1771, 1774, 1775. and 1776, CONTRACTOR must pay its workers
prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any
prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages
resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2.
copies of the prevailing rate of per diem wages are available upon request from CITY's
Engineering Division or the website for State of California prevailing wage determination at
www.dir.ca.eov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at
thejob site.
This contract is subject to both federal and state prevailing wage requirements of the California
Labor Code including Sections 1770 and 1773, the Davis -Bacon and Related Acts and the City's
California Department of Industrial Relations (DIR) approved Labor Compliance Program. All
covered work classifications required in performance of this contract will be subject to prevailing
wage provisions. if there is a difference between the federal and state wage rates. the Contract and
its subcontractors shall pay not less than the higher wage rate. Contractor shall further adhere to the
requirements contained in the City's Labor Compliance Program. A copy of the Labor Compliance
Program is available for review upon request at the Office of the City Clerk. All pertinent federal
and State of California statues and regulations, including, but not limited to those referred to in this
contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in
their entirety. Additionally. the Contractor is responsible for obtaining a current edition of all
applicable federal and State of California statues and regulations and adhering to the latest editions
of such.
Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which
includes provisions addressing employment eligibility, employment verification, and
nondiscrimination. Under the INA, employers may hire only persons who may legally work in
the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S.
The employer must verify the identity and employment eligibility of anyone to be hired, which
Revised June 2011 Page 6 of 15
includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall
establish appropriate procedures and controls so no services or products under the Contract
Documents will be performed or manufactured by any worker who is not legally eligible to
perform such services or employment.
Federal Prevailine Wages
The work being done pursuant to this Contract is paid for in part by the United States of America.
Therefore, pursuant to the provisions applicable to such federal assistance. Contractor
acknowledges and agrees that the services, construction. and maintenance pursuant to this Contract
is, or may become, subject to certain federal laws and regulations, including, but not limited to,
provisions of the Davis -Bacon Act, and particularly 29 Code of Federal Regulations Section 5.5 in
part as follows:
(a) The Agency head shall cause or require the contracting officer to insert in full in any contract in
excess of $2.000 which is entered into for the actual construction. alteration and/or repair, including
painting and decorating, of a public building or public work, or building or work financed in whole
or in part from federal funds or in accordance with guarantees of a federal agency or financed from
funds obtained by pledge of any contract of a federal agency to make a loan, grant or annual
contribution (except where a different meaning is expressly indicated), and which is subject to the
labor standards provisions of any of the acts listed in Section 5.1. the following clauses (or an),
modifications thereof to meet the particular needs of the agency provided that such modifications
are first approved by the Department of Labor):
(1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work
(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the
construction or development of the project), will be paid unconditionally and not less often than
once a week, and without subsequent deduction or rebate on any account (except such payroll
deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act
(29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment computed at rates not less than those contained in the wage
determination of the Secretary of Labor which is attached hereto and made a part hereof', regardless
of any contractual relationship which may be alleged to exist between the contractor and such
laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe
benefits under Section I (b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are
considered wages paid to such laborers or mechanics, subject to the provisions of paragraph
(a)(])(iv) of this section; also, regular contributions made or costs incurred for more than a weekly
period (but not less often than quarterly) under plans, funds, or programs which cover the particular
weekly period, are deemed to be constructively made or incurred during such weekly period. Such
laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in Section 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time actually
worked therein: provided that the employer's payroll records accurately set forth the time spent in
each classification in which work is performed. The wage determination (including any additional
classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis -
Revised June 2011 Page 7 of IS
Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the
site of the work in a prominent and accessible place where it can be easily seen by the workers.
(ii)(A) The contracting officer shall require that any class of laborers or mechanics. including
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefore only when the
following criteria have been met: (1) The work to be performed by the classification requested is not
performed by a classification in the wage determination; and (2) The classification is utilized in the
area by the construction industry: and (3) The proposed wage rate, including any bona fide fringe
benefits. bears a reasonable relationship to the wage rates contained in the wage determination. (B)
If the contractor and the laborers and mechanics to be employed in the classification (if known), or
their representatives, and the contracting officer agree on the classification and wage rate (including
the amount designated for fringe benefits where appropriate), a report of the action taken shall be
sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment
Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator.
or an authorized representative, will approve, modify, or disapprove every additional classification
action within 30 days of receipt and so advise the contracting officer or will notify the contracting
officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the
laborers or mechanics to be employed in the classification or their representatives, and the
contracting officer do not agree on the proposed classification and wage rate (including the amount
designated for fringe benefits, where appropriate), the contracting officer shall refer the questions;
including the views of all interested parties and the recommendation of the contracting officer, to
the Administrator for determination. The Administrator. or an authorized representative, will issue a
determination within 30 days of receipt and so advice the contracting officer or will notify the
contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate
(including fringe benefits where appropriate) determined pursuant to paragraphs (a)(] )(ii) (B) or (C)
of this section, shall be paid to all workers performing work in the classification under this contract
from the first day on which work is performed in the classification. (iii) Whenever the minimum
wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit
which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the
wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent
thereof. (iv) If the contractor does not make payments to a trustee or other third person, the
contractor may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that
the Secretary of Labor has found, upon the written request of the contractor, that the applicable
standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor
to set aside in a separate account assets for the meeting of obligations under the plan or program.
(2) Withholding. The CITY shall upon its own action or upon written request of an authorized
representative of the Department of Labor withhold or cause to be withheld from the contractor
under this contract or any other federal contract with the same prime contractor, or any other
federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by
the same prime contractor, so much of the accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by
the contractor or any subcontractor the full amount of wages required by the contract. In the event
of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or
Revised June 2011 Paee 8 of 15
working on the site of the work (or under the United States Housing Act of 1937 or under the
Housing Act of 1949 in the construction or development of the project), all or part of the wages
required by the contract, the CITY may. after written notice to the contractor, take such action as
may be necessary to cause the suspension of any further payment, advance, or guarantee of funds
until such violations have ceased.
(3) Payrolls and basic records. (i) Payrolls and basic records relating- thereto shall be maintained by
the contractor during the course of the work and preserved for a period of three years thereafter for
all laborers and mechanics working at the site of the work (or under the United States Housing Act
of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such
records shall contain the name, address, and social security number of each such worker, his or her
correct classification, hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section
l(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made
and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(I )(iv) that
the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in
providing benefits under a plan or program described in Section I (b)(2)(B) of the Davis -Bacon Act,
the contractor shall maintain records which show that the commitment to provide such benefits is
enforceable, that the plan or program is financially responsible, and that the plan or program has
been communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall maintain written evidence of the registration
of apprenticeship programs and certification of trainee programs, the registration of the apprentices
and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The
contractor shall submit weekly for each week in which any contract work is performed a copy of all
payrolls to the City. The payrolls submitted shall set out accurately and completely all of the
information required to be maintained under Section 5.5(a)(3)(i) of Regulations 29 CPR Part 5. This
information may be submitted in any form desired. Optional Form WH -347 is available for this
purpose and may be purchased from the Superintendent of Documents (federal stock number
029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor
is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll
submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or
subcontractor or his or her agent who pays or supervises the payment of the persons employed
under the contract and shall certify the following: (1) That the payroll for the payroll period contains
the information required to be maintained under Section 5.5(a)(3)(i) of Regulations 29 CFR Part 5
and that such information is correct and complete: (2) That each laborer or mechanic (including
each helper, apprentice, and trainee) employed on the contract during the payroll period has been
paid the full weekly wages earned, without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the full wages earned. other than
permissible deductions as set forth in Regulations 29 CFR Part 3: (3) That each laborer or mechanic
has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the
classification of work performed, as specified in the applicable wage determination incorporated
into the contract. (C) The weekly submission of a properly executed certification set forth on the
reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification
of any of the above certifications may subject the contractor or subcontractor to civil or criminal
Revised June 2011 Nee 9 of 1
prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code.
(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this
section available for inspection, copying, or transcription by authorized representatives of the CITY
or Department of Labor, and shall permit such representatives to interview employees during
working hours on thejob. If the contractor or subcontractor fails to submit the required records or to
make them available, the CITY may, after written notice to the contractor, take such action as may
be necessary to cause the suspension of any further payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or to make such records available
may be grounds for debannent action pursuant to 29 CFR 5.12.
(4) Apprentices and trainees --(i) Apprentices. Apprentices will be pennitted to work at less than the
predetermined rate for the work they performed when they are employed pursuant to and
individually registered in a bona fide apprenticeship program registered with the U.S. Department
of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer
and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person
is emploved in his or her first 90 days of probationary employment as an apprentice in such an
apprenticeship program, who is not individually registered in the program, but who has been
certified by the Office of Apprenticeship Training, Employer and Labor Services, or a State
Apprenticeship Agency to be eligible for probationary employment as an apprentice. The allowable
ratio of apprentices to journeymen on thejob site in any craft classification shall not be greater than
the ratio permitted to the contractor as to the entire work force under the registered program. Any
worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed
as stated above, shall be paid not less than the applicable wage rate on the wage determination for
the classification of work actually performed. In addition, any apprentice performing work on the
job site in excess of the ratio permitted under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work actually performed. Where a
contractor is performing construction on a project in a locality other than that in which its program
is registered, the ratios and wage rates (expressed in percentages of the joume_yman's hourly rate)
specified in the contractor's or subcontractor's registered program shall be observed. Every
apprentice must be paid at not less than the rate specified in the registered program for the
apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in
the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the apprenticeship program does not specify fringe
benefits, apprentices must be paid the full amount of fringe benefits listed on the wage
determination for the applicable classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with
that determination. In the event the Office of Apprenticeship Training, Employer and Labor
Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an
apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than
the applicable predetermined rate for the work performed until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than
the predetermined rate for the work performed unless they are employed pursuant to and
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration. The ratio
of trainees to journeymen on thejob site shall not be greater than permitted under the plan approved
by the Employment and Training Administration. Every trainee must be paid at not less than the
Revised June 2011 Page 10 of 15
4
rate specified in the approved program for the trainee's level of progress, expressed as a percentage
of the
jourrtevman hourly rate specified in the applicable wage determination. Trainees shall be paid
fringe benefits in accordance with the provisions of the trainee program. If the trainee program does
not mention fringe benefits. trainees shall be paid the full amount of fringe benefits listed on the
wage detennination unless the Administrator of the Wage and Hour Division determines that there
is an apprenticeship program associated with the correspondingjoumeyman wage rate on the wage
determination which provides for less than full fringe benefits for apprentices. Any employee listed
on the payroll at a trainee rate who is not registered and participating in a training plan approved by
the Employment and Training Administration shall be paid not less than the applicable wage rate on
the wage determination for the classification of work actually performed. In addition,_ any trainee
performing work on the job site in excess of the ratio permitted under the registered program shall
be paid not less than the applicable wake rate on the wage determination for the work actually
performed. In the event the Employment and Training Administration withdraws approval of a
training program. the contractor will no longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an acceptable program is approved. (iii)
Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this
part shall be in conformity with the equal employment opportunity requirements of Executive Order
1 1246, as amended. and 29 CFR Part 30.
(5) Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR Part 3, which are incorporated by reference in this contract.
(6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the (type in the name of
the federal agency) may by appropriate instructions require, and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be
responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract
clauses in 29 CFR 5.5.
(7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor as
provided in 29 CFR 5.12.
(8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of
the Davis -Bacon and Related Acts contained in 29 CFR Parts I. 3. and 5 are herein incorporated by
reference in this contract.
(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of
this contract shall not be subject to the general disputes clause of this contract. Such disputes shall
be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts
5, 6. and 7. Disputes within the meaning of this clause include disputes between the contractor (or
any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the
employees or their representatives.
(10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither
it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or
Revised June 2011 Page I I al' 15
fine ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon
Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm
ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or
29 CFR 5.12(a)(I ). (iii) The penalty for making false statements is prescribed in the U.S. Criminal
Code, 18 U.S.C. 1001.
(b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the
contracting officer to insert the following clauses set forth in paragraphs (b)(1), (2), (3), and (4) of
this section in full in any contract in an amount in excess of $100,000 and subject to the overtime
provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in
addition to the clauses required by Section 5.5(a) or 4.6 of Part 4 of this title. As used in this
paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime
requirements. No contractor or subcontractor contracting for any part of the contract work which
may require or involve the employment of laborers or mechanics shall require or permit any such
laborer or mechanic in any workweek in which he or she is employed on such work to work in
excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a
rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty
hours in such workweek. (2) Violation: liability for unpaid wages: liquidated damages. In the event
of any violation of the clause set forth in paragraph (b)(1) of this section, the contractor and any
subcontractor responsible therefor shall be liable for the unpaid wages. (3) Withholding for unpaid
wages and liquidated damages. The CITY shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld, from any
moneys payable on account of work performed by the contractor or subcontractor under any such
contract or any other federal contract with the same prime contractor, or any other federally -assisted
contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set
forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall
insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and
also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.
The prime contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (b)(I ) through (4) of this section.
ARTICLE Xl
Buy American Rule
Contractor agrees to comply with all the requirements of Section 1605 of the Recovery Act of
2009 including, but not limited to. the following provision of Section 1605:
"None of the funds appropriated or otherwise made available by this Act may be used for
a project for construction, alteration, maintenance, or repair of a public building or public
work unless all of the iron, steel, and manufactured goods used in the project are
produced in the United States."
Contractor is directed to Exhibit "A" to this AGREEMENT which provides additional
information regarding the Buy American Rule. In the event there are any errors or omissions by
Revised June 2011 Page 12 of 15
H
the Contractor in complying with this Article which causes any loss of funding to the City for the
project which is the subject of this AGREEMENT. the Contractor is obligated to reimburse the
City for any such loss of funding from all available sources includin,,. but not limited to. the
Performance Bond, offsets by the City from any payments otherwise due to the Contractor under
this AGREEMENT and any other funds or assets of the Contractor.
ARTICLE X11
Reporting Obligations under Recovery Act of 2009
In addition to all other reporting requirements of the Contractor set forth in this AGREEMENT.
Contractor agrees to comply with the additional reporting requirements of "vendors" pursuant to
Section 1512 of the American Recovery and Reinvestment Act of 2009. Information required of
"vendors" includes the following:
Monies spent on goods and/or services;
2. Name of vendor(s) with who said monies are spent;
I Type of goods and/or services said money was spent;
4. Purpose for which said monies were spent;
5. DUNS number of Contractor (if obtained);
6. DUNS numbers of subsequent sub -contractors and/or vendors with whom goods and/or
services are purchased by Contractor (if obtained);
7. Zip+4 of Contractor's headquarters;
8. Zip+4 of subsequent sub -contractors' and/or vendors` headquarters with whom goods
and/or services are purchased by Contractor;
9. Number of weekly hours worked by each Contractor employee and Sub -contractor
employee who either retained their job status as a result of the project subject to this
AGREEMENT, or was hired specifically to fulfill the requirements of the project subject
to this AGREEMENT.
The above information shall be reported in writing directly to the City throughout the duration of
the project subject to this AGREEMENT, cumulatively, on a quarterly basis beginning October I.
2009 and thereafter on January 1, 2010; April 1, 2010; July 1, 2010; October I, 2010; January I,
201 I; April 1, 2011; July 1, 2011; October I, 2011 and so on. On each of these dates. the
information must be reported to the City no later than Spm. If any of these dates falls on a
Revised lune 2011 Page 13 of 15
weekend or holiday, the information must be reported to the City by 5pm on the business day
before weekend or holiday. Timely submission of this information to the City is critical as the
City has reporting obligations under the American Recovery and Reinvestment Act of 2009 and
the City needs this information to fulfill the City's reporting obligations to the federal
government. The above information may be reported to the City by completing Exhibit B
attached hereto in hard copy or electronically via email to:
Casey Bingham
City of Santa Clarita
23920 Valencia Blvd.. Suite 300
Santa Clarita. CA 91355
Email: cbingham@santa-clarita.com
Fax: 661-259-8125
In the event the Contractor fails to timely and accurately report the above information to the City
which failure causes any loss of funding to the City for the project which is subject to this
AGREEMENT; the Contractor is obligated to reimburse the City for any such loss of funding
from all available sources including, but not limited to, the Performance Bond, offsets by the City
from any payments otherwise due to the Contractor under this AGREEMENT and any other
funds or assets of the Contractor.
If the Contractor has any questions about the above reporting obligations, then the Contractor is
encouraged to contact Casey Bingham at 661-255-4902 (Phone) or cbingham@santa-clarita.com
(Email).
In addition; the Contractor may obtain information about the reporting obligations on line from
the helpdesk staff of the Office of Management and Budget at www. Federal Reporting. gov
website.
Revised June 2011 Page 14 of 15
The parties hereto for themselves, their heirs. executors. administrators, successors, and assigns do
hereby aeree to the full performance of the covenants herein contained and have caused this
,AGREEMENT to be executed in duplicate by setting hereunto their names and titles this day
of 20
CONTRACTOR: CONTRACTOR Name:
Address:
Phone R Fax No.
AEE SIGNATURES NH1ST BE Signed By:
WITNESSED Bl" NOTARY
(ATTACH JURATS)
Print Name R Title:
CONTRACTOR's License No.
Class
CITY:
Mayor/City Manager of the City of Santa Clarita
Attest:
City Clerk of the City of Santa Clarita
Approved as to Form:
City Attorney of the City of Santa Clarita
Revised .lune 2011
Date:
Date:
Date:
Page 15 uf15