HomeMy WebLinkAbout2015-01-27 - AGENDA REPORTS - CITY HALL ACCESS IMPRV PRF1021 (2)Agenda Item: 6
CITY OF SANTA CLARITA
is AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:
DATE: January 27, 2015
SUBJECT: CITY HALL ACCESS IMPROVEMENTS, PROJECT F1021 -
AWARD CONSTRUCTION CONTRACT
DEPARTMENT: Public Works
PRESENTER: Byron Moline
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the City Hall Access Improvements, Project F1021.
2. Award the construction contract to Draper Construction in the amount of $157,072, and
authorize a contingency in the amount of $23,561, for a total contract amount not to exceed
$180,633.
3. Authorize the transfer of $46,000 in General Funds (601) from the 2013-14 Overlay and
Slurry Seal Program Expenditure Account M0097601-5161.001 to the City Hall Access
Improvements Expenditure Accounf F1021601-5161.001.
4. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The City Hall building is an indispensable asset to the City of Santa Clarita (City). The building
is occupied by numerous City departments and is visited daily by hundreds of patrons using the
services provided by the City.
Originally constructed in 1986, the City Hall building is three stories tall and contains roughly
74,000 square feet of office space. The California Building Standards Code and the Americans
with Disabilities Act (ADA) require local governments undertaking facility renovations to bring
any known accessibility deficiencies into compliance with current accessibility standards. A site
assessment was performed by National Access Consultants to identify accessibility issues at the
Pa
APPROVED Packet Pg. 40
City Hall building. Due to the recently completed seismic retrofit project, City staff reviewed and
updated the assessment in January 2013. Staff developed a list of modifications needed to
comply with current ADA standards, and prepared estimates for the various accessibility
improvements to City Hall. James Mickartz Architect completed the plans and specifications for
the exterior site improvements, which will include modifications to existing non-compliant
concrete ramps and walkways, installation of metal handrails, asphalt paving of parking lot,
signing and striping of parking stalls, and minor landscape repairs. This project will construct
those exterior modifications. Interior modifications will also need to be made to the building to
bring it into compliance with ADA standards and will be made under a separate contract, which
will be bid separately due to the nature of the work.
An invitation to bid was published two times, November 2, and November 5, 2014, and was
noticed on the City's website. Plans and specifications were also sent to area plan rooms. Eight
bids were submitted to the City and opened by Purchasing on December 15. The results of the
bid are shown below:
Company
Draper Construction
FS Construction
Parsam Construction, Inc.
MG Enterprises Inc.
Evans & Son, Inc.
Fast -Track Construction
AVA Builders, Inc.
El Camino Construction & Engineering
Location
Bid Amount
Moorpark, CA
$157,072
Sylmar, CA
$232,830
Glendale, CA
$235,330
Tarzana, CA
$256,260
Santa Clarita, CA
$271,543
Culver City, CA
$282,500
North Hollywood, CA
$293,210
Long Beach, CA
$299,120
Staff recommends the project be awarded to Draper Construction, the lowest responsive bidder.
This contractor possesses a valid state contractor's license and is in good standing with the
Contractor State License Board. The contractor's bid was reviewed for accuracy and
conformance to the contract documents and found to be complete.
The 15 -percent construction contingency amount requested will cover costs of unforeseen site
conditions specifically related to potential conflicts with existing underground utilities.
The requested transfer will place funds in the appropriate account to provide budget for overlay
of the City Hall parking lot. The remaining budget will provide for staff oversight, special
inspection and material testing, labor compliance, and miscellaneous costs.
While the City maintains a "Support of Local Businesses" policy that can be utilized by the City
Council when wan -anted, the City is governed by the State 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 a bidder just because they are local as the State Public Contract Code does not allow the
City to recognize them as the "lowest" responsible bidder.
Pagc 2
Packet Pg. 41
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
The requested budget transfer and funds already appropriated in expenditure accounts F1021203-
516 1.001
1021203-
5161.001 (Community Development Block Grant) and F 1021601-5161.001 (General Capital
Projects) will create a project budget of $295,948 and will provide for the exterior work and any
future contracts for the interior portions of this project. This budget will also provide for staff
oversight, special inspection and material testing, labor compliance, and miscellaneous costs.
ATTACHMENTS
Location Map
Contract for Draper Construction (available in the City Clerk's Reading File)
Pace 3
Packet Pg. 42
m
, `,14
I;;$-
.4, f
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 14-00453
CITYHALL ACCESS IMPROVEMENTS, PROJECT F1021
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 Draper
Construction, as CONTRACTOR.
CITY and CONTRACTOR have mutually agreed as follows:
ARTICLE I
That contract documents for the aforesaid project shall consist of the Notice Inviting Bids,
Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special
Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings,
appendices, and City's Labor Compliance Program; together with this AGREEMENT and all
required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all
addenda or supplemental agreements clarifying or extending the work contemplated as may be
required to insure its completion in an acceptable manner. All of the provisions of said
AGREEMENT documents are made a part hereof as though fully set forth herein.
ARTICLE II
For and in consideration of the payments and agreements to be made and performed by CITY,
CONTRACTOR agrees to furnish all materials and perform all work required for the above -stated
project, and to fulfill all other obligations as set forth in the aforesaid contract documents.
ARTICLE III
CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full
compensation for furnishing all materials, performing all work, and fulfilling all obligations
hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising
out of the nature of the work during its progress or prior to its acceptance including those for well
and faithfully completing the work and the whole thereof in the manner and time specified in the
aforesaid contract documents; and also including those arising from actions of the elements,
unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or
discontinuance of the work, and all other unknowns or risks of any description connected with the
work.
Revised 1/2011
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
fust 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
Revised 12011
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.
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.
insurance from payments due to CONTRACTOR under this Aereement 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. FurthermoreCONTRACTOR must obtain replacement coverage that meets all
Such General, Public and Professional liability, and property damage insurance shall be maintained
in full force and effect throughout the term of the AGUEMENT 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.
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.
Revised 1/2011
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 X
Term
This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to
Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless
sooner terminated.
Modification/Termination
No modification, amendment or other change in this AGREEMENT or any provision hereof shall
be effective for any purpose unless specifically set forth in writing and signed by duly authorized
representatives of the parties hereto. This AGREEMENT may be terminated with or without cause
by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of
services shall require thirty (30) days advance written notice unless otherwise agreed in writing
between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled
to compensation for all satisfactory services completed and materials provided to the date of the
notice of termination.
Non -Effect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms,
covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder,
shall not be construed as a waiver or relinquishment of the future performance of any such terms,
covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided
for herein.
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 IQOI I
Compliance with Law
CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the
federal, state, and local government, including City's Labor Compliance Program (LCP).
CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination
System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES
Requirements shall result in project delays through City issued Stop Work Notices and/or fines
levied against the CONTRACTOR.
Conflict of Interest
CONSULTANT will comply with all conflict of interest laws and regulations including, without
limitation, CITY'S conflict of interest regulations.
Prevailing 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 both federal and state prevailing wage requirements of the California
Labor Code including Sections 1770 and 1773, the Davis -Bacon and Related Acts and the City's
California Department of Industrial Relations (DIR) approved Labor Compliance Program. All
covered work classifications required in performance of this contract will be subject to prevailing
wage provisions. If there is a difference between the federal and state wage rates, the Contract and
its subcontractors shall pay not less than the higher wage rate. Contractor shall further adhere to the
requirements contained in the City's Labor Compliance Program. A copy of the Labor Compliance
Program is available for review upon request at the Office of the City Clerk. All pertinent federal
and State of California statues and regulations, including, but not limited to those referred to in this
contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in
their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all
applicable federal and State of California statues and regulations and adhering to the latest editions
of such.
Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which
includes provisions addressing employment eligibility, employment verification, and
nondiscrimination. Under the INA, employers may hire only persons who may legally work in
the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S.
Revised 12011
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
Documents will be performed or manufactured by any worker who is not legally eligible to
perform such services or employment.
Federal Prevailing Wages
The work being done pursuant to this Contract is paid for in pall by the United States of America.
Therefore, pursuant to the provisions applicable to such federal assistance, Contractor
acknowledges and agrees that the services, construction, and maintenance pursuant to this Contract
is, or may become, subject to certain federal laws and regulations, including, but not limited to,
provisions of the Davis -Bacon Act, and particularly 29 Code of Federal Regulations Section 5.5 in
part as follows:
(a) The Agency head shall cause or require the contracting officer to insert in full in any contract in
excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including
painting and decorating, of a public building or public work, or building or work financed in whole
or in part from federal funds or in accordance with guarantees of a federal agency or financed from
funds obtained by pledge of any contract of a federal agency to make a loan, grant or annual
contribution (except where a different meaning is expressly indicated), and which is subject to the
labor standards provisions of any of the acts listed in Section 5.1, the following clauses (or any
modifications thereof to meet the particular needs of the agency provided that such modifications
are first approved by the Department of Labor):
(1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work
(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the
construction or development of the project), will be paid unconditionally and not less often than
once a week, and without subsequent deduction or rebate on any account (except such payroll
deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act
(29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment computed at rates not less than those contained in the wage
determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless
of any contractual relationship which may be alleged to exist between the contractor and such
laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe
benefits under Section I(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are
considered wages paid to such laborers or mechanics, subject to the provisions of paragraph
(a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly
period (but not less often than quarterly) under plans, funds, or programs which cover the particular
weekly period, are deemed to be constructively made or incurred during such weekly period. Such
laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in Section 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time actually
worked therein: provided that the employer's payroll records accurately set forth the time spent in
each classification in which work is performed. The wage determination (including any additional
Revised 12011
classification and wage rates conformed under paragraph (a)(Ixii) of this section) and the Davis -
Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the
site of the work in a prominent and accessible place where it can be easily seen by the workers.
(iixA) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting, officer
shall approve an additional classification and wage rate and fringe benefits therefore only when the
following criteria have been met: (I) The work to be performed by the classification requested is not
performed by a classification in the wage determination; and (2) The classification is utilized in the
area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B)
If the contractor and the laborers and mechanics to be employed in the classification (if known), or
their representatives, and the contracting officer agree on the classification and wage rate (including
the amount designated for fringe benefits where appropriate), a report of the action taken shall be
sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment
Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator,
or an authorized representative, will approve, modify, or disapprove every additional classification
action within 30 days of receipt and so advise the contracting officer or will notify the contracting
officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the
laborers or mechanics to be employed in the classification or their representatives, and the
contracting officer do not agree on the proposed classification and wage rate (including the amount
designated for fringe benefits, where appropriate), the contracting officer shall refer the questions,
including the views of all interested parties and the recommendation of the contracting officer, to
the Administrator for determination. The Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advice the contracting officer or will notify the
contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate
(including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C)
of this section, shall be paid to all workers performing work in the classification under this contract
from the first day on which work is performed in the classification. (iii) Whenever the minimum
wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit
which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the
wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent
thereof. (iv) If the contractor does not make payments to a trustee or other third person, the
contractor may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that
the Secretary of Labor has found, upon the written request of the contractor, that the applicable
standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor
to set aside in a separate account assets for the meeting of obligations under the plan or program.
(2) Withholding. The CITY shall upon its own action or upon written request of an authorized
representative of the Department of Labor withhold or cause to be withheld from the contractor
under this contract or any other federal contract with the same prime contractor, or any other
federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by
the same prime contractor, so much of the accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by
the contractor or any subcontractor the full amount of wages required by the contract. In the event
Reviud 112011
of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or
working on the site of the work (or under the United States Housing Act of 1937 or under the
Housing Act of 1949 in the construction or development of the project), all or part of the wages
required by the contract, the CITY may, after written notice to the contractor, take such action as
may be necessary to cause the suspension of any further payment, advance, or guarantee of funds
until such violations have ceased.
(3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by
the contractor during the course of the work and preserved for a period of three years thereafter for
all laborers and mechanics working at the site of the work (or under the United States Housing Act
of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such
records shall contain the name, address, and social security number of each such worker, his or her
correct classification, hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section
I (bx2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made
and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that
the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in
providing benefits under a plan or program described in Section I (b)(2)(B) of the Davis -Bacon Act,
the contractor shall maintain records which show that the commitment to provide such benefits is
enforceable, that the plan or program is financially responsible, and that the plan or program has
been communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall maintain written evidence of the registration
of apprenticeship programs and certification of trainee programs, the registration of the apprentices
and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The
contractor shall submit weekly for each week in which any contract work is performed a copy of all
payrolls to the City. The payrolls submitted shall set out accurately and completely all of the
information required to be maintained under Section 5.5(a)(3)(i) of Regulations 29 CFR Part 5. This
information may be submitted in any form desired. Optional Form WH -347 is available for this
purpose and may be purchased from the Superintendent of Documents (federal stock number
029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor
is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll
submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or
subcontractor or his or her agent who pays or supervises the payment of the persons employed
under the contract and shall certify the following: (1) That the payroll for the payroll period contains
the information required to be maintained under Section 5.5(a)(3)(i) of Regulations 29 CFR Part 5
and that such information is correct and complete; (2) That each laborer or mechanic (including
each helper, apprentice, and trainee) employed on the contract during the payroll period has been
paid the full weekly wages earned, without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the full wages earned, other than
permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic
has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the
classification of work performed, as specified in the applicable wage determination incorporated
into the contract. (C) The weekly submission of a properly executed certification set forth on the
reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification
Revised 12011
of any of the above certifications may subject the contractor or subcontractor to civil or criminal
prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code.
(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3xi) of this
section available for inspection, copying, or transcription by authorized representatives of the CITY
or Department of Labor, and shall permit such representatives to interview employees during
working hours on the job. If the contractor or subcontractor fails to submit the required records or to
make them available, the CITY may, after written notice to the contractor, take such action as may
be necessary to cause the suspension of any further payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or to make such records available
may be grounds for debarment action pursuant to 29 CFR 5.12.
(4) Apprentices and trainees—(i) Apprentices. Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are employed pursuant to and
individually registered in a bona fide apprenticeship program registered with the U.S. Department
of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer
and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person
is employed in his or her first 90 days of probationary employment as an apprentice in such an
apprenticeship program, who is not individually registered in the program, but who has been
certified by the Office of Apprenticeship Training, Employer and Labor Services, or a State
Apprenticeship Agency to be eligible for probationary employment as an apprentice. The allowable
ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than
the ratio permitted to the contractor as to the entire work force under the registered program. Any
worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed
as stated above, shall be paid not less than the applicable wage rate on the wage determination for
the classification of work actually performed. In addition, any apprentice performing work on the
job site in excess of the ratio permitted under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work actually performed. Where a
contractor is performing construction on a project in a locality other than that in which its program
is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate)
specified in the contractor's or subcontractor's registered program shall be observed. Every
apprentice must be paid at not less than the rate specified in the registered program for the
apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in
the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the apprenticeship program does not specify fringe
benefits, apprentices must be paid the full amount of fringe benefits listed on the wage
determination for the applicable classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with
that determination. In the event the Office of Apprenticeship Training, Employer and Labor
Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an
apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than
the applicable predetermined rate for the work performed until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than
the predetermined rate for the work performed unless they are employed pursuant to and
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration. The ratio
of trainees to journeymen on the job site shall not be greater than permitted under the plan approved
Revised 112011
by the Employment and Training Administration. Every trainee must be paid at not less than the
rate specified in the approved program for the trainee's level of progress, expressed as a percentage
of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid
fringe benefits in accordance with the provisions of the trainee program. If the trainee program does
not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administrator of the Wage and Hour Division determines that there
is an apprenticeship program associated with the corresponding journeyman wage rate on the wage
determination which provides for less than full fringe benefits for apprentices. Any employee listed
on the payroll at a trainee rate who is not registered and participating in a training plan approved by
the Employment and Training Administration shall be paid not less than the applicable wage rate on
the wage determination for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the registered program shall
be paid not less than the applicable wage rate on the wage determination for the work actually
performed. In the event the Employment and Training Administration withdraws approval of a
training program, the contractor will no longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an acceptable program is approved. (iii)
Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this
part shall be in conformity with the equal employment opportunity requirements of Executive Order
11246, as amended, and 29 CFR Part 30.
(5) Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR Part 3, which are incorporated by reference in this contract.
(6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Community Development
Block Grant (CDBG) program, administered by the U.S. Department of Housing and Urban
Development, may by appropriate instructions require, and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be
responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract
clauses in 29 CFR 5.5.
(7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor as
provided in 29 CFR 5.12.
(S) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of
the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by
reference in this contract.
(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of
this contract shall not be subject to the general disputes clause of this contract. Such disputes shall
be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts
5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or
any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the
employees or their rppresentatives.
Revised 1/2011
(10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither
it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or
firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon
Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm
ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or
29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal
Code, lg U.S.C. 1001.
(b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the
contracting officer to insert the following clauses set forth in paragraphs (bxl), (2), (3), and (4) of
this section in full in any contract in an amount in excess of $100,000 and subject to the overtime
provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in
addition to the clauses required by Section 5.5(a) or 4.6 of Part 4 of this title. As used in this
paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime
requirements. No contractor or subcontractor contracting for any part of the contract work which
may require or involve the employment of laborers or mechanics shall require or permit any such
laborer or mechanic in any workweek in which he or she is employed on such work to work in
excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a
rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty
hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event
of any violation of the clause set forth in paragraph (bxl) of this section, the contractor and any
subcontractor responsible therefor shall be liable for the unpaid wages. (3) Withholding for unpaid
wages and liquidated damages. The CITY shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld, from any
moneys payable on account of work performed by the contractor or subcontractor under any such
contract or any other federal contract with the same prime contractor, or any other federally -assisted
contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set
forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall
insert in any subcontracts the clauses set forth in paragraph (bxl) through (4) of this section and
also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.
The prime contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section.
Revised 12011
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:
ALL SIGNATURES MUST BE
WITNESSED BY NOTARY
CITY:
Attest:
Approved as to Form:
CONTRACTOR Name:
Address:
Phone & Fax No. _
Signed By:
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 112011
SECTION C
PROPOSAL
City Hall Access Improvements
City Bid No. ENG -14-15-F1021
City Project F1021
City of Santa Clarita, 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 she, 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 Bidders 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.
BIDDER agrees that the price bid for the project shall include all cost covering the performance of
work, including the furnishing all materials, tabor, tools, and equipment. BIDDER further agrees that
the cost of work necessary for the completion of a particular Bid Schedule hem 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
hem 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.
City Hall Access Improvements
Project F1021 C-1
Company Name: % j�/g ��� CO1JC7-(LUc77oJJ
Company Address:
MOOX?A(Li�»CA- 2301—f
By: i -v & K -1LT G
Print Name
Title:
Signature:
Date: (2- L13 ! of
City Hall Access Improvements
Project F1021 C-2
BID SCHEDULE
City Hall Access Improvements
City Bid No. ENG -14-15-F1021
City Project F1021
City of Santa Clarita, California
"Measurement and Payment" descriptions are in Section 9 of "General Provisions" in Greenbook 2012 and
"Special Provisions" in the Contract Document.
�.
kw -
NOTE: ALL WORK ITEMS LISTED ARE KIVIDED AND
INSTALLED COMPLETE PER PLANS AND SPECIFICATIONS
Item
item Description
I Qty
Unit
Unit Price I
Total
No.
GENERAL CONDITIONS _
1
Mobilization, Bonds & Insurance
1.__
L
_
Ts/ 30, j
$ /e7' 3 .
DEMOLITION
2
Demolition
I 1
I LS
$ 'S0
$ O .
CONCRETE
3
EAST New Accessible Sidewalk Curb Ramp
1
1 LS Is
3, to
$ 3 / 0O .
4
WEST New Concrete Ramp, Stairs and Sidewalk
1
LS
$ S
$/> D 0.
@ Employee Entrance
g U 0
5
WEST New Concrete steps and walk at Economic
1
LS
$ 3 %`70
$ 0
Development Entrance
6
WEST New Stairs at Council Chambers
1
LS
$ 311 cc,
$ 3 /00.,
WEST New Sidewalk connection parallel to
350
LS
$ / p
E�
$ Z `f S
7
building
8
WEST New Flush curbs at new accessible stalls
110
LF
$ 117- 60
$
9
WEST New Wheel Stops
4
LS
$ 0
$ na .
10
WEST New South Entry Entry Slab
280
SF
$ —?-74D
$ 224z--
11
WEST New Flush curbs at new accessible stalls
30
LF
$ ,Zrf: 60
$ 72D ..
12
WEST New Wheel Stops at employee parking
4
LS
$ J
$ VO.
NORTH New Meandering bidewalk ancl uieex
1200
SF
$ �_ YJ7
$ 8 Z20
13
Walls Gray Salt & Broom
14
NORTH Special Gray Bands at Entry
320
SF
$ 7- 7
$O ,
Special Colored oncre a insets.
400
SF
$ 1/. 6O
i
$ // ' /D 0 .
15
Retardant Finish
!
7
METALS _c
16
IWEST New Ramp Handrails at Accessible Ramps
1 6
1 EA
J$ 2—,766
$! Z,UO .
17
WEST New Hand ails at Council Chamher Stairs
4
EA
$ f O
$
City Hall Access Improvements Addendum #1
Project F 1021 C-3 Page 3 or 4
The Agency is bidding this project with the above stated Bid SchedGle. 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.
City Hall Access Improvements Addendum #1
Project F1021 C-4 Page 4 of 4
DOORS and STOREFRONT
18
NOT USED
LANDSCAPING and IRRIGATION
19
WEST Irrigation Modifications
1
I LS
$ --
1d O
$
fj O
20
WEST Turf Modifcations
1
LS
$ o 0
$
so c
21
WEST New Shrubs adjacent to building (5 gallon)
50
EA
$ 9 7
$
PARKING LOT REPAIR
22
Crack Fill and Double Application Emulsion Seal
71 500
SF
$ r?8}
$ �7� l 70 .
23
4-inch Digouts
150
SF
$ 12, 03
$ /
00
24
Remove and Replace Curb
80
LF
$ o o
$
7 20
25
Prune Tree Roots & Place Root Barrier
80
LF
$ 20,60
$
600
26
New Pavement Striping
1
LS
$ '70
$
U
BIDTOTAL:
$
BiD TOTAL (to Words): 0tki
f Q
o
The Agency is bidding this project with the above stated Bid SchedGle. 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.
City Hall Access Improvements Addendum #1
Project F1021 C-4 Page 4 of 4
DESIGNATION OF SUBCONTRACTORS
City Hall Access Improvements
City Bid No. ENG -14-16-171021
City Project F1021
City of Santa Clarita, California
Listed below are the name and location of the place of each subcontractor who will perform work or labor or
render service in excess of 'A of 1 percent of the prime Contractor's total bid:
Name:
Business
Telephone No:_
Contractors License
Bid Schedule Item N
Description of Warks,
Name:
Business Address:_
Telephone
-y�3--09o,7•
2.2 23,
'cx
76(-2-97-4
b-rdo &
C 17- rvrgrmw,nmw r r/34e i
value of W ixlc l < Lo '
G
Contractors License No.: 67,7� b?T Class: � 6CJ Eupirairori pate:�� (6 .
Bid Schedule h {
Item Nos.; /� / O / / Dollar value of Work.'. a47, `C�
Desa'ip5on of Watt /�j(.iir� rL/` o.. e- �$
----------'�--- ♦/ m_....----.---------- --_..._•--------------____:.
Name:n
Business Address: rr `� Zti /Q ✓ti'L~ti E. i`'"'�'
Telephone No: M10— 711 t7> r r
'
Contractor's License No.: 1 400 j/Class: @Explration
Bid schedule nem Nos.: /`�c, b -i- 2-6 Me4,AZ i 1 Doiler value of Wa
Description
City Hall Access Improvements
Project F1021 C-5
M
Name:
Telephone No:
Contractor's License No.: Class: Expiration Date:
Bid Schedule Item Nos., Dollar Value of Work
Description of Work:
Name:
Business
Telephone No:
Contractors License No.: Class: Expiration Date:
Bid Schedule Item Nos. Dollar Value of Work:
Description of Work:
Name:
Business Address:
Telephone No:
Contractors License No.: Class: Expiretion Date:
Bid Schedule Item Nos.: Dollar Value of Work:
Description of Work:
Name:
Business Address:
Telephone No:
Contractors License No.: Data:
Bid Schedule Item Nos.: Dollar Value of Work:
Description of Work:
City Hall Access Improvements
Project F1021 C-6
REFERENCES
City Hall Access Improvements
City Bid No. ENG -1416-F1021
City Project F1021
City of Santa Clarita, California
Contractors Name:r r7 -A 69-"-" 7/7WC17�!✓J .
Who the work was done for— 0--AA,4-4- c o� i -J 6 rQ
Address: 16 S r ., t'Q-� l;tt%Q ek < ;vK a C� 930 ID
Telephone No:6
Contact Person:
Date Work Completed: ���� .2013 ✓r'( l
Contractor's Name:
Who the work was done for.
Address: 25-o 1•- - VILrtTz nhc. tq1004�174�P✓L C* C%30of l
Telephone No:/� "� r qc-1 — & g;? Z,
Contact Person: ke, 4- pe- t( `
Date Work Completed: Je-CQ.-«- 6a/' ao17-
---------------------------------------------- - - - - - - - - - -
Gontractor's
7 -
Contractor's Name: I --\—
Who the work was
Telephone No: L� /—GCS/�'r ps
Contact Person: -
�r) ,,;I >4e4O,-11 �"
Date Work Completed:
City Hall Access Improvements
Project F1021 C-7
REFERENCES
City Hall Access Improvements
City Bid No. ENG -14-15-F1021
City Project F1021
City of Santa Clarita, California
vw
Contractor's Name:
Who the work was done for: G ! a 7 e•
Address: 57� / G4 13oo f .
Telephone No: Ii�f b7? 3�Tt�S�
Contact Person;�lri��,��jQ
Date Work Completed:
Contractor's Name:
Who the work was done for�1i'cnacca Wn f�1J7re/'
Address: �Qr� IVY41 • /%Aft Ale t l%iQ J t!:/1 qi 3d'L2
Telephone No: M-' 6 Y� !" 2�
Contact Person: 4 et,1 6)/'
Date Work Completed: --f c{cd'-14-l
Contractor's Name
Who the work was done for-
Address:
Telephone Nm
Contact Person:
Date Work Completed
City Hall Access Improvements
Project F1021 C$
NONCOLLUSION AFFIDAVIT
City Hall Access Improvements
City Bid No. ENG -1415-F1021
City Project F1021
City of Santa Ciarlta, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
) ss.
COUNTY OF LOS ANGELES )
��""
7 !/r ✓ �/ being first duly swom, deposes and says that he or she is
0W f1 Q / of /I j b'm e: 66- - - the
party making the foregoing bid; that the bid is not made fn the interest of, or on behalf of, arty 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 centrad of anyone
interested in the proposed contract; that all statements contained in the bid are true; and, further, that the
Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents
thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any Corporation,
partnership, company, association, organization, bid depository, or to any member or agent thereof to
effectuate a collusive or sham bid.
SIGNATURES MUST BE WITNESSED BY NOTARY,
ATTACH ACKNOALEDGEMENT. Sign Name
,�,f f/
��J?�rcrfE�/ Print Name
Gc7 �1�
Title
95- 3; yZ�b
Contractor's License No.
City Hall Access improvements
Project F1021 C-9
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Ve/' &' a
On
personally appeared
who proved to me on the basis of satisfactory evidence to
be the perso,',?,s�v nose narneo re subscribed to the
hin instrument and ac; now ad to me that
lshelthey executed the s e in 9ediheir authorized
capaoliyjles), and ihat by hi rltheir signature on the
r instrument the personV), the entity upon behalf of
"WA which the personW aced, executed the instrument.
;ywAecn.er :ntt
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my ha and official seal.
PW. Ndery Seel AC Signature
OPTIONAL.
Though the infomration below & not required bylaw, it may prove valuableto persons rel}nng onto( document
and could prevent fraudulent rornoval and reattachment of this fonn to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(fes) Claimed by Signer(s)
Signer's Name:
O Individual
❑ Corporate Officer —Tttle(s);
❑ Partner — ❑ Limited ❑ General
❑ Attorney In Fact
❑ Trustee TV of VROb h"
U 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:
PIGNT T HUMBPRINT
O} SIGH'cR
BIDDER'S INFORMATION AND CERTIFICATION
City Hall Access Improvements
City Bid No. ENG -1415-F1021
City Project 171021
City of Santa Clarita, California
Bidder certifies that the representations of the bid are true and correct and made under penalty of pedury.
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: KOf r` r�ri� .%Jr¢ —�!7✓iC-��o� r
Business
CIOZ-6
State Contractor's License N . & Class:S3�g2- 06 /'��
Original Date issued: 5 31 ge Expiration Date: /1'.
Number of Years Finn Has Been in Business:y6 -
The following are the names, htles, addresses, and phone numbers of all individuals, firm members, partners,
joint venturers, and/or corporate officers having a principal interest in this proposal:
Name and Title:
Address:
Telephone:
Name and Title:
Address:
Telephone:
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this
Proposal, or any fine, 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:
City Hall Access Improvements
Project F1021 C-10
All current and prior DBA's, alias, and/or fictitious business names for any principal having an interest in this
proposal are as follows:
Pg ec-'--L_ �.uJ�ST2uc.77a1J .
IN WITNESS WHEREOF, Bidder executes and submits this proposal with the names, title, hands, and seals
of all aforementioned principals this /- day of ,.2043.2tli(f ,
Bidder//iG� L"JJsTflt�c.1 TsrJ
SIGNATURES MUST BE WITNESSED BY NOTARY
ATTACH ACKNOWLEDGEMENT.
CATrAct-fes�1
City Hall Access Improvements
Project F1021
Sign Name
Print Name 1765 V`
rite ramex/ -
C-11
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of
Oa-�6'� before me, L�`L 14t .Y lC(i Gi/
personally appeared-----'Sa,
Netraia} of S+p�q
who proved to me on the basis of sqtIsfactory evidence to
be 1he persons) whose name(are subscribed to the
t in instrument and admowt ed to me that
f i er y executad tha a in trowAheir authorized
e� capaety�esj and that by �orAheirsicgnatureXon the
toeunnal.a . aar)
twayvwnc.cylw«a instrument the person(sr7, or the entity upon behalf of
which the person acted, executed the Instrument.
certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal -
Signature ���G1 ,1� '
Place Nola,y SeeIMIXB 53aM114fQd YPWpC
OPTIONAL
Though the information below is not requrred by law, it may pram valuable to persons relying on the docrvnent
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached
Title or Type of Document: , )
Document Date:—/--) e I
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer—Tltle(s): _
❑ Partner — 13 Limited ❑ General
❑ Attorney in Fad
❑ Trustee ,
❑ Guardian or Conservator
❑ Other:
Signer Is Representing;
RIGHT TH'JXIBPRINT
n« SIGNED
01
:,A Q
Number of Pages:
Signer's Name:
❑ Individual
❑ Corporate Officer — Tifle(s);:
❑ Penner — ❑ Limited ❑ General
❑ Attorney In Fact INNEM
❑ Trustee Top of ftv mb tiara
Ll Guardian or Conservator
113 Other:
Signer Is Representing:
4*16Rn4\V,['+SG�. Y6'v 4d '6 Psi+ i'N'V4' T 4{+yWi+f4 C4 2 N+W
N
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
City Hall Access Improvements
City Bid No. ENG -14-15-F1021
City Project F1021
City of Santa Clarita, California
NOTE: The following form shall be used in case check accompanies bid.
Accompanying this Proposal is a'cenified/cashiees check payable to the order of the City of Santa Clarita for.
dollar; ($ ), 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 furnish the
required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned.
Project Name: City Hall Access Improvements
NOTE: If the bidder desires to use a bond instead of a check, the following form shall be
executed. The sum of this band shall be not less than ten percent (10%) of the total amount of the
bid.
City Hall Access Improvements
Project F1021 C-12
KNOW ALL MEN BY THESE
the
Bid Bond No: 11-698-031
PROPOSAL GUARANTEE (SID BOND)
City Nall Access Improvements
City Bid No. ENG•14-15•F1021
City Project F1021
City of Santa Clarita, California
that
LLL-yD1 n,=ysu(ety, are
as Agency, In
did -----------
which is fen percent (ID
Bidder to Agency for the above -stated protect, for the payment of which sum,
bound, jointly and severalty, firmly by these presents.
as Bidder,
H and fimtly bound unto
the penal sum of
---- - - ---'n
Yo) of the total amount bid by
Bidder and Surety agree to be
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that whereas Bidder is about to submit a bid to
Agency for the aboveatated 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 patties hereto have set their names, titles, hands, and seals, this
15th day of December
2014,
SuretyName: American Contractors Indemnity Company
Address: 601 S Figueroa St
Los Angeles CA 90017
Signal By:
(CORPORATE SEAL)
Print Name and Title: Blake A Pfister,Attorney-in-fact
SIGNATURES MUST BE Bidder Name: Draper Construction
NOTARrzm. ATTACH Address: 13265 Elmrock Ave
ACKNOWLEDGEMENT& Moorpark GA 93021
Signed By:_
R Keith Draper, Owner/Proprietor
Print Name and Title: _
City Hall Access Improvements
Project FIC21 C-13
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNTTEDSTATIiSSURI r1'CO:.IPANY U.S. SPECIALTY INSUINNU COMPANY
' &-KNOW: ALL "I+TNI' BY THESE PRLSENTS: Thai Anicriovii Contractors indemitily Company, a California corporation, Texru
_BoridiYg Ci+mpany, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland
corporation and U.S, Specialty Insurance Company, a Texas corporation (collectively; the "Companies'), do by these presents make,
constitute and appoint:
Blake A. Prater of Dana Point, California
't3„tri(,�i
its ante nod lawful.Attorney(s)-in-foot, each in their separate capacity if mi(re,ihau on Srk rlptncd.abovc, with Ftdl po+ver anti authority
hereby. conferred in its name, place and stead, to execute, acknowledge and de3iver'Ln'p and'aii bonds, recognisances, undertakings
or other Instrumentsor contracts of suretyship to include riders, amendments, and consents of surety, providing the hand
penalty does not exceed .........."""«'"'Three Million•vr................. Dollars (SM43,00D,000.0D«• }.
This Power of Attorney shall expire without further action on December. 8,2016. This Power of Attorney is .grainedunder and by
authority of life -foilowingresolutions adopted. by the Hoards of Directors of the Compar es: - ;
tie It Rtoolwd' thni lhc-frcxidau; nny Vice-frtsiden:, anylixva tee Vkf Prcadml,.any.5tdru,,y m any A. lft'ant $ecreinrg slmll ba sod i ikreUy Veprett vuil iali -'
power and Autbor5{y to aispoint any oiw or moresuiwble t>"rsrns as Anpmay(s}in=Foo to mprscnt a,yi act for aM m>�efialf of the Campany`fadhjcel to the'`fOnolvi ;.
Pmiisiops: ...
Anurrr) in-F«i may be given full power and authnri[y for and in the time of and on behalf of the Company; in execute, acknowledge and deliver, any and all bonds,
raognirancca, conuactt, agrtcmerits nr indemnity and other conditional err obligatory uml.,takings, including any and all conatusfor the rcieasc of remind
percental and/or finers estimates on cnginenrttg and canmuarion eornooe, and any and all notices and documents canceling err Ierminafmg the @nrpsny`s liability
Ihcieleder, slid any Such instruments so txeearod by any -such Au..ey-,hrTtcl sluts he binding upon dxe Camp?ny as usignai by the President and acdod aitd eMetcxi
byme Co". C$arctniy.
fk it fifM(VA that [hcsigiwtu2 of any atitiwri2od olficorBnd Seat of thp-Cn arieng hcraoforx err hcmaacianixed to any Ill of attorney in any cerii0r{ia relating:
thereto byfaalmile; and eny pn+i<r of attorney or eanifizmit beatlr I'm'simlle sigwtam err Cacsimi{c ttal stoats be valid and bir�np, u{rtta Ilvc CRnyrerp t; i;h rc<pcci to
any land or undertaking to %tfkh if is an rehe-0,
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seats to be hereto axed, this
I Oth day of December, 2012,
AMERICAN CONTRACTORS INDEMNITY COMPANY' TEXAS-BONDINGCOMPANY
Corporate Seals UNITEUSTATESSORETY COMPANY O.S.Si'ECIALTYIN4tIRANCF.COMt'ANY
EI �; �F 'a' " r - Daniel P. Aguilar, Vice Yrc�nl
State. of California
County of Los Angeles SS:
On Will day of December, 2012, before me, Vanessa Wright, a notary public, personally appeared Dames P. Aguilar, Vice President of
American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance
Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within natnrmcnt
and acknowledged to Inc than he exccutcd the same -in his authorized capacity, nod that =bry his signature on the instrument the
person(s), or the entity upon behalf of which ilie'Iw;voti(s)'ugfcd, executed life instrument F-
I certify under PENALI Y Of PERPL`RY under the laws of tile State of: California that the foregoing parogmph is true and correct,
W11NESS my hand and official seal "
) toasrrwa� t110A`i
Signature ���}I /1�' (Saul atl0n'h0a9-°'�tl1n`
t � Ixn MgMtfAValh'
.....lilt M9wa*.f sera E. rata
1, Jeannie Lee, Assistant Secretary of American Contractors Indemnity Company; -Texas Bonding: Company, United States Surety
Company and US, Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power
of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors,
set out in the Power of Attorney are in full force and effect.
in Witness Whcreof,-1 have heretmtti act tnJualf! a4litlixed the seals of said Companies at Los Angeles, California this 4 t h day
of December: 204,
_ a
Corporate Seats«<rc
s
14ond:\o.1��6a—OSI k;"" isdeaitnie Lce,-ststaitt Secretary.
304A
_Agency No .
BIDDER'S QUESTIONNAIRE
City Hail Access Improvements
City Bid No. ENG -14-16-F1021
City Project F1021
City of Santa Clarita, California
en j -
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.
1. Submitted by: 2013x2Jr �- L Telephone:G
Principal Office Address: q q3b Z_(
2. Type of Firm:
Corporate: Other.
Individual:
Partnership:
3a. If a corporation, answer these questions
Date of Incorporation: State of Incorporation:
President's Name:
Vice -President's Name:
Secretary or Clerk's Name:
Treasurer's Name:
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: Expiration Date:
5. CONTRACTOR's Representative:
Title:
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:
City Hall Access Improvements
Project F1021 C-14
THE FOLLOWING ITEMS MUST BE SUBMITTED WITH BID
City Hall Access Improvements
City Bid No. ENG -14-15f1021
City Project F1021
City of Santa Clartta, California
Due Before 11:00 AM December 15 2014
• Bid Proposal
• Designation of Subcontractors
• References
• Non -Collusion Affidavit
• Bidder's information and Certification
• Proposal Guarantee (Bid Bond)
• Bidder's Questionnaire
City Hall Access Improvements
Project F1021 G-15
ADDENDUM NO. 1
CITY HALL ACCESS IMPROVEMENTS
BID NO. ENG44-15-FI021
PROJECT F1021
IN
THE CITY OF SANTA CLARITA
December 8, 2014
This Addendum fors a part of the Contract Documents for the above -identified project
and modes 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.
Questions/Answers:
The "Special Grading, Irrigation and Landscaping Notes" call out for new 5' thick
concrete sidewalks and 2" gravel base. Under "New Concrete & Asphalt Paving
Notes', it calls out for new 4" thick, 2500 p.s.i. concrete sidewalks over 95%
saturated compacted grade. The Sections appear to show crushed aggregate
base, while some of the details do not. The Specifications indicate that Exterior
Slabs on Grade are 3000 p.s.i. Please clarify what is required. All of the new
sidewalks shall be V' thick, 2,500 P.S.I. over 95% saturated compacted grade.
2. Re.: Bid Schedule (#18) — On the Bid Schedule, there is a line item "DOORS and
STOREFRONT, 18 — NORTH Modifications to Entry Dcors with Automated
Opening System'. There does not appear to be anything referencing this item on
the Drawings or in the Specifications to identify this scope of work. Please clarify.
This item is hereby removed from the bid schedule. A revised bid schedule is
Included herewith and shall be submitted with the bid.
3. Re.: Specifications, G-02700-7, 7-1.1 — The Specifications indicate to Remove and
Replace Curb "as directed by the Engineer in the field prior to construction'. There
is no quantity, detail or scope for this work, nor is it listed as aline item on the Bid
Schedule, therefore it is assumed that this item is future work and excluded from
this proposal. Is that correct? Section G-02700-7 refers to the curbs that are in
the parking lot east of the building and that may need to be removed and
replaced due to heaving caused by trees In tree wells. This work is listed as
Item No. 24, Remove and Replace Curb and Is separate from the concrete
work listed In Items 3 through 15.
4. Re.: Bid Schedule (#21), E&D-3, A-3 — Item 21 on the Bid Schedule calls out for
fifty (50) 5 -gal. shrubs adjacent to the West side of the building. These are not
shown on sheet A-3. On sheet E&D-3, it shows a row of hedges to be removed.
Are we to assume that these shrubs are to replace the hedges? Yes, this is
correct.
sttenc"wn ron� I�VM a 8^tA ",m eruio¢I Ada toot Pagel of
-3)(Z %e�A-
5, Will the City accept a Class B license for this project? Yes, a Class B license will
be permitted.
6. The bid due date will remain Monday, December 15, 2014 before 11:00 a.m.
BIDDER'S CERTIFICATE
I acknowledge receipt of this Addendum No. 1 and accept the aforementioned.
Date
L/
Bidder's Signature
THIS DOCUMENT TO BE SUBMITTED WITH BID I
9:\TLd.dOtyH Aonuxeham sp.wnma,m*MW ndd& I Pepe 2of4