HomeMy WebLinkAbout2014-10-14 - AGENDA REPORTS - VAL LIBRARY ROOF PRJ M01017 (5)Agenda Item• 6
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval: —;
cm�4-
Item to be presented by: Byron Moline
DATE: October 14, 2014
SUBJECT: VALENCIA LIBRARY ROOF REPLACEMENT, PROJECT M1017
- APPROVE THE PLANS AND SPECIFICATIONS AND AWARD
CONSTRUCTION CONTRACT
DEPARTMENT: Public Works
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the Valencia Library Roof Replacement, Project
M1017.
2. Acknowledge the letter from Best Contracting Services, Inc., requesting to withdraw their
bid.
3. Award the construction contract to Rey -Crest Roofing & Waterproofing Co. in the amount of
$383,785, and authorize a contingency in the amount of $38,379, for a total contract amount
not to exceed $422,164.
4. Establish spending authority in the amount of $143,615, including taxes, to purchase roofing
material from Weatherproofing Technologies, Inc.
5. Authorize the City Manager or designee to execute all necessary documents subject to the
approval of the City Attorney.
BACKGROUND
On May 24, 2011, the City Council approved the public library acquisition from Los Angeles
County, which included the facilities, real property, personal property, and collections. At the
time of acquisition, City of Santa Clarita (City) staff anticipated work would be needed based on
visual observation. Subsequently, a roofing consultant was hired by the City to evaluate the roof
APPIOVED
at the Valencia Library and report on the overall condition. The estimated age of the roof is 25
years, and it was rated as "poor to failing" and exhibiting signs of failure, such as poor drainage,
ponding, missing tiles, and having areas of wet insulation.
This project will replace the existing roof with a built-up roof with a white gravel surface. This
"cool roof' is compliant with Title 24 of the California Building Energy Efficiency Standards,
and according to the California Energy Commission, it will help save money and energy.
An invitation to bid was published twice: July 27 and July 30, 2014, and was noticed on the
City's website. Five bids were submitted to the City and opened by Purchasing on
September 3, 2014. The results of the bids are shown below:
Company Location Bid Amount
Rey -Crest Roofing & Waterproofing Co. Los Angeles, CA $383,785
Cool Roofing Systems, Inc. Manteca, CA $393,478
Danny Letner Inc. dba Letner Roofing Co. Orange, CA $401,521
Chapman Coast Roof Co. Inc. Fullerton, CA $424,796
Best Contracting Services, Inc. Gardena, CA Withdrawn
The apparent low bidder, Best Contracting Services, Inc., sent a letter to the City requesting to
withdraw its bid due to clerical errors. Purchasing division staff reviewed the request and found
that the request to withdrawal is sufficient.
Staff recommends the project be awarded to Rey -Crest Roofing & Waterproofing Co., the next
lowest responsive bidder. This contractor possesses a valid state contractor's license and is in
good standing with the Contractors State License Board. Rey -Crest Roofing & Waterproofing
Co.'s bid has been reviewed for accuracy and conformance to the contract documents and was
found to be complete. Rey -Crest Roofing & Waterproofing Co. successfully completed roofing
projects at City Hall in 2006 and Corporate Yard in 2007.
City staff also recommends establishing a spending authority in the amount of $143,615, tax
included, to purchase material from Weatherproofing Technologies, Inc. Weatherproofing
Technologies, Inc., has a "piggyback" contract through the Association of Educational
Purchasing Agencies (AEPA). The AEPA is a multi -state non-profit organization made up of
educational service agencies/political subdivisions organized through a Memorandum of
Understanding between all participating states. By purchasing the material through this
organization, the City is able to save valuable time and money.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds in the amount of $580,000 are available in Expenditure Account
M1017601-5161.001 to cover all project -related costs.
2
ATTACHMENTS
Location Map
Photo Examples of Finished Roof
Contract for Rey -Crest Roofing & Waterproofing Co. available in the City Clerk's Reading File
Finished Roof Example - Photo #1
Cs�
Finished Roof Example - Photo #2
rM
M
O
O
CL
0-
E E
m
X
w
O
O
t
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 14-00349
VALENCIA LIBRARY ROOF REPLACEMENT, PROJECT M1017
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
REY-CREST ROOFING & WATERPROOFING CO. 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.
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.
Revised 1/2012 Page I of 7
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 -today supervision and control by CITY employees
or officials. CONTRACTOR shall perform services in accordance with the rules, regulations
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
Revised 1/2012 Page 2 of 7
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.
Liability 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.
Should CONTRACTOR, for any 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.
Revised 12012 Page 3 of 7
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 insurer's 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 term of this
Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism
insurance.
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.
Revised 1/2012 Page 4 of 7
ARTICLE X
Term
This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to
Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless
sooner terminated.
Modification/Termination
No modification, amendment or other change in this AGREEMENT or any provision hereof
shall be effective for any purpose unless specifically set forth in writing and signed by duly
authorized representatives of the parties hereto. This AGREEMENT may be terminated with or
without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any
reduction of services shall require thirty (30) days advance written notice unless otherwise
agreed in writing between CONTRACTOR and CITY. In the event of termination,
CONTRACTOR shall be entitled to compensation for all satisfactory services completed and
materials provided to the date of the notice of termination.
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.
Governing Law
This AGREEMENT shall be construed and interpreted and the legal relations created thereby
shall be determined in accordance with the laws of the State of California.
Revised 12012 Page 5 of 7
ti
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 (I-9). The Contractor
shall establish appropriate procedures and controls so no services or products under the Contract
Documents will be performed or manufactured by any worker who is not legally eligible to
perform such services or employment.
Revised 12012 Page 6 of 7
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 MUST BE Signed By:
WITNESSED BY NOTARY
Cgi1W
Attest:
Approved as to Form:
Print Name & Title:
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 1/2012 Page 7 of 7
ADDENDUM NO. 1
VALENCIA LIBRARY ROOF REPLACEMENT
BID NO. ENG -14-15-M1017
PROJECT M1017
IN
THE CITY OF SANTA CLARITA
August 19, 2014
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 this Addendum, remain in force.
All trades affected shall be fully advised of these changes, deletions, and additions.
1. Replace Table of Contents: "Exhibit - "G", Flashing Detail" is hereby added to
the bottom of the page.
2. Replace Section C in its entirety: The Designation of Subcontractors pages
have been revised to include DBE information. "Certification of Non -segregated
Facilities", "Debarment & Suspension Certification" and "Equal Employment
Opportunity Certification" documents were also added to this section.
3. Add Exhibit — "G", Flashing Detail: This item was not included in first edition
of Specifications.
4. The bid due date will remain Wednesday, September 3, 2014 before 11:00 a.m.
BIDDER'S CERTIFICATE
I acknowledge receipt of this Addendum No.
September 3 2014
Date
and accept the aforementioned.
BI der's Signature
THIS DOCUMENT TO BE SUBMITTED WITH BID
s:vrax:eroxen R0&M MW10n and =1A Page 1 of 7
TABLE OF CONTENTS
VALENCIA LIBRARY ROOF REPLACEMENT
City Bid No. EN<3`i4-15^yN1U17
City Project YN1O17
Title
Notice Inviting Bids ... ....^^"~~
Instructions to 8iddmrs_=^"``..,..
Terms and Conditions ... ___ -....... .......... ~��-°--
Proposal ... ......
Bid Proposal
Bid Schedule ............... ............... .....
~^.~
Designation nfSubcontractors .... ....
~....-
References.... .......... .............................. ~'~~.
Non -Collusion Affidavit ...... ..................... .... ,
Bidder's Information and Certification .........
�
Proposal Guarantee (Bid Bond) .-.... °.`,`
Items tubeSubmitted with Bid .....................
Contract Agreement
Faithful Performance Bond ............. ____ ......
Material and Labor /paymen0Bond ..... _......
-
General Provisions �,,.,.,,+.'°~^^~./a..._
Special Provisions........ ...~_
Toohniou| Specifications - Scope cfWork . .....°..
Location Map. .... ............... ...... ......
City Furnished Roofing
K�ah�ha|u.°°,°~..--_.
Labor Compliance Program .................... _........
Tapered Insulation Daaign.... .............. ~�,,^
Manufacturer's Maintenance Warranty Agreement
Section
_~^~^-,^~"~-r.'--^.~.-'_,-..A
-"~~,'=...^°~~'". B
............. ......
.,.~8
...........~C
_,_....._.�.-_.-._..—..._C
........... C
.......... ...........0
C
^^^,,_^^'...~"`~.~..~°.. D
...........
.^....~.^..~..~-�D
.-.'.=_._....... _-."°....... E
........... ^......... .~~~.,~°,~°^_F
.............................G
........... EXH|BIT ^^A"
~,_~... ............. EXHIBIT '"D"
......... ~~~.............. EXHIBIT '"C"
............ EXHIBIT ^D"
..^.^.,............ EXHIBIT ^"E'
Construotion&Demolition Materials Management Plan (C&DMMPFonn).................. EXHIBIT '"F°
Flashing Detail ................... .............. "~...... ^........................ EXHIBIT '"{"
SECTION C
PROPOSAL
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
City of Santa Clarita, California
TO THE CITY OF SANTA CLARITA, AS AGENCY
In accordance with AGENCYs NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to
fumish 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 shah become the property of the AGENCY and this bid and the
acceptance hereof may, at the AGENCY s option, be considered null and void.
BIDDER agrees that the price bid for the project shall include all cost covering the performance of work,
including the furnishing all materials, labor, tools, and equipment. BIDDER further agrees that the cost of
work necessary for the completion of a particular Bid Schedule item has been included in the price bid for
that item unless the work is specifically included in another item; and if there is no bid item for a particular
item of work, full compensation for such work shall be considered as included in the price bid for other
items of work.
Valencia Library Roof Replacement
Project M1017 C-1 Addendum #1
Company Name: Rey -Crest Roofing & Waterproofing
Company Address: 3065 Verdugo Rd
Los Angeles Ca, 90065
By Michael Soracco
Print Name
Title: ProkdM
ject Mena
Signature:
Date: 09/03/2014
Valencia Library Roof Replacement
Project M 10 17 C-2 Addendum 41
BID SCHEDULE
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
City of Santa Ciarita, California
"Measurement and Payment" descriptions are in Section 9 of "General Provisions" in Greenbook 2012 and
"Special Provisions" in the Contract Document.
The Agency is bidding this project with the above stated Bid Schedule. The Agency will award the Contract
to the lowest successful Bidder.
The City reserves the right to reject any and all bids, to waive any informality in a bid, and to make awards
in the interest of the City.
The basis for award shall be the Contractor's Base Bid plus the alternates, with a total amount not
to exceed the AGENCY'S Project Budget If the CONTRACTOR'S Base Bid plus the alternates Bid
exceeds the Project Budget, the City reserves the right to award to the lowest responsible BIDDER
based on the Base Bid only.
The AGENCY reserves the right to add any of the additive Alternates by Contract Change Order at
any time during the project up to the last contract working day. The BIDDER agrees to hold all unit
prices bid for Additive Alternates constant throughout the duration of the project up to the last
contract working day. No additional compensation will be allowed for Alternates added by Contract
Change Order beyond the amount shown on the original bid.
Valencia Library Roof Replacement
ProjectM1017 C-3 Addendum #1
• Removal of Roof
Insulation
LS
1
- $279,120.00.
• Labor to install City -furnished material
• Miscellaneous material
Two Hundred Seventy Nine Thousand One Hundred Twenty Dollars
Base Bid Schedule Total (in Words):
'T}.
9lti`j,,T.S..x rr:�S _-:tz.�,: rs -n, =,'
,,,``5;
t'`r''v
Tapered insulation material and labor:
(Price is to eliminate the 1.5" insulation and adding the
tapered insulation system as specified. Price
LS
1
AA1
includes all labor, additional materials, equipment and all
other taxes and premiums for insurance, required to perform
$75,565.00
and corn to the work per the specifications.)
AA2
Manufacturer's Maintenance Warranty Agreement
LS
1
$29,100.00
The Agency is bidding this project with the above stated Bid Schedule. The Agency will award the Contract
to the lowest successful Bidder.
The City reserves the right to reject any and all bids, to waive any informality in a bid, and to make awards
in the interest of the City.
The basis for award shall be the Contractor's Base Bid plus the alternates, with a total amount not
to exceed the AGENCY'S Project Budget If the CONTRACTOR'S Base Bid plus the alternates Bid
exceeds the Project Budget, the City reserves the right to award to the lowest responsible BIDDER
based on the Base Bid only.
The AGENCY reserves the right to add any of the additive Alternates by Contract Change Order at
any time during the project up to the last contract working day. The BIDDER agrees to hold all unit
prices bid for Additive Alternates constant throughout the duration of the project up to the last
contract working day. No additional compensation will be allowed for Alternates added by Contract
Change Order beyond the amount shown on the original bid.
Valencia Library Roof Replacement
ProjectM1017 C-3 Addendum #1
DESIGNATION OF SUBCONTRACTORS
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
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 '/1 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 subcontractor is participating as a DBE.
Subcontractor 13 8, M Tearo
A e of firm:
DBE STATUS:
Certifying Agency:
Location and Place of Business
Dollar Value of Work $26,531.00
Annual Gross Receipts:
Location and Place of Business 11703 Mc Bean Dr EI Monte Ca, 91732
Bid Schedule Item Nos:
Description of Work
i
Roof Removal
License No. 769864
Exp. Date. / !
Phone (92� 755-9505
Subcontractor DBE STATUS:
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos: Description of Work
License No. Exp. Date: /
Phone( )
Valencia Library Roof Replacement
Project M1017 C-4 Addendum #1
DESIGNATION OF SUBCONTRACTORS
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
City of Santa Clarita, California
Subcontractor DBE STATUS:
A e of firm: Certifying Age nc :
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos: Description of Work
License No. Exp. Date: /
Phone ( )
Subcontractor
Age of firm:
DBE STATUS:
Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / Phone ( )
Valencia Library Roof Replacement
Project M1017 C-5 Addendum #1
DESIGNATION OF SUBCONTRACTORS
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
City of Santa Clarita, California
Subcontractor
Age of firm:
DBE STATUS:
Certifying A ency: _
Dollar Value of Work
Annual Gross Recei ts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Dare -7 / Phone ( )
Subcontractor DBE STATUS:
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: /
Phone ( )
Valencia Library Roof Replacement
Project MI 017 C-6 Addendum #1
REFERENCES
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
City of Santa Clarita, California
Contractor's Name Please See The Attached
Who the work was done for:
Telephone
Contact
Date Work Compieted:
Contractor's Name:
Who the work was done for:
Address:
Telephone No:
Contact Person:
Date Work Completed:
Contractor's Name:
Who the work was done for:
Address:
Telephone No:
Contact Person:
Date Work Completed:
Valencia Library Roof Replacement
Project M1017 C-7 Addendum #t
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
City of Santa Clarita, California
Contractor's Name:
Who the work was done for.
Address:
Telephone Nw.
Contact Person:
Date Work Completed:
Contractor's
Who the work was done
Address:
Telephone Not
Contact Person:
Date Work Completed:
Contractor's Name:
Who the work was done for
Addressr
Telephone No,
Contact Person:
Date Work Completed:
Valencia Library Roof Replacement
Project M1017 C-8 Addendum #1
RES' -CREST
Roofing & Waterproofing Co.
September 3, 2014
Attention: Purchasing
Regarding: Valencia Library
To whom it may concern,
Thank you for the opportunity to submit the following information regarding our
company. Also, please visit our web site at reycrest.com for photos and additional
information regarding our company.
Rey -Crest Roofing and Waterproofing Company has been in business since 1969,
providing various types of roofing and waterproofing. We are a service oriented company with
an excellent reputation in the roofing industry. The service our company administers is of the
highest quality and our crews are efficient, courteous and provide professional workmanship.
Included in these services are maintenance and repair agreements.
We are fully licensed and insured (General Liability, Workman's Compensation and
Automobile). Also, we are members of the Southern California and National Roofing
Contractor's Associations.
Rey -Crest Roofing specializes in high rise, warehouse, commercial, residential and other
types of roofing & waterproofing applications, such as:
(1) Hot Built -Up Roof Systems
(2) Cold Built -Up Roof Systems
(3) Single -Ply Roof Systems
(4) Modified Bitumen Roof Systems
(5) Composition Shingle and Tile Roof Systems
(6) Waterproofing- Deck/Roof Coatings, Below grade
Some additional strong points are our dedication to quality service, twenty-four hour leak
service and our scheduled preventative maintenance program.
We assure you the work our company provides is of the highest quality and we would be
proud to add your facility to our list of satisfied customers.
Some of these customers are as follows:
Hospitals:
San Bernardino Community Hosp. Redlands Community Hospital
San Bernardino, California Redlands, California
Mr. Dwight Martin - (909) 887-6333 Ext. 1648 Mr. Brian Madsen - (909) 335-6438
Henry Mayo Hospital St. Jude Medical Center
Valencia, California Fullerton, California
Mr. Bob Knoblach - (661) 253-8489 Mr. Bob Noonan - (714) 992-3988
South Coast Medical Center Loma Linda University Medical Center
Laguna Beach, California Loma Linda, California
Mr. Chuck Coryell - (949) 499-7576 Mr. Robert Cole - (909) 824-7715
Corona Regional Medical Center Sunrise/Humana Hospitals
Corona, California Las Vegas, Nevada/ Huntington Beach / Westminster, Ca.
Mr. Bob Byrne - (909) 736-6274 Mr. Ken Kirkpatrick - (702) 731-8260
National Medical Enterprises Garfield Medical Center
Placentia, California Monterey Park, California
Mr. Al Reasoner - (310) 998-8000 Mr. Joe Quijada - (310) 307-2016
Lakewood Regional Medical Center St. Joseph Hospital of Orange
Lakewood, California Orange, California
Mr. Jim Spinelli - (310) 602-6708 Mr. Tom Cottage/Greg Eikam- (714) 744-8669
Commercial Bldgs.:
CBS Studios Center JE JACOBS REMEDIATION/ Jet Propulsion Laboratories
Studio City, California Pasadena, California
Mr. Brian Lovell - (818) 655-5664 Mr. George Beck 4661) 259-0033
Lakeshore Marina Pacifica
Valencia, California Long Beach, California
W. Ron Arnett - (661) 255-7360 Mr. Greg Cook- (562) 598-3323
Bayer-Medsep Archdiocese of Los Angeles
Covina, California Los Angeles, California
Mr. Dennis Seel - (626) 859-8108 Br. Hilarion O'Connor - (213) 637-7852
Pacific Bell U.S. Army/Air National Guard
Burbank, California Various Locations -So. California
Mr. Rex Eliseo - (818) 569-4677 Calnik Engineering & Construction
Mr. Frank Baez — (714) 871-6272
NON -COLLUSION AFFIDAVIT
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project 110110117
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA ),
) ss.
COUNTY OF LOS ANGELES
Michael Soracco ; being first duly sworn, deposes and says that he or she is
Project Manager of Rey -Crest Roofing & Waterproofing, the
party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed
person, partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder
or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any
manner, directly or indirectly, sought by agreement, communication, or conference With anyone to fix the bid
price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that
of any other bidder, or to secure any advantage against the public body awarding the contract of anyone
interested in the proposed contract; that all statements contained in the bid are true; and, further, that the
Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents
thereof, or divulged information or data relative thereto, or paid, and Will not pay, any fee to any corporation,
partnership, company, association, organization, bid depository, or to any b agent thereof to
effectuate a collusive or sham bid. rye
SIGNATURES MUST BE WITNESSED BY NOTARY. 01 L ,.-
ATTACH ACKNOWLEDGEMENT. Sign Name IL/
Michael Soracco
Print Name
Project manager
Title
334758
Contractor's License No.
Please see attached
Acknowledgement/Jurat
Payam Ayazl (Notary Public)
Valencia Library Roof Replacement
Project M1017 C-9 Addendum #1
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
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.
0 there are any exceptions to this certification, insert the exceptions in the following space.
None
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.
N/A
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.
Valencia Library Roof Replacement
Project M 10 17 C-10 Addendum #1
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
City of Santa Clarita, California
This bidder Michael soracco proposed subcontractor Rey -Crest Rooting hereby
certifies
that he has has not x 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 x , 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: Rey -Crest Roofing &Waterproofing
By, Michael Soracco
Title: Project Manager
Date: 09/03/2014
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.
Valencia Library Roof Replacement
Project x411017 C-11 Addendum #1
BIDDER'S INFORMATION AND CERTIFICATION
Bidder certifies that the representations of the bid are true and correct and made under penalty of
pedury
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:
Rey -Crest Roofing & Waterproofing
Business Address: 3065 Verdugo Rd Los Angeles Ca, 90065
Telephone No.: 323-257-9329
State CONTRACTOR's License No. & Class:
Original Date: 06/01/1969
334758 C-39
Expiration Date: 06/01/2015
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:
George Reyes President
Reyes Vice President
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an
interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal
having an interest in this proposal was an owner, corporate officer, partner or joint venture are as
follows:
None
Valencia Library Roof Replacement
Project M1017 C-12 Addendum #1
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest
in this proposal are as follows:
None
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands,
and seals of all aforementioned principals this 03 day of Sept 20 14 .
BIDDER:
Signature
Michael Soracco Project Manager
Name and Title of Signatory
Rey -Crest Roofing &. Waterproofing
Legal Name of Bidder
3065 Verdugo Rd Los Angeles Ca, 90065
Address
323-257-9329 95-3057325
Telephone Number Federal Tax I.D. No.
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF
BIDDER MUST BE ATTACHED
Subscribed and swom to this
Notary
',/ day of ro< 20//.
n
(SEAL)
Valencia Library Roof Replacement
Project M1017 C-13 Addendum#1
CERTIFICATION OF NON -SEGREGATED FACILITIES
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
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 certificabons in his files.
Rey -Crest Roofing & Waterproofing
CONTRACTOR
Required by the May. 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of
Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065).
Valencia Library Roof Replacement
Project M1017 C-14 Addendum 41
BIDDER'S INFORMATION AND CERTIFICATION
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
City of Santa Clarita, Califomia
Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury.
Bidder certifies that minority business enterprise subcontractors have been afforded full opportunity to submit
bids in response to the notice and have not be discriminated against on the basis of race, color, national
origin, ancestry, sex, or religion in consideration for award.
Bidder's Name'. Rey -Crest Roofing & Waterproofing
Business Address; 3065 Verdu4o Rd
Los Angeles Ca 90065
323-257-9329
Fax 323-223-2261
State Contractor's License No. & Class: 3347458 C-39
Original Date Issued:.. 06-01-1969 Expiretioh:Date: 06-01-2015
Number of Years Firm Has Been in Business: 45
The following are the names, titles, addresses, and phone numbers of ail individuals, firm members, partners,
joint venturers, and/or corporate officers having a principal interest in this proposal:
Name and Title:
George Reyes President
Address:
3065 Verdugo Rd
Los Angeles Ca 90065
Telephone:
323-257-9329
Name and Title:
Georgia Reyes Vice President
Address:
3065 Verdugo Rd
Los Angeles Ca 90065
Telephone:
323-257-9329
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this
Proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this
Proposal was an owner, corporate officer, partner or joint venturer are as follows:
NONE
Valencia Library Roof Replacement
Project M 10 17 C-15 Addendum #1
All current and prior DBA's, alias, and/or fictitious business names for any principal having an interest in this
proposal are as follows:
None
IN WITNESS WHEREOF, Bidder executes and submits this proposal with the names, title, hands, and seals
of all aforementioned principals this 03 day of September 20 14
Bidder Rey -Crest Roofing & Waterproofing
SIGNATURES MUST BE WITNESSED BY NOTARY.
ATTACH ACKNOWLEDGEMENT. Sign
Print Name Michael Soracco
Title Project Manager
Please see attached
AcknowledgemendJurat
Payam Ayazi (Notary Publk)
Valencia Library Roof Replacement
Project M1017 C-16 Addendum#1
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
Valencia Library Roof Replacement
City Bid No. ENG -14-15-M1017
City Project M1017
City of Santa Clarita, California
NOTE. The following form shall be used in case check accompanies bid.
Accompanying this Proposal is a 'certified/cashier's check payable to the order of the City of Santa Clarita for:
dollars {$ ), this amount being not less
than ten percent (10%) of the total amount of the bid. The proceeds of this 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 fumish the
required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned.
Project Name: Valencia Library Roof Replacement
Rey -Crest Roofing & Waterproofing
CONTRACTOR
3065 Verdugo Rd
Address
Los Angeles Ca, 90065
City, State, Zip Code
* 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.
Valencia Library Roof Replacement
Project 101017 C-17 Addendum #1
BIDDER'S QUESTIONNAIRE
Valencia Library Roof Replacement
City Bid No. ENG -14-1541017
City Project M1017
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.
3a
Submitted by: 00 eSna t5cS
Principal Office Address:
Telephone:
Tvnn of Girm- -
Corporate: Other
Individual:
Partnership:
If a corporation, answer these questions:
Date of Incorporation:
President's Name:
Vice -President's Name:
Secretary or Clerk's Name:
Treasurer's Name:
of Incorporation:
3b. If a partnership, answer these questions.
Date of organization: State Organized in:
Name of all partners holding more than a 10% interest:
Designate which are General or Managing Partners.
4. Name of person holding CONTRACTOR's license:
License number: _ _ Class. _ Expirabon Date:
5. CONTRACTOR's Representative:
Titles•
Alternate:
Title:
6. List the major construction projects your organization has in progress as of this date:
Owner: (A) (B)
Project Location:
Type of Project:
Valencia Library Roof Replacement
Project M1017 C-19 Addendum #1
PROPOSAL GUARANTEE (BID BONDI
Valencia Library Roof Replacement
City Bid No, ENG -14.15-M1017
City Project M1017
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that Rey Crest Roofing & Waterproofing Co.
as Bidder,
rmly bound unto
penal sum
Of Sa
of the Total
as Agency,
, are nelu I
in the
of
dollars ($10°l ------- --- — l which is ten percent (10%) of the total amount bid by
Bidder to Agency for the above -stated project, for the payment of which sum, Bidder and Surety agree to be
bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas Bidder is about to submit a bid to
Agency for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is
awarded and entered into by Bidder In the manner and time specified, then this obligation shall be null and
void, otherwise it shall remain in full force and effect in favor of Agency.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
27th day of August 2014
(CORPORATE SEAL)
SIGNATURES MUST BE
NOTARIZED. ATTACH
Surety Name: Western Surety Company
Address: _ 1455 Frazee Road Suite 8n1
San Diego, CA 92108
Signed By: E
Edith Garibay
Print Name and Title: Attorney -In -Fact
ACKNOWLEDGEMENTS.
Bidder Name: Rey Crest Roofing & Waterproofing Co.
Address: 3065 Verdugo Road
Los Angeles CA 90065 _
Signed By: –
Print Name and Title:
Valencia Library Roof Replacement
Project M 1017 C-12
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
County of Orange
On p g l g] [14 before me, R Rivas Notary Public
Det. Hera Insert Name and Title of the Officer
personally appeared Edith Garibay----------------------------------------
Name(s) of Signers)
R. RIVAB
Commission * 1954551
^ Notary Putillc - California
Orange County
My Comm. Expires Oct 28. 2015
who the
to me on the basis of satisfactory evidence to
be the person(srf whose nameW islWa subscribed to the
within instrument and acknowledged to me that pdshe/paey
executed the same in Pie/her/their authorized eapacitypias),
and that by his/her/tbe r signature
(e}on the instrument the
persoh(K, or the entity upon baha l of which the person, <
acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws of
the Slate of California that the foregoing paragraph is true
and correct.
Witness my hand H' I seal.
Signature_ Lcta_.'
Place Notary Seal Above Signature W Nwary 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 form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s):
❑ Partner — ❑Limited❑General
G6 Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Signer's Name:
❑ Individual
❑ Corporate Officer —Title(s)_
❑ Partner —❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal otYce in the City of Sioux Falls, and State of South Dakota and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
William R Curtis, Rosa E Rivas, Eugene T Zondlo, Edith Garibay, Individually
of Irvine, CA, its true and lawful Altomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and Bin its behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation,
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be
hereto affixed on this 13th day of June, 2014.
WESTERN SURETY COMPANY
4
�tisE As' ki
r 'aur T. Bmflat. Vice President
State of South Dakota l
County of Minnehaha
Jj
On this 13th day of June, 2014, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he
resides in the City of Sioux Fails, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed
the above instrument, that he knows the seat of said corporation; that the seat affixed to the said instmment is such corporate seal; that it was so affixed
pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges
same to be the act and deed of said corporation.
My commission expires t"""""`""""""`"""""""`
MOFR
June 23, 2015MOUTH P09UO
e e SOUTH OAKbTA
J. Mohr, Notary Public
CERTIFICATE
I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and funkier certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this ? 7 t11 day of August.. 12014
WESTERN SURETY COMPANY
Nelso�f nj,ALst�stant Secretary
Form r4280-1-2012