Loading...
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