HomeMy WebLinkAbout2013-03-26 - AGENDA REPORTS - SIERRA HWY MEDIAN B3005 (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
Agenda Item: 5
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval:
Item to be presented by:
March 26, 2013
SIERRA HIGHWAY MEDIAN REFURBISHMENT, PROJECT
B3005 - AWARD CONSTRUCTION CONTRACT
Public Works
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the Sierra Highway Median Refurbishment,
Project B3005.
2. Reject the nonresponsive bid from Oakridge Landscape, Inc.
3. Award the construction contract to KASA Construction Inc. in the amount of $484,341
and authorize a contingency in the amount of $72,652 for a total contract amount not to
exceed $556,993.
4. Authorize the City Manager or designee to execute all contracts and associated
documents, or modify the awards in the event issues of impossibility of performance
arise, contingent upon the appropriation of funds by the City Council in the annual budget
for such fiscal year, and execute all documents subject to City Attorney approval.
BACKGROUND
This project will install landscape, hardscape, and irrigation in the existing medians along Sierra
Highway, between Friendly Valley Parkway and Via Princessa. The improvements for the project
are completely within the City's jurisdiction and outside of Caltrans right-of-way. Caltrans
right-of-way is between Friendly Valley Parkway and Newhall Avenue, and between Via
Princessa and the State Route 14 Northbound off -ramp. The project is also part of the City's
adopted Capital Improvement Program and will help the City accomplish its beautification
efforts on all major roadways.
This project exemplifies the City's commitment to maintaining the high quality of life enjoyed by
Santa Clarita residents. This landscape design is certified and compliant with Assembly
Bill 1881, the state law regarding water efficiency. Investing in high-quality landscape projects
within the public right-of-way helps maintain higher property values and keeps the City on water
management's cutting edge.
An invitation to bid was prepared and published three times: January 13, January 19, and January
22, 2013, and was noticed on the City's website. Plans and specifications were also sent to area
plan rooms. Nine bids were submitted to the City and opened by Purchasing on February 28. The
results of the bids are shown below:
Comnanv
Location
Bid Amount
Oakridge Landscape, Inc.
Valencia, CA
$479,999.28
KASA Construction Inc.
Ontario, CA
$484,340.65
R.C. Becker & Son, Inc.
Santa Clarita, CA
$496,521.69
Diversified Landscape
Corona, CA
$512,376.42
FS Construction
Sylmar, CA
$524,680.45
ARC Construction Co.
La Crescenta, CA
$528,778.00
American Landscape
Canoga Park, CA
$537,382.43
G2K Construction
Encino, CA
$576,932.00
Marina Landscape
Anaheim, CA
$599,321.80
After reviewing the submitted bids, City staff, with assistance from the City Attorney,
determined the bid from the apparent low bidder, Oakridge Landscape, Inc., (Oakridge) to be
nonresponsive due to a mistake by Oakridge in filling out the bid. Bid Item 19 is for a one -inch
Meter Connection with Appurtenances with a quantity of two. The bid by Oakridge changes the
quantity on Bid Item 19 from two to one with a handwritten interlineation reading "1 per
Addendum #2." However, Addendum #2 does not reduce the connections from two to one. The
instructions to Bidders Item 5 Irregular Proposals, per the bid document, clearly states, "the
completed proposal forms shall be without interlineations, alterations, or erasures. Alternative
proposals will not be considered unless specifically requested." The unit price submitted by
Oakridge on Bid Item 19 is $10,551 and, for the quantity of one, the extended price is $10,551.
However, with the correct unit quantity of two, the extended price on Bid Item 19 would be
$21,102, which would increase Oakridge's bid total to $490,550.28 making Oakridge's bid higher
than KASA Construction's bid of $484,340.65. The City Attorney has advised City staff that such
arithmetical errors in filling out a bid may not be waived by the City, and, therefore, Oakridge's
bid should be rejected as nonresponsive.
The City sent a letter to Oakridge on March 11, 2013, (copy attached) in which the City stated
staff would recommend the City Council find the Oakridge bid to be nonresponsive as stated
above. In response, Oakridge sent a letter to the City dated March 18, 2013, (copy attached)
stating Oakridge's position is that Addendum 42 reduced the connections on Line Item 19 from
two to one. City Addendum 42 did not revise the bid schedule or quantity shown, therefore,
Oakridge is incorrect and the contractor is still responsible for making two waterline connections
for the project. Staff continues to recommend the City Council find the bid by Oakridge to be
nonresponsive.
IN
Staff recommends the City Council reject Oakridge's bid as nonresponsive and award the
construction contract to KASA Construction Inc. the second lowest responsive bidder, in the
amount of $484,341 and authorize a contingency in the amount of $72,652 for a total contract
amount not to exceed $556,993. KASA Construction Inc. 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 the cost of unforeseen site conditions,
such as the removal of existing pavement and base material, and suitable soil replacement for
planting in the existing medians.
Adequate funds have been budgeted to provide for labor compliance services, staff oversight,
construction engineering, landscape architectural construction support for Valley Crest Design
Group, quality assurance inspection services, and project administration costs necessary to
complete the project.
The funds for this project are from Landscape Maintenance District 1, Zone 2008-1 (Major
Median Thoroughfares) and may only be used on landscaped medians on the City's major
thoroughfares.
While the City maintains a "Support of Local Businesses" policy that can be utilized by the City
Council when warranted, the City is governed by the California Public Contract Code with
regard to Public Works project procurement. In these types of procurement, the Public Contract
Code does not permit a city to utilize a "Support of Local Businesses" policy and instead requires
the contract be awarded to the "lowest responsible bidder." As confirmed by the City Attorney's
Office, this direction precludes the City from applying any superseding criteria for award except
in the case of a tie. Thus, in the awarding of Public Works contracts, the City is not permitted to
award to other bidders just because they are local, as the Public Contract Code does not allow the
City to recognize them as the "lowest" responsible bidder.
ALTERNATIVE ACTIONS
Reject all bids and re -advertise as determined by City Council.
FISCAL IMPACT
The current budget provides adequate funds for all project costs.
ATTACHMENTS
Kasa Construction Inc. Bid Package available in the City Clerk's Reading File
Kasa Construction Inc. Contract available in the City Clerk's Reading File
Vicinity Map
City of Santa Clarita Letter dated March 11, 2013
Oakridge Landscape, Inc. Letter dated March 18, 2013
SECTION C: PROPOSAL
Sierra Highway Streetseene
Bid No. ENG -12-13-B3005
Project No. B3005
City of Santa Ciarita, California
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 therefore, and to perform all work in the manner and time
prescribed therein._ ..
BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,
INSTRUCTIONS TO BIDDERS, and all other contract.documents. If this proposal is accepted for award,
BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the
following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time
prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID
SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will
be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE
RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO
DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid
include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid,
unit prices shall govern over extended amounts, and words shall govern over figures.
If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the
required contract and filing the necessary bonds and insurance certificates within ten working days after the
date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying
this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the
AGENCY's option, be considered null and void.
-_Company Name:....-_ __ V_A S1 C QQS_�Yf At'Ykt�, 0 C, __-- ----- -
Company Address: �j�b lit �Drt�t'Lw -�n .:_
Qn-f-aet of CA. 61-11-] toy
By: �iAy1G.Sbctr
Print Name
Title:
Signature:
Date:
2-2SS— 13
C-1
BID SCHEDULE
Sierra Highway Streetseene
Bid No. ENG -12-13-B3005
Project No. B3005
City of Santa Clarita, California
Item
No.
Item Description
Units
UnitQ
Cost
Bid Price
GENERAL
1
Mobilization/Demobilization
LS
1
$ 9
2
SWPPP, Water Pollution Control and.lmplement Best
Management Practices
LS
Of7�
1
/� _
$ 10 000
TRAFFIC ITEMS
3
Traffic Control Public Convenience & Safe
LS
a 0o0
I I I
$ P,000
DEMOLITION ITEMS
4
Tree Demolition
EA
�J��
7
5
Cut, Demolish, and Proper Disposal of Existing
Asphalt/Concrete/Base/Soil Export in Medians
CY
1,993
$ qq
6
Removal of Existing Landscape & Irrigation
LS
000—
1
$ 00o
7
Existing Signage Removal
LS
1600
I
$ 0V1 _
8
Existing Sidewalk Removal
SF
N
200
$ 00^
ORK
EARTHWORK
9
Pot Hole and Directional Bore Sleeves — 6" Class 200
LF
6
550
$ 06
10
Pot Hole and Directional Bore Sleeves — 4" Class 315
LF
550
$ 3 90
1 I
6" Electrical Conduit Sleeves under Concrete Sidewalks
& Stamped Concrete
LF
o20
25
$
12
4" Electrical Conduit Sleeves under Concrete Sidewalks
& Stamped Concrete
LF
�Jr�
25
$ �S _
13
New Amended Topsoil Import
CY
tJ '
1,558
$5
14
Coarse Washed Sand Import With Filter Fabric
CY
c�
/ 0
14
$ ,3'bZ)
CONCRETE CONSTRUCTION
15
Stamped and Integral Colored Concrete Construction
SF
', 75-
10,080
�j
$ T 9, -9-D
16
Moisture Barrier— 10 MIL
LF
a`
6,450
$ �G
17
Street Signs/Markers
EA
h/V
11
/��
$ -/ `00
18
Sidewalk Replacement
SF
200
$—
IRRIGATION
C-2
19
1"Meter Connection with Appurtenances
EA
00-
2
$ 1A,OOc�'
20
Electric Meter Pedestal with Appurtenances
EA
0Of =
1
$
21
Irrigation Controller Wire
LF
, 2 -JO
29,897
$ yL
22
Connection to Existing 24 -Station Irrigation Controller
Assembly
EAtj-�
—
1
_
$ �0
23
36 -Station Irrigation Controller with 5YR Warranty &
Assembly
EA
VO, SOS
1
$ l0 20�y0-� -
24
21/2" Mainline
LF
—
2,550
$A 75-0—
25
1 %" Mainline
LF
-
30
$ 360-
V0-26
26
1/-" Lateral
LF
1
60
$
27
11/4" Lateral
LF
21—
580
$ / /% 0 —
28
1"Lateral
LF
7,353
s7,35-3-
' ?J529
29
1"Irrigation Remote Control Valve
EA
54
$ , 45-0
30
Gate Valve - 2 '/"
EA
00 -
2
$ -00 —
31
Quick Coupler -'/�"
EA
J�bO —
13
$c2,3 LID
32
Stream Bubbler -Po -u Rainbird 1804
EA
i5
958
$a
33
Housed Bubbler w/Check Valve , tree Rainbird RWS
EA
�{� _
126
/J�
$ 0! 0
PLANTING
34
Shrub -5 Gallon
EA
I-�t —
313
$ i �S
35
Shrub -1 Gallon
EA
/
1,440
$ 0 D
36
24" Box Tree
EA
21-0 -
62
/O'
$ '700
37
Root Barrier
LF
V
1,240
$ 71 Ll LO
38
3" Mulch Cover
SF
18,485
2 Z
$ 3
39
Pre -emergent
LS
11000
1
$ 000
40
180 -Day Landscape Establishment Maintenance Period
LS
50017
I
$,_Fn0//..00
TOTAL BASE BID SCHEDULE IN FIGURES
$ ZJ T 3
AL BASE BID SCHEDULE IN WORDS
C-3
>--
DESIGNATION OF SUBCONTRACTORS
Sierra Highway Streetscene
Bid No. ENG -12-13-B3005
Project No. B3005
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who
will perform work or labor or render service in excess of/, of 1 percent, or $10,000 (whichever is greater) of the
prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub contractor is
participating as a DBE.
Subcontractor
DBE STATUS:
Dollar Value of Work
C// r�cv �
N%
V/ !2 0010—
Age of firm:
Certifying Agency:
Annual Gross Receipts:
N4
N ,4
��-A
Location and Place of Business
Sao �). F0,�%11 /Bile, 4.2-
C°�1 li�oa
Cost Schedule Item Nos:
Description of Work
V77-aj
-OJ
nn
Exp. Date: %5 3 /
License No. 2Q / `L( t* /
Exp. Date: 3 jL(
P63-6 3 —a
Subcontractor
DBE STATUS:
Dollar Value of Work
9%i/M a0p
L A/ /Y
Q(9
Age of Um.
Certifying Agency:
Annual Gross Receipts:
,i/ 1A
N ,4
a✓ A -
Location and Place of Business
�w
a-179 e- lefil C✓�- 8�
Cost Schedule Item IDescription
of ork
V77-aj
-OJ
D y
License No.n 0,2
Exp. Date: %5 3 /
60,3-
Subcontractor
E STATUS:
A414—
Dollar Value of Work
Ag firm:Certifying
Agency: 4,Annual
Gross Receipts:
Location and Place of Business
Cost Schedule Item Nos:
Description of Work
License No.
Exp. Date: Phone
C-4
DESIGNATION OF SUBCONTRACTORS (cont'd)
Sierra Highway Streetscene
Bid No. ENG -12-I3-113005
Project No. B3005
City of Santa Clarita, California
Subcontractor
DBE STATUS:
Dollar Value of Work
Age of firm:
Certifying Agency:
Annual Gross Receipts:
Location and Place of Business
Cost Schedule Item Nos:
Description of Work
License No.
Exp. Date:
Phone
Subcontractor
DBE STATUS:
Dollar Value of Work
Age of firm:
Certifying Agency:
Annual Gross Receipts:
Location and Place of Business
Cost Schedule Item Nos:
Description of Work
License No.
Exp. Date:
Phone
Subcontractor
DBE STATUS:
Dollar Value of Work
Age of firm:
Certifying Agency:
Annual Gross Receipts:
Location and Place of Business
Cost Schedule Item Nos:
Description of Work
License No.
Exp. Date:
Phone
(Use additional sheets as needed)
C-5
REFERENCES
Sierra Highway Streetscene
Bid No. ENG -12-13-B3005
Project No. B3005
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER
has performed similar work within the past 3 years:
r�ffiA/4TbMCAr,I'flrl IM M.. W- ielclAli- tsUc� -OA �i1161
3.
Nanniind Address of Owner /Agency
NumBer of Person Familiar with
Amount Type
2D
Owner
Date
2
The followine are the names, addresses, and telephone numbers of all brokers and sureties from whom
'.0 ► 1��! ,►�►5'I�iR��"i11�1�.S►i`i.1i.PiTi:[IZ.�i'1�;�Ti��ic�•11•i�,�
-.
W.
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
Sierra Highway Streetseene
Bid No. ENG -12-13-133005
Project No. B3005
City of Santa Clarita, California
The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated
therewith in the capacity of owner, partner, director, office manager:
is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by
any federal AGENCY;
has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal
AGENCY within past three years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award, but will be considered in determining bidders'
responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and
dates of action.
NOTE: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall
also constitute signature of this Certification.
C-7
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Sierra Highway Streetseene
Bid No. ENG -12-13-B3005
Project No. B3005
City of Santa Clarita, California
This bidder proposed subcontractor —CBD hereby
certifies that he has X has not , participated in a previous contract or subcontract
subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246,
and that he has has not _ filed with the Joint Reporting Committee, and Director of
Office of Federal Contract Compliance, a Federal Government contracting or administering
AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that
are under the applicable filing requirements.
Company: Y�S� Co. tac 1VlL
By:
Title:0i1(hf7v(1_\
Date:
Note: The above certification is required by the Equal Employment Opportunity of the
Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the equal
opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of
$10,000 or under are exempt.)
Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or
their implementing regulations.
Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract
or subcontract subject to the Executive Orders and have not filed the required reports should note
that 41 CFR 60-1.7(b)(1) prevents .the award of contracts and subcontracts unless such
CONTRACTOR submits a report covering the delinquent period or such other period specified by
the Federal Highway Administration or by the Director, Office of Federal Contract Compliance,
U.S. Department of Labor.
C-8
BIDDER'S INFORMATION AND CERTIFICATION
Sierra Highway Streetseene
Bid No. ENG -12-13-133005
Project No. B3005
City of Santa Clarita, California
Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury.
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the
requirements of any AGENCY, State, or Federal equal employment opportunity orders have been
satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises
for those portions of the work to be subcontracted, and that such affirmative actions have been fully
documented, that said documentation is open to inspection, and that said affirmative action will remain in
effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action
will be taken to meet all equal employment opportunity requirements of the contract documents.
Bidder's Name: OLD owftObn om,
Business Address:
Telephone No.: l An
State CONTRACTOR's License No. & Class: gzr5H4
Original Date: I— - [)� Expiration Date:
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:
C-9
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest
in this proposal was an owner, corporate officer, partner or joint venture are as follows:
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this
proposal are as follows:
N�-Pc
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and
seals of all aforementioned principals this day off—�b_ 2013
BIDDER:
Legal Name
IAbr I85T—'62-UQ
Telephone Number
2Lo-50 -7' CW
Federal Tax I.D. No.
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF
BIDDER MUST BE ATTACHED
Subscribed and sworn to this day of FGb , 20 U .
Notary
(SEAL)
HECTOR ZAVALA
Commission # 1868453
i 1: -W `. Notary Public - California z
z �� Los Angeles County
C-10 My Comm. Expires Oct
CALIFORNIA ALE -PURPOSE ACKNOWLEDGMENT
State of California
County of __ San Bernardino
On 2/28/2013 before me, Hector Zavala, Notary Public _
Data Here Insert Name and True of the Meer
personally appeared Diana Kasbar
Names) of eil3neq=)
HECTOR ZAVALA
Commission # 1868453
Zi "-re Notary Public - California z
Z `=� • - Los Angeles County n
My Comm. Expires Oct 28, 2013
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hal nd fficial seal.
PlowNotary Sea l Agave Signature Signature n' Notary Pubic
OPTIONAL
Though the information below is not required by law, it may prove valu le to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signers) Other Than Named Above:
Capacity(fes) Claimed by Signer(s)
Signer's Name:
• Individual
iJ Corporate Officer—Tita(s): _
El Partner -0 Limited 0 General
0 Attorney in Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
Individual
Corporate Officer—Title(s): _
O Partner —❑ Limited ❑ General
❑ Attorney in Fact
Tl Trustee
0 Guardian or Conservator
❑ Other:
Signer Is Representing:
I
102007N f n Nclary �ssouaYon•fl150 Doa loA ., P.0.5ox 2402 Chab-wtlh,CA 9131323U2•v w.Nationa!Plelary.efg Item RSOW fl0oree[Call TOil�roe1b0087Gfi81.]
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
Sierra Highway Streetscene
Bid No. ENG -12-13-B3005
Project No. B3005
City of Santa Clarita, California
NOTE: The following form shall be used in case check accompanies bid.
Accompanyin this ro osal is a *G e as4�iei�-elieck payable to the order of the City of Santa Clarita
for: r5t Vdollars ($1G , this amount being not
less than ten peent (i 0%) of the total amount of the bid. The procee s of t
rchis check shall become the
property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its
legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the
required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned.
Project Name: Sierra Highway Streetseene
Bid No. ENG -11-12-B3005
Project No. B3005
Address
* Delete the inapplicable work.
NOTE: if the bidder desires to use a bond instead of a check, the following form shall be executed.
The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.
C -ll
Bond No. KASCO-309
PROPOSAL GUARANTEE / BID BOND
Sierra Highway Streetseene
Bid No. ENG -12-13-63005
Project No. B3005
City orsants Clarita, California
KNOW ALL MEN BY THESE PRESENTS that Kasa Construction, Inc. as BIDDER,
and The Ohio Casualn, Insurance Companv as SURETY, art held and
firmly bound unto the City of Santa Clarite, as AGENCY, in the penal sum of Ten Percent of the Total
dollars f$10% of Bid 1, 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. * Amount Bid
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid
to AGENCY for the abovestatad 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
26 day of February 20 13
BIDDER Kass Construction, Inc., 316 N. Corona, CA 91764, tel: 905-457-8260
k>.
1/ n
SURE CYe The Ohio Casualty Insurance Company, 62 Maple Avenue, Keene, NH 03431, tel; 866479-0580
B,
i-Mahhew, K. Dobvns,.Attomev-In-Fact
r:
Subsed dandswom.toibis 2e dayof, _20 F3
NOTARY PUBLIC
*Provide BIDDER and. SURVTY deme, ,address, and *10hone number and the name, title, address, and
telephone number for anthorited representative.
IIvB'ORTANT -Surety Companies ezecu6ng Honda must appear on the Treasury Deparmtent's mostcurient
list (Cimular570, as amen ed) `and be authorized to transect basinewin the State where:the project is
located
-------------
HECTOR ZAVALA
Commission # 1868453
@My
Notary Public - California z
z Los Angeles County n
Comm. Expires Oct 28, 2013
C-12
n
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of CALIFORNIA
County of ORANGE
on y before me ERIKA GUIDO, NOTARY PUBLIC,
personally appeared MATTHEW R DOBYNS
® who proved to me on the basis of satisfactory evidence to be the persons)
whose name( is/aFe subscribed to the within instrument and
acknowledged to me that he/s4e/they executed the same in hisftF/theiF
authorized capacity (Les), and that by his/#er/theif signature(&} on the
instrument the person(&), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
9 o.. California that the foregoing paragraph is true and correct.
9�ERIKA GUIDO
oOMMY
COMM. # 1843731 f WITNESS my hand and official seal.
,3NOTARY PUBLIC CALIFORNIA o
I6RANGECOUNTY ro
�L comm. expires May 5, 2013 I�
Si4nifture ota Py
Though the data below is not required by law, it may prove valuable to persons relying on the document and
could prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
® INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
❑ ATTORNEY-IN-FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER: _
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
�'.eZ^�.:��.ae•.:-n�.cr,?-.r.s'�'cr.�ee�,c-h,�tNstua¢r�e.'2'c:`�Y.�v,�:S,iYS�f• �+�.;_.�•.�,.�Fnecnc�[�r ..,r^�c.&�.cY��"�'s
State of California
County of San Bernardino _
On 2/28/2013 before me, Hector Zavala, Notary Public _
Cale Mem I119e1 Name no 1111a of the Drool
personally appeared Diana Kasbar
Name(s) of S4gner(s)
HECTOR ZAVALA
Commission # 1868453
a (_� Notary Public - California z.
. ' - Los Angeles County
My Comm. Expires Oct 28, 2013
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacity(ies), and that by hislher/their signature(s) on the
instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my han d o icial seal.
Plaut Notary Seal AUovc Signature Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this fort to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name:
u Individual
D Corporate Officer—Title(s): —
❑ Partner -0 Limited D General
D Attorney in Fact
D Trustee
D Guardian or Conservator
C1 Other:
Signer Is Representing:
it I,P=HUMBPRW
Number of Pages:
Signer's Name:
❑ Individual
Cr Corporate Officer — Thle(s):
D Partner —❑ Limited D General
❑ Attorney in Fact
D Trustee
Cl Guardian or Conservator
D Other:
Signer Is Representing:
—
National Notary Associallon•9350 pe Seto AVG. P.O.Onx 8102•Clfatwro.l0, CA 91313-24:12•vnw,.NafionalNolnq-.ory It.. GSW] Roordec CNlToll-Kree lbDOb76-6827
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
Sierra Highway Streetseene
Bid No. ENG -12-13-B3005
Project No. B3005
City of Santa Clarita, California
To the CITY OF SANTA CLARITA:
In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder
declares that the.bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that
the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,
and has not directly m indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner,
directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid
price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or
of that of any other bidder, or to secure any advantage against the public body awarding the contract of
anyone interested in the proposed contract; that all statements contained in the bid are true; and, further,
that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof. or
the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to
any corporation, partnership, company association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid.
THE BIDDERS EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S
CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE
CERTIFICATIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT
MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL
PROSECUTION 104
C-13
NON -COLLUSION AFFIDAVIT
Sierra Highway Streetseene
Bid No. ENG -12-13-B3005
Project No. B3005
City of Santa Ciarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA, )
COUNTY OF LOS ANGELES )
�Cn SbC4( being first duly sworn deposes and says that he is the
(sole owner, a partner, president, etc.) of
the party making the foregoing bid; that such
bid is uotmtade in the interest of o behalf of any undisclosed person, partnership, company, association,
organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not
directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone
shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by
agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other
BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or
to secure any advantage against the public body awarding the Contract or anyone interested in the proposed
Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or
indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged
information or date relative thereto, or paid and will not pay any fee in connection, therewith to any
corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY
thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in
connection, therewith to any corporation, partnership, company association, organization, bid depository, or
to any member or AGENCY thereof, or to any other individual, except to such person or persons as have a
partnership or other financial interest with said BIDDER in his general business.
Signed: 1ill��
Title
Subscribed and sw?rn to and before me this + day of ��> 20k3
HECTOR ZAVALA
Commission # 1868453.
a :-ee Notary public - California
z: �.
z - Los Angeles County
- My Comm. Expires Oct 28, 2013 J
C-14
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
r3['.a^.emcac2`CC.4Y�o.�f�.<4'�. cryyin'�.r�tc�¢ctn.�'>,.�c�'.Feerdr�az�;Y>'cr-c�rex/�rc�utF.c�rriri-rchd:P.�.��r:
State of California
County of
San Bernardino
On 2/2e/20.3 before me, Hector Zavala, Notary Public
Data Hem Inaerl Name end T,Oe of the anieer
personally appeared Diana Kasbar
Name(s) of sianens)
HECTOR ZAVALA
�; Cammission # 1868453
a -=�; Notary Public - California z
Z • `' Los Angeles County n
My Comm. Expires Oct 28, 2013
Platin Nolan, seal AWve
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my
OPTIONAL
Though the information below is not required by law, it may prove vat
. and could prevent fraudulent removal and reattachment of
Description of Attached Document
Title or Type of Document: _
Document Date:
Signers) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name:
❑ Individual
0 Corporate Officer—Title(s):
11 Partner— ❑ Limited ❑ General
O Attorney in Fact
❑ Trustee Too of Thumb hire
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
seal.
persons relying on the document
t to another document.
Number of Pages:
Signer's Name:
O Individual
❑ Corporate Officer — Title(s):
❑ Partner —❑ Limited ❑ General
Cl Attorney in Fact jilgamma-A,zak IDA
❑ Trustee Tap of thumb hure
D Guardian or Conservator
❑ Other:
Signer Is Representing:
N72C0]Naln lNolary ssc-ktaon•33:A Oe oto Ave.,P.O.eax 2dG2 •Chalsnro�lh, CA 9131324U2•w wNaGonalDldaryory Item b590] Roortler Call Toll -Fred l-9008:RG821
BIDDER'S QUESTIONNAIRE
Sierra Highway Streetseene
Bid No. ENG -12-13-B3005
Project No. B3005
City of Santa Clarita, California
If the bidder has answered the questionnaire within the past year and there are no significant changes in the
information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those
changes. Should the space provided not be adequate, so indicate and complete information on a separate
page(s) and attach hereto. �r
1. Submitted byb"_`��/j5 � ..- �Teelephone: ��I�y�1V�/ /��®7
Principal Office Address: 3(V L V l PJM 1 )__AAV 1Dn�L i of A C I0 l
2. Type of Finn:
Individual:
W
3a. If a corporation, answer these ques ions:
Date of lncorporatidn�_ State of Incorporation:
President's Name: 1 ytCAW fr7�—c
�
Vice -President's Name: nM g4—A—SI(lK
Secretary or Clerk's Name: L2yn���iiA^�
Treasurer's Name:
3b. lfa partnership, answerthese questions:
Date of organization: �) I !k state Organized in: lV A
Name of all partners holding more than a 10% interest:
Designate which are General or Managing Partners.
C-15
BIDDER'S QUESTIONNAIRE (cont'd)
Sierra Highway Streetseene
Bid No. ENG -12-13-133005
Project No. B3005
City of Santa Clarita, California
4. Name of person holding CONTRACTOR's,license: nc.
License number: Class: l Z-] Expiration Date: I-39'15
CONT
Title:
Alterm
Title: OItYr__ ge�
6. List the major construction projects your organization has in progress as of this date:
Owner: (A) (°11 6-F PerrlS (B) P �tVI G� Q M� YO UIi
Project Location: or S C�
Type of Project: QXQ TYA V z �-PYI fP1� Ma t Gals
C-16
CERTIFICATION OF NON -SEGREGATED FACILITIES
Sierra Highway Streetseene
Bid No. ENG -12-13-B3005
Project No. B3005
City of Santa Clarita, California
The CONTRACTOR certifies that he does not maintain or provide for his employees any
segregated facilities at any of his establishments, and that he does not permit his employees to
perform their services at any location, under his control, where segregated facilities are
maintained. The CONTRACTOR certifies further that he will not maintain or provide for his
employees any segregated facilities at any of his establishments, and that he will not permit his
employees to perform their services at any location, under his control, where segregated facilities
are maintained. The CONTRACTOR agrees that a breach of this certification is a violation of the
Equal Opportunity clause in this Contract. As used in this certification, the term "segregated
facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and
other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots,
drinking fountains, recreation or entertainment areas, transportation, and housing facilities
provided for employees which are segregated by explicit directive or are in fact segregated on the
basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The
CONTRACTOR agrees that (except where he has obtained identical certifications from proposed
subcontractors for specific time periods) he will obtain identical certifications from proposed
subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from
the provisions of the Equal Opportunity clause, and that he will retain such certifications in his
files.
r i Dn �1YlG
CO)tfle,bytieS
R
Required by the May 19, 1967 order on Elimination of Segregated Facecretary of Labor —
32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33— Friday, February 16,1968—p.3065).
C-17
ADDENDUM NO. 1
Sierra Highway Streetseene
Bid No. ENG -12-13-133005
Project No. B3005
City of Santa Clarita, California
January 24, 2013
This Addendum forms a part of the Contract Documents for the above -identified project and
modifies the original Specifications and Contract Documents, as noted below. Portions of the
Contract, not specifically mentioned in the Addendum, remain in force. All trades affected shall
be fully advised of these changes, deletions, and additions.
CHANGES TO SPECIFICATIONS:
I. NOTICE INVITING BIDS:
This Addendum changes the bid opening date to Thursday, February 28, 2013 at 11:00 a.m.
The Bidders questions deadline is February 14,201 3.
Bidders shall acknowledge Addendum No. I by executing Bidders Certificate for .Addendum I
and returning Bidders Certificate with the bid.
Robert G. ewman
Director of Public Works
City of Santa Clarita
BIDDER'S CERTIFICATE
1 �� acknowledge receipt of this Addendum No. I
and accept the aforementioned conditions.
Date: 9 —:20 1 -
Bidder's Signature
THIS FACE OF THE DOCUMENT TO BE SUBMITTED
WITH PROPOSAL
Page 1 Addendum 1
ADDENDUM NO. 2
Sierra Highway Streetseene
Bid No. ENG -12-13-B3005
Project No. B3005
City of Santa Clarita, California
February 21, 2013
This Addendum forms a part of the Contract Documents for the above -identified project and
modifies the original Specifications and Contract Documents, as noted below. Portions of the
Contract, not specifically mentioned in the Addendum, remain in force. All trades affected shall be
fully advised of these changes, deletions, and additions.
CHANGES TO CONTRACT DOCUMENTS AND SPECIFICATIONS:
I. CHANGES TO PLANS
1. On sheets Ll -1 and Ll -3, in the P.O.C. SYSTEM callout boxes, remove.reclaimed
water legend.
2. On Sheets Ll -1 and Ll -3, in the P.O.C. SYSTEM callout boxes, under Backflow
Device, replace Watts 009PCQTS with Watts BIC -1000.
II, BIDDERS QUESTIONS
The following are City's answers to questions submitted by prospective bidders:
1. Will traffic control materials be allowed to be left in the medians overnight? Or will
the contractor be responsible for a full setup and take down of traffic control items
every day during construction?
Some traffic control devices may be left in the medians overnight as approved by
City representative. Contractor will be responsible for the traffic control setup and
take down during construction when lane closures are warranted. No traffic control
devices shall be left in the roadway and no lane closures will be allowed outside of
project work hours.
2. Will traffic control be required during the 180 -day landscape establishment period?
Traffic control will not be required unless contractor deems it necessary
3. The irrigation equipment legend states to install a Watts BIC -1000 Station at the
irrigation point of connections shown on plan sheets LI -1 & LI -3. When referencing
the individual POC #1 & 92 callouts on plan sheets LI -1 & LI -3, it is stating to
install a Watts 009PCQTS Backflow Preventer. Please clam which is correct. If the
Watts BIC -1000 is to be installed, why would an additional master valve and flow
sensor be required downstream (the Watts BIC -1000 already includes a master valve
and flow sensor)? If additional Superior master valve is required, please specify
model # as there is no indication on the irrigation legend.
Page 1 Addendum 2
Contractor to use model Watts BIC -1000 for Backflow Preventer in POC #l. No
additional master valve or flow sensor is required with this model.
Backflow Preventer in POC #2 will be installed by the City prior to construction.
Contractor will be required to connect to existing main lines from the existing
backflow preventer and from the existing controller for wiring.
4. The irrigation legend on plan sheet LI -6 indicates that the control valves are to be
Superior series, Please indicate what model # is to be used as there are many
different types of Superior control valves.
All control valves should be Superior 950DW valves.
5. The individual irrigation POC callouts on plan sheets LI -1 d LI -3 state that the
system is reclaimed water. The irrigation legend does not indicate that purple pipe is
to be used, which is typical for a reclaimed water system. Will purple irrigation pipe
be required on this project?
No reclaimed water will be used on this project. No purple irrigation pipe will be
required.
Bidders shall acknowledge Addendum No. 2 by executing Bidders Certificate for Addendum 2 and
returning Bidders Certificate: with the bid.
Robert G. Newman
Director of Public Works
City of Santa Clarita
BIDDER'S CERTIFICATE
I, :d ras bai
PAUL S. LEON
MAYOR
JIM W. BOWMAN
MAYOR PRO TEM
December 18, 2012
ALAN D. WAPNER
DEBRA DORST-PORADA
PAUL VINCENT AVILA
COUNCIL MEMBERS
Mark Chase
1265 S. Palmetto Ave.
Ontario, CA 91762
Sam Kasbar
Kasa Construction
316 N. Corona Ave.
Ontario, CA 91764
Dear Sam Kasbar,
RECREATION / COMMUNITY
SERVICES DEPARTMENT
CHRIS HUGHES
CITY MANAGER
MARY E. WIRTES, MMC
CITY CLERK
JAMES R. MILHISER
TREASURER
MARK CHASE
COMMUNITY & PUSUC
SERVICES DIRECTOR
On behalf of the City of Ontario's Recreation & Community Services Department, I would like to
extend my most sincere thanks for your contribution to our SK Reindeer Run and Rudolf S Dash.
This year's event was a grand success resulting in over 1,000 participants and spectators attending.
All attendees were able to see Kasa Construction on all sponsorship promotional materials and
banner and know the great support your business gives to such a worthwhile community event. As
you know your funds went to the Ontario -Montclair Schools Foundation (OMSF) to help the
Promise Scholars Program. Your, donation will go a long way to ensure that the children of lower
income families will have equal footing in applying and attending colleges and post -secondary
education institutions.
Thank you again for your generous contribution, The City of Ontario Recreation and Community
Services Department is happy and fortunate to have such a worthwhile relationship with Kasa
Construction and we look forward to a continued future partnership.
Sincerely,
Mark Chase
City of Ontario
Community and Public Services Director
1265 SOUTH PALMETTO AVENUE • ONTARIO, CALIFORNIA 91762-4946• (909) 395.2020 • FAX: (909) 395.3671
it Orini..rl r,.. rnn�rnleri Hanot
CITY OF MURRIFTA
September 12, 2011
KASA Construction
316 North Corona Avenue
Ontario, CA 91764
Subject: Letter of Recommendation; Torrey Pines Park Project 10-40109GP7343
To Whom It May Concern:
On behalf of the City of Murrieta, we would like to thank KASA Construction for their exemplary
performance in completing the Torrey Pines Park Project, 910-40109GP7343.
KASA Construction completed this project with diligence and commitment, maintaining the highest ievei
of professionalism, attention to detail, and work ethic. The project management team always kept the
City's best interest In mind and if a problem or issue arose, KASA Construction always resolved it in u
quick and efficient manner.
KASA Construction's scheduling and coordination was extremely smooth. They maintained an excellent
relationship with the City inspection team and kept the job running in a compliant and organized
fashion. In many instances, KASA Construction went beyond the City's expectations in order to assure
that the project was delivered at the highest standard possible.
The City of Murrieta could not be more pleased with the final project result! It has been a pleasure
working with KASA Construction and we would not hesitate to recommend their outstanding services.
We would like to express our gratitude for a job well done and look forward to working together again in
the future.
7
Sincer
%'�%'
Jeff Cadien
Project Manager
JC:mw
1 Town Souarc, 24601 Jefferson Avenue • Murrieta, California 92562
phone: 951.304.= (2489) • lax: 951.698.4509 • �acb: mcn-riciaorg
oe Flta.r
4of-Villa Perk
17855 Santiago Suedevurtf, Villa Park, california 91861-41r ww.011apark.arg
998-17(!1) • Fax: (714) 998-1508
February 23, 2011
KASA Construction
316 North Corona Ave.
Ontario, CA 91764
Subject: Letter of Recommendation;Taft Ave. Median Project and Lemon Street Trail and
Median Project
To Whom It May Concern:
KASA Construction has completed the subject projects in the City of Villa Park. KASA
completed the projects in a most satisfactory way. The work was done in the time frame allowed
even thought we experienced rain delays. The staff from KASA was very responsive,replying to
our requests on a same day basis. The field team was great to work with and kept the job sites in
a very clean and safe condition.
I am pleased with the fmal proect results and we have received many compliments from
residents in the community.I would certainly recommend KASA for fixture projects.
Very truly yours
L
Joe O'Neil P.E.
City Engineer
City of Villa Park
F1',. RICHARD Llt. MER, Mayor - BRAD REESE, Mayor Pro Teru
RORER P FAL TELIX. C'ouncilmcmber •fit'. BILL, MacALONEY, Councilmember - DL'BORAI I PALLY. Couetciimembar
tAAYOF PSO I EM:
G'ABY'OiYLCN
COUNQL MUASERS:
SANOP.A 4fl61 47A
B;
EVEN 1.11
August 25, 2010
KASA Construction Inc.
8836 E. VALLEY SOULEVARD • P.O. SOX 399
ROSEMEAD, CALIFORAAA 51770
TELEPHCN-1(626) 869-2100
FA): 1626) 307.5218
Attn: Sam Kasbar
316 N. Corona Ave.
Ontario, CA 91764
Prosect : Rosemead f Walnut Grove Median Beautification and Traffic Congestion
1Tnprovemenfs
Subject : Letter of Recommendation
1 would like to thank KASA Construction for a job well done. When the job was awarded, the
Agency was a little concerned due to the fact that KASA was a rather new company. Now that
the job is done, you have far surpassed the commits initially made and in -tum, the City of
Rosemead has received an exceptional finished project. Not only was the quality of work
outstanding, the project was completed before schedule and under budget.
The project was constructed on a main city artery which exposed the work to potential political
criticism. Fortunately, City Council, Staff, and the Community had nothing but positive
comments. I truly hope you win more project with the City of Rosemead as it has been a
pleasure working with KASA Construction.
Sincerely, .�
Rafael Fajardo
Project Manager
City of Rosemead
0
V
v�
DEPA R7'MEN'r OF PUBLIC WORKS
To whom It May Concern:
July 24, 2012
Kasa Construction
In July 2012, Kasa Construction completed work on the Improvements of Oak Grove Drive from Foothill
Boulevard to Berkshire place in the Cities of La Canada Flintridae and Pasadena Ca. This was an $252,000
project that included both major street rehabilitation, and landscaping betterments. The project is on the
frontage of the La Canada Flintrid.,e High School, and the sweet serves as the primary access for Jet Propulsion
Laboratory, which has around 20;000 employees.
Kasa's performance oil this project was excellent and the project looks great. Kasa's staff was responsive and
n JPL.
flexible. Kasa worked hard to keep the project on schedule and to mitigate the impact on the school and a
In addition, Kasa's experienced staff was helpful in resolvina typical construction problems such as chancedd
conditions and interpretation and implementation of the .Plans.
Kasa Construction and the City of Pasadena were able to work out contract problems, such as chances in scope
of work in an open, fair, and expeditious manner.
The City of Pasadena would be happy to work Gvith Kasa Construction on any future project. Please feel free to
call me at for verbal confirmation of reference.
Robert Gardner
Resident Engineer
Depaninent of Public Works
City of Pasadena
Ph. 626-744-4643
Fax. 626-744-3823
bgardner cipasadena.ca.us
.100 Nar71z Garfield Avenue - P.U..Box 7115 • Pasaaenu, CA 9A110.9.7215
(626) 744-4191
`y.�,KNT ,,.�"` t ,-w * '.C'r��`� "&` #
& SANTA 4; ala' s "ate
{ },� -0F �i 3 n swn 'U"mr$ & 9'b-�4�k
NTi P f Y ik. NF ra^�
h +nT`ir'tt,
w< rte'
City of
SANTA GLARFEA
23920 Valencia Boulevard • Sui[e 300 • Santa Clarim California 91355-2196
Phone: (661) 259-2489 • FAX (661) 2598125
www.sanm-darim. coni
January 4, 2011
KASA Construction
316 North Corona Avenue
Ontario, CA 91764
Subject: Letter of Recommendation; Valencia Industrial Center Median Improvements,
Project B1008
To Whom It May Concern:
On behalf of the City of Santa Clarita, we would like to thank KASA Construction for their
exemplary performance in completing the Valencia Industrial Center Median Improvements,
Project B1008, located on Avenue Stanford and Avenue Scott.
KASA Construction completed this project with diligence and commitment, maintaining the
highest level of professionalism, attention to detail, and work ethic. The project management
team always kept the City's best interests in mind and if a problem or issue were to arise, KASA
Construction always resolved it in a quick and efficient manner.
KASA Construction's scheduling and coordination was extremely smooth, which was further
perpetuated by their closely -monitored traffic control and safety precautions. They maintained an
excellent relationship with the City inspection team, and kept the job running in a compliant and
organized fashion. In many instances, KASA Construction went beyond the City's expectations
in order to assure that the project was delivered at the highest standard possible.
The City could not be more pleased with the final project result. It has been a pleasure working
with KASA Construction and we would not hesitate to recommend their outstanding services.
We would like to express our gratitude for ajob well done and look forward to working together
again soon.
Sincerely,
Francisco J. Lgjan �J
Project Manager
FJ L:dp
5 TMAENG.CIWY,v., g,f rccommanralion IIr Coy
cc: Curtis L. Nay, Assistant City Engineer
Harry Corder, Senior Engineer
eery " `,+;j
LCC3 Construction Service, Inc
DSA Testing & Inspection • I.C.B.0 Testing & Inspection -Environmental Services
Geotechnical Services • Labor Compliance Services • Program Managcnnnt
Construction Mana¢ement
October 6, 2010
Mr. Sam Kasbar
Kasa Construction
316 N. Corona Ave.
Ontario, Ca 91764
Dear Mr. Kasbar,
It is with great pleasure that I write this testimonial for Kasa Construction. As Vice President of
Construction for LCC3 Construction Services, Inc, I have been afforded the opportunity to benefit
firsthand from the talents of the Kasa Construction project team. This testimonial is best exemplified
in the following example.
In June of 2010 Kasa Construction started a project for the Pomona Unified School District which
was being managed by me as owner's agent. This project consisted of reconstructing a hill slope
which had started to fail and was causing damage to one of the district's elementary school
campuses. The project was scheduled to complete under a tight time line and reduced budget.
Larry Edwards, Project Superintendant, and his support team's relentless commitment to cost
containment; schedule recovery and customer satisfaction truly made the difference in the
successful completion of the above mentioned project. I am pleased to share that not only did the
project complete under budget, but do to Mr. Edward's commitment to the success of the project it
came in on schedule with no disruption to any school programs.
Kasa Construction's project team always searched for the best solution whenever possible and kept
the goal of the project in sight. I found the project team to be professional, courteous, and very
organized.
I have added Kasa Construction to our contractor list and I look forward to working with the Kasa
Construction team in the near future.
Sincerely,
Brian Watt
Vice President, Construction
LCC3 Construction Services, Inc
Cc: File
4295 .lurupa Street # 203
Ontario, Ca 91.761
Office: (909) 390-0500 a Fax (800) 420-3407
l
U
• 1.
Robert J. Beste
Public Works Director
CIIT Y ® F
7 0 3 YR 1 S N C .vF
PUBLIC WORKS DEPARTMENT
September 6, 2011
RASA Construction Inc.
316 N. Corona Avenue
Ontario, CA 91764
Project: Median Island Improvements for the Beautification of Western Avenue from 190"'
Street to Carson Street
To Whom It May Concern:
KASA Construction. Inc. completed the above project in a timely ritanner and within the budL_eted
amount. KASA's staff showed experience and professionalism in their work. The work also involved
lane closures on Caltrans right-of-way. KASA's staff followed the Traffic Control Plans and worked
closely ivith'dre Caltrans inspector, and personnel from other utility companies. I am glad to say that there
were no incidents throughout the project. KASA's foreman and superintendent were easy to work with
and made sure that thejob site was clean and secure at the end of each working day.
I am pleased with the finished product, and I atn glad to recommend KASA Construction for future
projects.
sl1rely,
- �.t7e4t��_
John C. Dettle, P.E.
Project Manager
\:!1a4EMamn.Projcm 2011 iWcstem Ave landscapelCorrespondence''.Lctter of Recommendaion
June 20, 2011
KASA Construction
316 North Corona Avenue
Ontario, CA 91764
Subject: Letter of Recommendation; Terrace Park Improvements Project.
To Whom It May Concern:
On Behalf of the City of Redlands; we would like to thank KASA Construction for their
exemplary performance in completing the Terrace Park Improvements project.
KASA Construction completed this project with diligence and commitment, maintaining
the highest level of professionalism, attention to detail and work ethic. The project
management team always kept the City's best interest in mind and if a problem or issue
were to arise, KASA always resolved it in a quick and efficient manner.
The City could not be more pleased with the final project results. It has been a pleasure
working with KASA and we would not hesitate to recomirtend their outstanding services
to others. We would like to express our gratitude for ajob well done and look forward to
working together again.
/s Sincerely,
Bassam Alzammar
Constriction Manager
"Preserving the Past, Protecting the Future"
P.O. BOX 3005 REDLANDS, CA 92373
PAUL K. TANAKA, Mayor
TASHA CER DA, Mayor Pro Tem
DAN MEDINA. Councilrnember
RONALD K. IKEJIRI, Councilmember
RACHEL C. JOHNSON, Councilrnember
1700 WEST 102°7 STREET / GARDENA, CALIFORNIA 902473778 / (310) 217-9500 / FAX(310)217-6119
City of Gardena
MARIA E. MARQUEZ-BROOKES, City Clerk
J. INGRID TSUKIYAMA. City Treasurer
MITCHELL G, LANSDELL, Cfty Manager
PETER L. WALLIN, CityABorney
August 19, 2010
KASA Construction Inc.
316 N. Corona Ave.
Ontario. CA 91764
Project : Arthur Johnson Park — Restroom Facility, .LN 819
1200 W. 170th Street
Su feet : Letter of Recommendation
To `Xhoni It Mey Concern:
"The- City of Gardena would like to thank your company, KASA Construction tile., for the job well
done and Successfully completing the Arthur .Johnson Park Restroom Facility project located at 1200
V✓. 17001 St., Gardena, CA 90247. Within the 112 calendar days allocated for the project, your
company has shown due diligence and dedication to finish the work 36 Days ahead of schedule. which
*reativ benefited the community.
The City of Gardena also acknowledged that the project was complex due to the electrical, mechanical
and other utility retrofits required for Functionality, however, your attention to the specifics of the
construction in detail as well as proper scheduling has been very retrtarkable, resulting to a job well
done.
In addition to the high level of professionatl and quality workmanship in the field, KASA have proven
to maintain the same high level of service oil the Project .lvlanagetnent and Administrative portions of
the project.
Again, 1 would like to express my gratitude in providing your 11.0% in completing this much needed
project for the City of Gardena. We would not hesitate to refer KASA C0n511' )C't'ir)n 1nC, to other
areanizations who are also in need of quality services from such a dedicated and hard working
company.
Sincerely,
i
Jolmlkelix i, lojeci Engineer
Public Works Department
September 13, 2010
KASA Construction Inc.
316 N. Corona Avenue
Ontario, CA 91764
Project: Citrus College Campus Safety Landscape Project
To Whom It May Concern:
CITRUS COMMUNITY COLLEGE DISTRICT
BOARD OF TRUSTEES
Mrs. Susan M. Keith, Pres%dein
ClaremondAzusa/La Verne/Pomona Rep rsemarlvc
Dr. Gary L. Wwds, Vire Pre>idctt4
Azusa/Covina/Glendora/l,,vindale Reuresenrar,,,c
D, Parricia Rasmussen, Clerk/Secretary
Glendora/Azusa/San Dimas Repiescnrarive
Mrs. Joanne Monreamery, blember
MonroviaBradbaryfDunrrc Represenrariwe
Dr. Edward C. Orrell, Me ... ber
DunrrclAreadia/.Azusa/klanrovia Reprexcnrarlve
i\45. Kariac Ponce, Student Represenmliue
Dc Cwraldinc H. Perri, Snper'hrfendeur/Pres%dem
1 am writing this letter of referral to thank your company, KASA Construction Inc., for the due
diligence and dedication in successfully completing the Campus Safety Landscape Project
located at Citrus Community College, 1000 West Foothill Boulevard, Glendora, CA 91741.
KASA Construction worked well within an active campus setting and construction activity.
Product deliveries were coordinated in a manner which was supportive of ongoing campus
business. I have also been pleased with your approach which constantly recognizes the
College's best interest.
KASA Construction provided a safe and clean environment when working on campus and when
students were present. The project was completed on time. We would not hesitate to refer
KASA Construction to other agencies. Your team has remained positive and pro -active
thi oughout our association in this project administratively and in the field.
It has been a pleasure to work with your team on this project and we look forward in working
with KASA in the future.
Sinnceerrely,
RohLrt B dshaw
Construction Program Manager
Citrus College
RJB:la
food Wesr Foorhill Boultvard
Glendora, CA 91741-1899
TCL: 6i6.96j.ali3
www.cirruscollege.edu
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 13-00069
Sierra Highway Streetscene
Bid No. ENG -12-13-B3005
Project No. B3005
City gfSanta Clarita, California
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
KASA Construction. Inc. 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.
Reciscd 1/2012 Paoe I of 7
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
Revised 1/2012 Page 2 of 7
and policies of CITY respecting such services. and in accordance with appropriate standards of
professional conduct. if any, applicable to the services provided. CITY shall not be responsible
for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and
agreed that the CONTRACTOR is. and at all times shall be, an independent CONTRACTOR
and nothing contained herein shall be construed as making the CONTRACTOR, or any
individual whose compensation for services is paid by the CONTRACTOR, an agent or
employee of the CITY. or authorizing the CONTRACTOR to create or assume any obligation of
liability for or on behalf of the CITY.
ARTICLE VIII
CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but
not limited to, the following and as otherwise required by law. The terms of the insurance policy
or policies issued to provide the above insurance coverage shall provide that said insurance may
not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without
thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the
said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date. submit to the
City Clerk new evidence of insurance in the amounts established.
Liabilitv Insurance
During the entire term of this agreement. the CONTRACTOR agrees to procure and maintain
General Liability insurance at its sole expense to protect against loss from liability imposed by
law for damages on account of bodily injury, including death therefrom; suffered or alleged to be
suffered by any person or persons whomsoever, resulting directly or indirectly from any act or
activities. errors or omissions; of the CITY. or CONTRACTOR or any person acting for the
CITY, or under its control or direction, and also to protect against loss from liability imposed by
law for damages to any property of any person caused directly or indirectly by or from acts or
activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its
control or direction. Such public liability and property damage insurance shall also provide for
and protect the CITY against incurring any Legal cost in defending claims for alleged loss. Such
General. Public and Professional liability and property damage insurance shall be maintained in
full force and effect throughout the term of the AGREEMENT and any extension thereof in the
amount indicated above or the following minimum limits:
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.
Revised 1/2012 Page 3 of
J
Should CONTRACTOR for am, reason. fail to obtain and maintain the insurance required by
this Agreement City may obtain coverage at CONTARCTOR'S expense and deduct the cost of
such insurance from payments due to CONTRACTOR under this Agreement or terminate. In
the alternative should CONTRACTOR fail to meet any of the insurance requirements under this
agreement. City may cancel the Agreement immediately with no penalty.
Should Contractor's insurance required by this Agreement be 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.
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 Coverage Insurance (Services involving real property only)
CONTRACTOR also agrees to procure and maintain, at its sole expense, during the tern of this
Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism
insurance.
Revised 1/2012 Page 4 of 7
ARTICLE IX
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 R
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/Tenrtination
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.
Conflict of Interest
CONTRACTOR will comply with all conflict of interest laws and regulations including, without
limitation, CITY's conflict of interest regulations.
Non -Effect Waiver
CONTRACTOR's or CITY's-failure to insist upon the performance of any or all of the terms,
covenants, or conditions of this Agreement, or failure to exercise any rights or remedies
hereunder, shall not be construed as a waiver or relinquishment of the future performance of any
such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless
otherwise provided for herein.
Severability
In the event that any one or more of the provisions contained in this AGREEMENT shall for any
reason be held to be unenforceable in any respect by a court of competent jurisdiction, such
holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall
then be construed as if such unenforceable provisions are not a part hereof
Govemiru? Law
Re, iced 1/2012 Pale 5 of 7
This AGREEMENT shall be construed and interpreted and the legal relations created thereby
shall be determined in accordance with the laws of the State of California.
Compliance with Law
CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the
federal, state, and local government. including City's Labor Compliance Program.
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.
Prevailing Wages
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.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at
the job site.
This contract is subject to state prevailing wage requirements of the California Labor Code
including Sections 1770 and 1773, 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. The Contractors and
its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to
the requirements contained in the City of Santa Clarita'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 state 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 state 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 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
Revised 1/2012 Page 6 of 7
Documents will be performed or manufactured by any worker who is not legally eligible to
perform such services or employment.
The parties hereto for themselves. their heirs. executors: administrators. successors. and assigns do
hereby agree to the full performance of the covenants herein contained and have caused this
AGREEMENT to be executed in duplicate by setting hereunto their names and titles this
day of 20.
CONTRACTOR: CONTRACTOR Name:
Address:
Phone & Fax No.
ALL SIGNATURES MUs'r BE Signed By:
WITNESSED BY NOTARY
CITY:
Attest:
Approved as to Form:
Print Name &
CONTRACTOR's License No.
Class
Mayor/City Manager of the City of Santa Clarita
City Clerk of the City of Santa Clarita
City Attorney of the City of Santa Clarita
Date:
Date:
Date:
Revised 1/2013 Page 7 of
n F
x� /Y
r
r
✓�N Q` r ~ ter. ��,A'ai ij "'WWI
a
an L
rro
Me
K
�.La 1 k, � ��. q •' ys.,.G..
ay
xr : rte• yggy. \` � ` �j;��y 1 *'� M�., ■ � � +�,'CY�'�R '� � - �,{� . -'�"� � �ei�
� � 'r ' � 7J► � � xa .�YRy� �(��� �j, �,. � �' yL • � it r
t 1 �
i +�
jjr
l
Ok
4 � d
ry,
� r
4 n moi, a
r � z
~i 7 , • •�
City Of
SANTA CLARITA
23920 Valencia Boulevard • Suite 300 • Santa Clarita, California 91355-2196
Phone: (661) 259-2489 • FAR (661) 259-8125
wwwsanra-rlarim.com -
March 11, 2013
VIA FAX TO 661-295-7230
AND US MAIL
Mr. Jeffrey Myers
Oakridge Landscape, Inc.
28064 Avenue Stanford, Unit K
Valencia, CA 91355
Dear Mr. Myers:
Subject: Sierra Highway Streetseene: Bid Number ENG -12-13-133005
Thank you for submitting a bid for the Sierra Highway Streetscene: Bid Number ENG -12-13-
B3005 Project.
After reviewing your bid and consulting with the City Attorney's Office, City staff has
determined the bid submitted by Oakridge Landscape, Inc., (Oakridge) is not responsive to the
bid documents, due to a mistake by Oakridge in filling out the bid. Bid Item 19 is for a one -inch
Meter Conneation with Appurtenances with a quantity of two. The bid by Oakridge changes the
quantity on Bid Item 19 from two to one with a handwritten interlineation reading "1 per
addendum # 2". However, Addendum 2 does not reduce the connections from two to one. The
unit price submitted by Oakridge on Bid Item 19 is $10,551 and, for the quantity of one, the
extended price is $10,551. However, with the correct unit quantity of two, the extended price on
Bid Item 19 would be $21,102, which would increase the Oakridge bid total to $490,550.28
making the Oakridge bid higher than the bid submitted by KASA Construction, Inc., of
$484,340.65, The City Attorney has advised City Staff such arithmetical errors in filling out a
bid may not be waived by the City, and therefore, the Oakridge bid should be rejected as non-
responsive.
City staff intends to recommend the City Council reject your bid as nonresponsive for the reason
stated above during its meeting on March 26, 2013, at 6:00 p.m., at 23920 Valencia Boulevard,
Santa Clarita, CA 91355 and award the contract on this project to KASA Construction, Inc, If
you wish, you may appear at the City Council meeting to present your position. If you would like
to submit a written response to this letter, please do so by Monday, March 18, 2013, and it will
be provided to the City Council along with its agenda packet.
The City of Santa Clarita will release your bid bond following action by the City Council on the
award of the bid. Thank you again for submitting a bid for the subject project,
Mr. Jeffrey Myers
March, 11, 2013
Page 2
If you have any questions, please contact Curtis Nay, Assistant City Engineer, at (661) 284-4135.
Sincerely,
Robert G. Newman
Director of Public Works
RGN:JL:rg
ssw%vmNOclvrag Niomy$,e eLwalo OakrWg,.d
cc: Curtis L. Nay, Assistant City Engineer
Brian A. Pierik, Assistant City Attorney
A
March 18, 2013
Mr. Robert G. Newman
Director of Public Works
City of Santa Clarita
23920 Valencia Blvd. #300
Santa Clarita, CA 91355-2196
Regarding: Sierra Highway Streetscene Bid Number ENG -12-13-133005
Dear Mr. Newman:
Please consider this our written response to your letter dated March 11, 2013 rejecting our bid on the
project referenced above. We disagree with your ruling for the reason listed below.
Per Addendum #2, Item #3, POC #2 was to be supplied and installed by the City. This reduces the
quantity required to one instead of two, which is why we corrected the pre-printed quantity on Line
Item #19 of the bid form. Since the backflow in POC #2 includes the flow meter and the master valve,
the balance of the installation of POC #2 requires only minimal quantities of wire and mainline, which
we included in Line Items #21 and #24.
For the reasons above we feel you should not add the additional quantity back to Line #19 of the bid,
which would not increase the dollar amount of that line item, or to the total of the bid. Please
reconsider our original proposal as it stands, and forward a copy of this letter to the City Council to be
discussed at the council meeting on March 26, 2013.
Sincerely,
OAKR1DCyE LANDSCAPE, INC
Jeff ey NUrs
President
JM:sm