03-17-2020 - AGENDA ITEM 10 CONSIDERATION OF AN AGREEMENT WITH THE STONE COLLECTOR FOR CONSTRUCTION OF A RESTROOM RENOVATION PROJECT AT WEST COVINA SENIOR CENTER (PROJECT NO. 19003)11/16/2020
Print Staff Report
AGENDA ITEM NO. 10
DATE: March 17, 2020
TO: Mayor and City Council
FROM: David Carmany
City Manager
AGENDA STAFF REPORT
City of West Covina I Office of the City Manager
SUBJECT: CONSIDERATION OF AN AGREEMENT WITH THE STONE COLLECTOR FOR
CONSTRUCTION OF A RESTROOM RENOVATION PROJECT AT WEST COVINA
SENIOR CENTER (PROJECT NO. 19003)
RECOMMENDATION:
It is recommended that the City Council:
1. Waive the minor irregularities in the bid submitted by the Stone Collector and award a construction
agreement to The Stone Collector for $215,000 for the Restroom Renovation at Sr. Center Project (City
Project No. 19003);
2. Authorize the City Manager to negotiate and execute the agreement;
3. Authorize 10% of the awarded contract amount as contingency allowance to be used if necessary at
Community Development Director's discretion for unforeseen conditions; and
4. Authorize the City Manager to execute any amendments to the agreement.
BACKGROUND:
The City is renovating the restrooms at the Senior Center Facility, located at 2501 E. Cortez St. The work
consists of renovation of existing men's and women's restroom facilities, accessibility improvements,
replacement of partitions, accessories, lavatories, urinals, water closets, lighting, floor slab, and finishes at the
Senior Center Facility.
DISCUSSION:
On December 26, 2019, the City advertised the construction bid package for Restroom Renovation at Sr.
Center Project (Project No. SP-19003). The following seven (7) bids were received at the Bid Opening held on
January 16, 2020:
Contractor
Total Bid Amount
The Stone Collector 1$215,000.00
RCM Construction, Inc.
F $218,933.99
Corral Construction & Development, Inc.
$221,449.00
R Dependable Const., Inc.
$249,000.00
https://destinyhosted.com/print_ag_memo.cfm?seq=708&rev_num=0&mode=Extemal&reloaded=true&id=93782 1/3
RS Construction
• The bid envelope they delivered was not sealed and I made a verbal objection to this.
Per the Notice to Contractors it states" Proposals shall be SEALED and plainly marked. This
should not have been accepted at all.
• Hud Form 4230 A they did not fill out Box 10 and they have subcontractors listed on III-6
Subcontractor List. The bottom of this form was signed in HUD use only area.
• A-23 Equal Opportunity Commitment No labor Union was included and yet they have Labor
and Carpenter Committed.
• A-24 was not filled out at all.
• A-27 top portion was not filled out and they have committed to Labor and Carpenter.
• Does not have a fire alarm license.
Please make note that this information given to me was sent yesterday 1/21/2020.
I appreciate you r review in the above matter and request for all bids to be dis quali fied .
Tha nk you,
Silvana Kemble
New Millennium Construction Service Inc.
newmil le nniumcons tru ctionse rv@gmail.com
ATTACHMENT NO.2
Bid Protest Responses from The Stone Collector
70
The Stone Collector
TO: City of West Covina DATE: 02/02/2020
Attn: Okan Demirci
PROJECT: Restrooms Renovation at Senior Center
RE: iBuild Spectrum Bid Protest
The Stone Collector employs a wide range of professionals in all aspects of
construction needed to successfully complete the project listed above and
will perform all trades not listed under sub -contractors listed in the bid
documents. The fire alarm scope of work is limited to less than one half of
one percent of the total amount of the bid (please see the attached). The
Stone Collector listed all sub -contractors in the bid documents including
name, address, phone number, license and DIR numbers as required.
Please feel free to contact me for any question or clarification.
M. Alsayed, Owner
The Stone Collector) 2220 Skyline Drive. Fullerton, CA 92831 1714-797-4610 1 maIsayed@sbcglobaI.net
Red 1 Fire Suppression, Inc.
Fire Sprinkler Contractor
License C-16 #1060963
Contact: Moutaz Alsayed
714.797.4610
The Stone Collector
2220 Skyline Dr.
Fullerton, CA 92831
Project: Restroom Improvements
West Covina Community & Senior Center
2501 E. Cortez St.
West Covina. CA 91791
Work Order - 01/16/20
IFS
36724 Summer Dain Ln.
Wildomar, CA 92595
Cell: (951) 269-5912
Red lfireinc@gmail.com
Red 1 Fire Suppression, Inc. shall furnish all labor to construct and complete, upon
the project described above, workman manner, the following:
Scope of Work:
• Remove, save, and re -install existing fire strobes, fire smoke sensors, & fire
sensors to same location. Extend power/data as required.
TOTAL COST: 1$400.00
Submitted by: Jorge Rodriguez Accepted by:
70
The Stone Collector
TO: City of West Covina DATE: 02/02/2020
Attn: Okan Demirci
PROJECT: Restrooms Renovation at Senior Center
RE: New Millennium Bid Protest
Estimates from subs is just estimates and not a contract which might be
subject to changes due to on site work conditions and other factors.
Total contract amount is unknown due to change orders, work
modifications or subtractions from original bid amount.
Future employee(s) in this section is unknown.
Dollar amount commitment to section 3 business is unknown.
No union was named because we are not sure of which union we would be
soliciting workers from and anticipated starting date is unknown.
The fire alarm scope of work is limited to less than one half of one percent
of the total amount of the bid (please see the attached).
M. Alsayed, Owner
The Stone Collector1 2220 Skyline Drive. Fullerton, CA 92831 1 714-797-4610 1 maIsayed@sbcglobaI.net
Red 1 Fire Suppression, Inc.
Fire Sprinkler Contractor
License C-16 #1060963
Contact: Moutaz Alsayed
714.797.4610
The Stone Collector
2220 Skyline Dr.
Fullerton, CA 92831
Project: Restroom Improvements
West Covina Community & Senior Center
2501 E. Cortez St.
West Covina. CA 91791
Work Order - 01/16/20
IFS
36724 Summer Dain Ln.
Wildomar, CA 92595
Cell: (951) 269-5912
Red lfireinc@gmail.com
Red 1 Fire Suppression, Inc. shall furnish all labor to construct and complete, upon
the project described above, workman manner, the following:
Scope of Work:
• Remove, save, and re -install existing fire strobes, fire smoke sensors, & fire
sensors to same location. Extend power/data as required.
TOTAL COST: 1$400.00
Submitted by: Jorge Rodriguez Accepted by:
ATTACHMENT NO.3
Staffs Responses to Protest Letters
March 2, 2020
Farshad Farahani
iBuild Spectrum
540 N. Golden Circle, Ste. 201
Santa Ana, CA 92705
SUBJECT: BID PROTEST REGARDING CITY OF WEST COVINA'S RESTROOM
RENOVATION AT SENIOR CENTER PROJECT, CITY PROJECT NO. 19003
Dear Mr. Farahani
This letter responds to your bid protest regarding the bid submitted by The Stone Collector
("Stone Collector"), the apparent low bidder for the City of West Covina's Restroom Renovation
at Senior Center Project, City Project No. 19003 (the "Project"). For the reasons set forth below,
following City staff's review and analysis of the protest and consultation with legal counsel, we
have determined that Stone Collector submitted a responsive bid. Accordingly, staff will
recommend that the City Council waive the minor irregularity identified in your bid protest and
award the Project to Stone Collector as the lowest responsive, responsible bidder.
California Public Contract Code section 20162, which governs the City's award of the
contract for this Project, requires that the contract be awarded, if at all, to the lowest responsible
bidder. A bid is responsive if it promises to do what the bidding instructions demand. (D.H.
Williams Construction, Inc. v. Clovis Unwed School Dist., 146 Cal. App. 4th 757, 764 (5th Dist.
2007).) Responsiveness is determined from the face of the bid..(Great West Contractors, Inc. v.
Irvine Unified School Dist., 187 Cal. App. 4th 1425, 1452-53 (4th Dist. 2010).)
A bid that substantially conforms to a call for bids may, although not strictly responsive,
be accepted if the variance is inconsequential, meaning the variance cannot have affected the
amount of the bid or given a bidder an advantage or benefit not allowed other bidders. (See
Ghilotti Construction Co. v. City of Richmond, 45 Cal. App. 4th 897, 904 (1st Dist. 1996).) An
actual competitive advantage arises only when a bid defect establishes an actual ground for a
successful bidder to withdraw its bid without incurring liability under its bond. (Bay Cities Paving
& Grading, Inc. v. City of San Leandro, 223 Cal. App. 4th 1181 (1 st Dist. 2014).)
In Section 14 of the Instructions to Bidders, the City expressly reserves its rights to
evaluate bid compliance and to waive minor bidding errors:
"The City reserves the right to reject any and all proposals and to waive any minor
or technical discrepancies or irregularities. Proposals may be rejected if they show
1444 West Garvey Avenue South • West Covina, CA 91790 • Telephone (626)939-8425 • Fax (626) 939-8660
iBuild Spectrum
Bid Protest Response
March 2, 2020
any alteration of form, additions not called for, conditional bids, incomplete bids,
erasures, or irregularities of any kind."
In your bid protest letter, you argued that Stone Collector's bid was not responsive for the
following reasons: (1) Stone Collector has not named any subcontractor related to plumbing,
HVAC, and fire alarm and sprinkler work, which needs to be done by licensee and has to be
named on bid package; and (2) according to Addendum #1, the contractor is required to submit
a print out from the DIR registration website showing that the prime and each subcontractor is
currently registered with the DIR, but Stone Collector did not submit it and its package is not
complete.
Subcontractors for Plumbing, HVAC and Fire Alarm and Sprinkler Work
With regard to your argument that Stone Collector did not list subcontractors for plumbing
or HVAC work, following receipt of your bid protest, Stone Collector indicated to the City that it
will perform all trades not listed under subcontractors in its bid with its own employees. Stone
Collector's response is attached as Exhibit "A" for your reference.
With regard to your argument that Stone Collector did not submit a subcontractor to
perform fire alarm work, California Public Contract Code section 4104 requires that bids include
the name and other specified information for each subcontractor who will perform in excess of
one-half of one percent (0.5%) of the prime contractor's total bid. Following receipt of your bid
protest, Stone Collector indicated to the City that the scope of work to be performed by the
subcontractor for the fire alarm scope of work is less than 0.5% of the total amount of the bid.
Stone Collector submitted the subcontractor's bid, totaling $400, which is less than 0.5% of Stone
Collector's bid. Stone Collector's bid reflected a total cost of $3,000 for the fire alarm work. Stone
Collector explained to staff that costs beyond the subcontractor's work include estimated
overhead, insurance, bonds, mobilization, and unforeseen conditions. Accordingly, since the
subcontractor's work is less than 0.5% of the total bid, Stone Collector was not required to list the
subcontractor in its bid.
Submission of Printout from DIR Website
With regard to your argument that Stone Collector did not submit the required printout
showing current DIR registration for itself and its subcontractors, staff verified during its analysis
of the bid that Stone Collector and each of its subcontractors have current and active registration
with the DIR. Stone Collector's failure to include such printout with its bid package appears to be
a clerical error. It is staff's position that this clerical error is a minor irregularity that does not impact
the amount of the bid or provide an unfair advantage to Stone Collector. Therefore, staff will
recommend that the City Council waive the minor irregularity.
As outlined above, Public Contract Code section 20162 requires that the City award the
contract for this Project to the lowest responsible bidder. City staff has reviewed Stone Collector's
bid and determined that it is responsive on its face, in that Stone Collector's bid promises to do
what the bidding instructions for this Project demand. It is also staff's position that the failure to
include the DIR printout was a clerical error, which was a minor irregularity in the bid. The minor
irregularity does not impact the amount of the bid or provide an unfair advantage to Stone
Collector.
iBuild Spectrum
Bid Protest Response
March 2, 2020
In sum, staff has determined that Stone Collector's bid is responsive and that Stone
Collector is the lowest responsible bidder. Therefore, staff will recommend that the City Council
waive the minor irregularity and award the contract for this Project to Stone Collector. This item
is scheduled to be presented to the City Council on March 17, 2020.
Thank you for your interest in this Project. Please feel free to contact me if you have any
further comments or questions.
Sincerely,
J ff Anderson
Community Development Director
City of West Covina
Copies to: Okan Demirci, CIP Manager
Mike Cresap, Public Services Superintendent
Brittany Roberto, Deputy City Attorney
11/16/2020
Print Staff Report
IiBuild Spectrum, Inc. $260,000.00
IRS Construction & Development, Inc. $287,000.00
New Millennium Construction Services 11 $356,890.00
The Stone Collector was the apparent low bidder, with a bid in the amount of $215,000. Staff conducted a bid
analysis and verified The Stone Collector's California contractor's license, Department of Industrial Relations
(DIR) registration, CDBG federal forms compliance, state and federal debarment files, and checked
references.
The City received bid protest letters from the fifth and seventh lowest bidders objecting to the award of the
contract on various grounds (Attachment No. 1). Following receipt of the bid protests, staff requested The
Stone Collector's response to each protest. The Stone Collector responded to the City's request (Attachment
No. 2). Based upon staff's review of the bid protests, responses from The Stone Collector, and The Stone
Collector's bid, it is staff's position that the issues identified in both bid protests either had no merit or are
minor, waivable irregularities. Therefore, staff recommends that the City Council waive the minor
irregularities and award the contract to The Stone Collector as the lowest responsible bidder. Staff's responses
to the bid protest letters are included as Attachment No. 3. The proposed agreement with The Stone Collector
is included as Attachment No. 4.
Staff is implementing further changes in the request for bid process to address the issues raised and to improve
the City's overall processes and procedures.
Budgdt
The following is the breakdown of the construction phase budget:
Construction Budget
$215,000.00
Contingency Budget allowance authorization to staff to utilize for unforeseen
conditions as necessary (10%)
$21,500.00
Total Construction Budget
$236,500.00
Budget allowance for construction management, inspections, and
administration (services provided under Capital Improvement Projects
Management Contract with Transtech)
$23,650.00
Budget allowance for federal (CDBG) labor compliance review
$5,000.00
Project Total
$265,150.00
LEGAL REVIEW:
The City Attorney's Office has reviewed the minor irregularities in the bid and finds that they do not constitute
a disqualification of the bid.
OPTIONS:
The City Council has the following options:
1. Approve staff's recommendation; or
2. Provide alternative direction.
ENVIRONMENTAL REVIEW:
https://destinyhosted.com/print_ag_memo.cfm?seq=708&rev_num=0&mode=Extemal&reloaded=true&id=93782 2/3
EXHIBIT A
STONE COLLECTOR'S RESPONSE TO
IBUILD SPECTRUM'S BID PROTEST
S
C
The Stone Collector
TO: City of West Covina DATE: 02/02/2020
Attn: Okan Demirci
PROJECT: Restrooms Renovation at Senior Center
RE: New Millennium Bid Protest
Estimates from subs is just estimates and not a contract which might be
subject to changes due to on site work conditions and other factors.
Total contract amount is unknown due to change orders, work
modifications or subtractions from original bid amount.
Future employee(s) in this section is unknown.
Dollar amount commitment to section 3 business is unknown.
No union was named because we are not sure of which union we would be
soliciting workers from and anticipated starting date is unknown.
The fire alarm scope of work is limited to less than one half of one percent
of the total amount of the bid (please see the attached).
M. Alsayed, Owner
The Stone Collectorl 2220 Skyline Drive. Fullerton, CA 92831 1 714-797-4610 1 malsayed@sbcglobal.net
Red 1 Fire Suppression, Inc.
Fire Sprinkler Contractor
License C-16 #1060963
Contact: Moutaz Alsayed
714.797,4610
The Stone Collector
2220 Skyline Dr.
Fullerton, CA 92831
Project: Restroom Improvements
West Covina Community & Senior Center
2501 E. Cortez St.
West Covina, CA 91791
Work Order - 01/16/20
36724 Summer Dain Ln.
Wildomar, CA 92595
Cell: (951) 269-5912
Red 1 fireinc@gmail.com
Red 1 Fire Suppression, Inc. shall furnish all labor to construct and complete, upon
the project described above, workman manner, the following:
Scope of Work:
• Remove, save, and re -install existing fire strobes, fire smoke sensors, & fire
sensors to same location. Extend power/data as required.
TOTAL COST: $400.00
Submitted by: Jorge Rodriguez Accepted by:
March 2, 2020
Silvana Kemble
New Millennium Construction Service Inc.
4158 Lugo Ave.
Chino Hills, CA 91709
SUBJECT: BID PROTEST REGARDING CITY OF WEST COVINA'S RESTROOM
RENOVATION AT SENIOR CENTER PROJECT, CITY PROJECT NO. 19003
Dear Ms. Kemble
This letter responds to your bid protest, dated January 22, 2020, protesting the bid
submitted by The Stone Collector ("Stone Collector"), the apparent low bidder for the City of West
Covina's Restroom Renovation at Senior Center Project, City Project No. 19003 (the "Project").
For the reasons set forth below, following City staff's review and analysis of the protest and
consultation with legal counsel, we have determined that Stone Collector submitted a responsive
bid. Accordingly, staff will recommend that the City Council waive the minor irregularities identified
in your bid protest and award the Project to Stone Collector as the lowest responsive, responsible
bidder.
California Public Contract Code section 20162, which governs the City's award of the
contract for this Project, requires that the contract be awarded, if at all, to the lowest responsible
bidder. A bid is responsive if it promises to do what the bidding instructions demand. (D.H.
Williams Construction, Inc. v. Clovis Unified School Dist., 146 Cal. App. 4th 757, 764 (5th Dist.
2007).) Responsiveness is determined from the face of the bid. (Great West Contractors, Inc. v.
Irvine Unified School Dist., 187 Cal. App, 4th 1425, 1452-53 (4th Dist. 2010).)
A bid that substantially conforms to a call for bids may, although not strictly responsive,
be accepted if the variance is inconsequential, meaning the variance cannot have affected the
amount of the bid or given a bidder an advantage or benefit not allowed other bidders. (See
Ghilotti Construction Co. v. City of Richmond, 45 Cal. App. 4th 897, 904 (1st Dist. 1996).) An
actual competitive advantage arises only when a bid defect establishes an actual ground for a
successful bidder to withdraw its bid without incurring liability under its bond. (Bay Cities Paving
& Grading, Inc. v. City of San Leandro, 223 Cal. App. 4th 1181 (1 st Dist. 2014).)
In Section 14 of the Instructions to Bidders, the City expressly reserves its rights to
evaluate bid compliance and to waive minor bidding errors:
"The City reserves the right to reject any and all proposals and to waive any minor
or technical discrepancies or irregularities. Proposals may be rejected if they show
1444 West Garvey Avenue South • West Covina, CA 91790 • Telephone (626) 939-8425 • Fax (626) 939-8660
New Millennium Construction Service Inc
Bid Protest Response
March 2, 2020
any alteration of form, additions not called for, conditional bids, incomplete bids,
erasures, or irregularities of any kind."
In your bid protest letter, you argued that Stone Collector: (1) did not enter the percent of
work to be performed by subcontractors at the bottom of the page of the Subcontractor List (Page
III-6); (2) did not include the same information on the Contractor List of Proposed Subcontractors
(Page A-21) as it did on Subcontractor List (Page III-6); (3) on the Federal Requirements exhibits:
(a) did not check any boxes or put the contract award on A-19, (b) did not select a box on A-24,
(c) did not include Federal ID or dollar amount on A-26, and (d) did not include a union address
or an anticipated start date on A-27; and (4) does not hold a fire alarm license and did'not submit
a subcontractor for the fire alarm work.
Listing Percent of Work to Be Performed by Subcontractors on Subcontractor List (Page 111-6)
Although Stone Collector did not fill in the blank at the bottom of the page on the Subcontractor
List on Page III-6 to indicate the percentage of work to be performed by subcontractors, Stone
Collector completed the remainder of the form, which outlines each subcontractor to be utilized
for the Project and the cost of the work to be performed by that subcontractor. During staff's review
of the bid, staff calculated that Stone Collector's subcontracted amount is 32.91 % of the total bid
amount, which is less than the maximum of 50% set forth in the bid documents. The omission of
filling in the space to indicate the total percentage of work to be performed by subcontractors
appears to be a clerical error. It is staff's position that this clerical error is a minor irregularity that
does not impact the amount of the bid or provide an unfair advantage to Stone Collector.
Therefore, staff will recommend that the City Council waive the minor irregularity.
Different Figures on Contractor List of Proposed Subcontractors (Page A-21) and Subcontractor
List (Page 111-6)
On Page A-21, Stone Collector listed that the contract amount for Choice Builders is $22,000 and
the contract amount for Moore Flooring is $29,000, On Page III-6, Stone Collector listed the
contract amounts for each company as $21,617 and $29,144, respectively. Based on staff's
review of each document, it appears that Stone Collector used precise figures on the
Subcontractor List (Page III-6) and approximate figures on the Contractor List of Proposed
Subcontractors (Page A-21). These inconsistencies appear to be a clerical error that does not
impact the amount of the bid or provide an unfair advantage to Stone Collector. Therefore, staff
will recommend that the City Council waive the minor irregularity.
Federal Requirements
Exhibit A-19 — Certification with Regard to the Performance of Previous Contracts or Subcontracts
Subject to the Equal Opportunity Clause and the Filing of Required Reports
Stone Collector submitted the required certification, but did not check the applicable boxes or fill
in the contract amount. It appears that such omissions were a clerical error. It is staff's position
that the clerical error is a minor irregularity that does not impact the amount of the bid or provide
an unfair advantage to Stone Collector. Therefore, staff will recommend that the City Council
waive the minor irregularity.
Exhibit A-24 — 2019 Income Certification
New Millennium Construction Service Inc.
Bid Protest Response
March 2, 2020
Stone Collector submitted the required Income Certification form as instructed in the bid
documents, but did not check any of the boxes on the certification. Although the bid documents
required submission of the Income Certification form, Stone Collector also submitted Economic
Opportunity Plan (Exhibit A-26). Stone Collector provided employment and training commitment
as part of its Economic Opportunity Plan, which meets this requirement. Therefore, Stone
Collector did as instructed by the bid documents by submitting the form. This does not appear to
be an error by Stone Collector.
Exhibit A-26 — Section 3 Economic Opportunity Plan
Stone Collector submitted the Section 3 Economic Opportunity Plan but did not include the
Federal Identification (Contract Award No.) or the Dollar Amount of the Award. The Federal
Identification number was not provided in the bid documents. Further, Stone Collector's omission
of the Dollar Amount of the Award appears to have been a clerical error. It is staff's position that
the clerical error is a minor irregularity that does not impact the amount of the bid or provide an
unfair advantage to Stone Collector. Therefore, staff will recommend that the City Council waive
the minor irregularity.
Exhibit A-27 — Notice of Section 3 Commitment
Stone Collector did not identify a union in the Notice of Section 3 Commitment document and did
not include an anticipated start date. Although the bid documents required submission of the
Notice of Section 3 Commitment, not all information requested in the document was known at the
time of submission of bid. For example, the anticipated start date was not known at the time of
bid submission. With regard to not listing the labor union, following receipt of your bid protest,
Stone Collector indicated to the City that it was unsure from which union it would solicit workers.
Stone Collector's response to your bid protest is attached as Exhibit "A" for your reference. It is
staff's position that the omission is a minor irregularity that does not impact the amount of the bid
or provide an unfair advantage to Stone Collector. Therefore, staff will recommend that the City
Council waive the minor irregularity.
Fire Alarm Work
With regard to the argument that Stone Collector does not have a valid fire alarm (C-16)
license, there is no requirement in the bidding instructions that bidders possess a fire protection
license. Rather, the only requirement within the bidding documents is that the contractor shall
have a valid "B" California Contractor's License (General Building Contractor License). Stone
Collector has the required license.
With regard to your argument that Stone Collector did not submit a subcontractor to
perform such work, California Public Contract Code section 4104 requires that bids include the
name and other specified information for each subcontractor who will perform in excess of one-
half of one percent (0.5%) of the prime contractor's total bid. Following receipt of your bid protest,
Stone Collector indicated to the City that the scope of work to be performed by the subcontractor
for the fire alarm scope of work is less than 0.5% of the total amount of the bid. Stone Collector
submitted the subcontractor's bid, totaling $400, which is less than 0.5% of Stone Collector's bid.
Stone Collector's bid reflected a total cost of $3,000 for the fire alarm work. Stone Collector
explained to staff that costs beyond the subcontractor's work include estimated overhead,
insurance, bonds, mobilization, and unforeseen conditions. Accordingly, since the subcontractor's
New Millennium Construction Service Inc.
Bid Protest Response
March 2, 2020
work is less than 0.5% of the total bid, Stone Collector was not required to list the subcontractor
in its bid.
As outlined above, Public Contract Code section 20162 requires that the City award the
contract for this Project to the lowest responsible bidder. City staff has reviewed Stone Collector's
bid and determined that it is responsive on its face, in that Stone Collector's bid promises to do
what the bidding instructions for this Project demand. To the extent Stone Collector's bid had
clerical errors, it is staff's position that such errors were minor irregularities in the bid. The minor
irregularities do not impact the amount of the bid or provide an unfair advantage to Stone
Collector.
In sum, staff has determined that Stone Collector's bid is responsive and that Stone
Collector is the lowest responsible bidder. Therefore, staff will recommend that the City Council
waive the minor irregularities and award the contract for this Project to Stone Collector. This item
is scheduled to be presented to the City Council on March 17, 2020.
Thank you for your interest in this Project. Please feel free to contact me if you have any
further comments or questions.
Sincerely,
AAnderson
J
Community Development Director
City of West Covina
Copy to: Okan Demirci, CIP Manager
Mike Cresap, Public Services Superintendent
Brittany Roberto, Deputy City Attorney
EXHIBIT A
STONE COLLECTOR'S RESPONSE TO
NEW MILLENNIUM CONSTRUCTION SERVICE INC.'S BID PROTEST
t'
The Stone Collector
TO: City of West Covina DATE: 02/02/2020
Attn: Okan Demirci
PROJECT: Restrooms Renovation at Senior Center
RE: iBuild Spectrum Bid Protest
The Stone Collector employs a wide range of professionals in all aspects of
construction needed to successfully complete the project listed above and
will perform all trades not listed under sub -contractors listed in the bid
documents. The fire alarm scope of work is limited to less than one half of
one percent of the total amount of the bid (please see the attached). The
Stone Collector listed all sub -contractors in the bid documents including
name, address, phone number, license and DIR numbers as required.
Please feel free to contact me for any question or clarification.
M. Alsayed, Owner
The Stone Collector 2220 Skyline Drive. Fullerton, CA 92831 1 714-797-4610 1 malsayed@sbcglobaI.net
Red 1 Fire Suppression, Inc.
Fire Sprinkler Contractor
License C-16 #1060963
Contact: Moutaz Alsayed
714.797.4610
The Stone Collector
2220 Skyline Dr.
Fullerton, CA 92831
Project: Restroom Improvements
West Covina Community & Senior Center
2501 E. Cortez St.
West Covina, CA 91791
Work Order - 01/16/20
36724 Summer Dain Ln.
Wildomar, CA 92595
Cell: (951) 269-5912
Red lfireinc@gmail.com
Red 1 Fire Suppression, Inc. shall furnish all labor to construct and complete, upon
the project described above, workman manner, the following:
Scope of Work:
• Remove, save, and re -install existing fire strobes, fire smoke sensors, & fire
sensors to same location. Extend power/data as required.
TOTAL COST: 1$400.00
Submitted by: Jorge Rodriguez Accepted by:
11/16/2020
Print Staff Report
The proposed Project is a project subject to CEQA. Staff has reviewed the proposed project and has
determined that it is categorically exempt from CEQA pursuant to CEQA Guidelines Section(s) 15302:
Replacement or Reconstruction (c) as the project is the replacement of an existing restroom.
Prepared by: Okan Demirici, PE, CIP Manager
Fiscal Impact
FISCAL IMPACT:
The City has approximately $167,600 in CDBG funds (Account No. 19003.131.7500) available for this
project. The balance of funding will come from the re -programming of funds from another CDBG-funded
activity, Senior Center Roof Replacement (Account No: 19005.131.7500). This change in CDBG-funded
projects requires a substantial amendment to the City's Action Plan. The required 30-day review period is
underway and the matter will be presented to the City Council for consideration in a public hearing in April
2020. The amendment requires HUD approval. Staff has made HUD aware of how the City intends to
proceed. HUD has advised staff that the project may be awarded contingent on HUD approval and that related
expenditures should not exceed the currently approved budget until the City receives the HUD approval for
the amendment.
Attachments
Attachment No. 1 - Bid Protest Letter
Attachment No. 2 - Bid Protest Responses from The Stone Collector
Attachment No. 3 - Staffs Responses to Protest Letters
Attachment No. 4 - Contract Agreement with The Stone Collector
CITY Enhance the City Image and Effectiveness
COUNCIL Protect Public Safety
GOALS & Respond to the Global COVID-19 Pandemic
OBJECTIVES:
https://destinyhosted.com/print_ag_memo.cfm?seq=708&rev_num=0&mode=Extemal&reloaded=true&id=93782 3/3
ATTACHMENT NO.4
CONTRACT SERVICE AGREEMENT FOR
PROJECT NO.19003
RESTROOM RENOVATION AT SENIOR CENTER
THIS CONTRACT SERVICE AGREEMENT (herein "Agreement"), is made and entered into this
17th day of March, 2020 ("Effective Date") by and between the CITY OF WEST COVINA, a municipal
corporation (herein "City"), and MOUTAZ ALSAYED, an individual DBA THE STONE COLLECTOR
(herein "Contractor").
RECITALS
A. City requires construction services for the Restroom Renovation at Senior Center Project,
Project No. 19003, that meet the requirements as shown in the project specifications and this Agreement.
Contractor has represented to City that Contractor is qualified to perform said services and has submitted a
proposal to City for same.
B. City desires to have Contractor perform said services on the terms and conditions set forth
herein.
NOW, THEREFORE, based on the foregoing Recitals and for good and valuable consideration, the
receipt and sufficiency of which is acknowledged by both parties, City and Contractor hereby agree as
follows:
1. SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all terms and conditions of this Agreement,
the Contractor shall provide all work described in the Contract Documents, as further described herein,
which services may be referred to herein as the "services" or "work" hereunder. As a material inducement
to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider
of first class work and services and Contractor is experienced in performing the work and services
contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow
the highest professional standards in performing the work and services required hereunder and that all
materials will be of good quality, fit for the purpose intended.
1.2 Documents Included in Contract. The complete Agreement consists of (1) this
Agreement, (2) Notice to Contractors and Instructions to Bidders, Bid Documents and Contract Documents
(Exhibit A), (3) Contractor's Proposal (Exhibit B), (4) Certificates of Insurance (Exhibit C), (5) Bonds
(Exhibit D), (6) the Standard Specifications and Standard Specifications for Public Works Construction, as
detailed in Section 19-1 of the West Covina Municipal Code, and (7) all exhibits and attachments to the
foregoing documents. The documents attached hereto are incorporated herein by this reference. The
Standard Specifications and Standard Specifications for Public Works Construction are incorporated by
this reference as if fully set forth herein. The documents comprising the complete Agreement may be
referred to in this Agreement as the "Contract Documents." In the event of an inconsistency between any
of the terms in this Agreement and any of the documents referenced above, this Agreement shall govern.
1.3 Compliance with Law. All services rendered hereunder shall be provided in
accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal,
State or local governmental agency having jurisdiction in effect at the time the work is performed.
1.4 Licenses, Permits, Fees, and Assessments. Contractor shall obtain at its sole cost
and expense such licenses, permits and approvals as may be required by law for the performance of the
services required by this Agreement, including a business license from the City. Contractor shall have the
sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may
be imposed by law and arise from or are necessary for the Contractor's performance of the services required
by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments,
taxes penalties or interest levied, assessed or imposed against City hereunder. Contractor shall be
responsible for all subcontractors' compliance with this Section 1.4.
1.5 Familiarity with Work. By executing this Agreement, Contractor warrants that
Contractor (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has
carefully considered how the services should be performed, and (c) fully understands the facilities,
difficulties and restrictions attending performance of the services under this Agreement. If the services
involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or
will be fully acquainted with the conditions there existing, prior to commencement of services hereunder.
Should the Contractor discover any latent or unknown conditions, which will materially affect the
performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall
not proceed except at Contractor's risk until written instructions are received from the Contract Officer.
1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of
this Agreement to furnish continuous protection to the work, and the equipment, materials, papers,
documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be
responsible for all such damages, to persons or property, until acceptance of the work by City, except such
losses or damages as may be caused by City's own active negligence.
1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and
diligence to perform their respective obligations under this Agreement. Both parties agree to act in good
faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary
to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible
for the service of the other. Contractor shall require all subcontractors to comply with the provisions of this
Agreement.
1.8 Additional Services. City shall have the right at any time during the performance
of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope
of Services or make changes by altering, adding to or deducting from said work. No such extra work may
be undertaken unless a written change order is first given by the Contract Officer to the Contractor,
incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement,
which said adjustments are subject to the written approval of the Contractor. Any increase in compensation
of the Contract Sum, or in the time to perform of one hundred eighty (180) days or less may be approved
by the Contract Officer to the extent authorized in West Covina Municipal Code Section 19-302. Any
increases which cannot be approved by the Contract Officer as provided in West Covina Municipal Code
Section 19-302, taken either separately or cumulatively, must be approved by the City Council. It is
expressly understood by Contractor that the provisions of this Section shall not apply to services specifically
set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that
it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or
time consuming than Contractor anticipates and that Contractor shall not be entitled to additional
compensation therefor.
1.9 Prevailing Wages Laws. This project requires the payment of prevailing wages
under California Law. In accordance with Labor Code Section 1770, et seq., the director of the Department
2
of Industrial Relations of the State of California has ascertained a general prevailing rate of wages which is
the minimum amount which shall be paid to all workers employed to perform the work pursuant to this
Agreement. A copy of the general prevailing wage rate determination is on file in the office of the City
Clerk and is hereby incorporated in this Agreement. In accordance with the provisions of Labor Code
Section 1810, et seq., eight (8) hours is the legal working day. Contractor must forfeit to the City Twenty
Five Dollars ($25.00) a day for each worker who works in excess of the minimum working hours for which
Contractor does not pay overtime. Contractor is required to post a copy of such wage rates at all times at
the project site. The statutory penalties for failure to pay prevailing wage or to comply with State wage and
hour laws will be enforced. Contractor also comply with State law requirements to maintain payroll records
and shall provide for certified records and inspection of records as required by California Labor Code
Section 1770, et seq., including Section 1776. Contractor shall comply with all statutory requirements
relating to the employment of apprentices.
This project is funded in whole or in part with Community Development Block Grant (CDBG)
funds provided by the U.S. Department of Housing and Urban Development (HUD). Federal Labor
Standards Provisions, including prevailing wage requirements of the Davis -Bacon and Related Acts apply
and will be enforced. The Federal Labor Standards Provisions included within Exhibit B to this Agreement
shall apply to Contractor during the performance of this Agreement.
1.10 Special Requirements. This project is funded in whole or in part by federal funds
and subject to the Federal Requirements set forth in Exhibit B to this Agreement. Contractor agrees to
comply with said Federal Requirements and all federal requirements applicable to the project.
COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement, the
Contractor shall be compensated as specified herein, but not exceeding the maximum contract amount of
Two Hundred Fifteen Thousand Dollars and Zero Cents ($215,000.00) (herein "Contract Sum"), except as
provided in Section 1.8. The Contract Sum shall include the attendance of Contractor at all project meetings
reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation
for attending said meetings.
2.2 Progress Payments. Prior to the first day of the month, during the progress of
the work, commencing on the day and month specified in the Agreement, Contractor shall submit to the
Contract Officer a complete itemized statement of all labor and materials incorporated into the work
during the preceding month and the portion of the Contract Sum applicable thereto. Upon approval in
writing by the Contract Officer, payment shall be made within thirty (30) days. City shall pay Contractor
a sum based upon ninety five percent (95%) of the contract price apportionment of the labor and
materials incorporated into the work under the Agreement during the month covered by said statement.
The remaining five percent (5%) of the Contract Sum shall be retained as performance security in
accordance with Section 7.4 of this Agreement.
PERFORMANCE SCHEDULE
3.1 Time of Essence. Time is of the essence in the performance of this Agreement.
3.2 Schedule of Performance. Contractor shall commence the services pursuant to this
Agreement upon receipt of a written notice to proceed and shall complete all services within forty (40)
working days. Contractor shall submit for the Contract Officer's approval its proposed Construction
Schedule. Contractor shall perform the services in accordance with the approved Construction Schedule.
When requested by the Contractor, extensions to the time period(s) specified in the Construction Schedule
may be approved in writing by the Contract Officer.
3.3 Force Majeure. The time period(s) specified in the Construction Schedule for
performance of the services rendered pursuant to this Agreement shall be extended to the extent caused by
delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor,
including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires,
earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation,
and/or acts of any governmental agency other than the City, if the Contractor within ten (10) days of the
commencement of such delay notifies the Contract Officer in writing of the causes for the delay. The
Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the
services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay
is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this
Agreement. Contractor shall not be entitled to any damages or increase in compensation due to force
majeure.
3.4 Term. Unless earlier terminated in accordance with Section 7.9 of this Agreement,
this Agreement shall continue in fall force and effect until final approval and acceptance of the project by
the City.
4. COORDINATION OF WORK
4.1 Representative of Contractor. The following principal(s) of Contractor are hereby
designated as being the principal(s) and representative(s) of Contractor authorized to act in its behalf with
respect to the work specified herein and make all decisions in connection therewith:
Moutaz Alsayed, President
The Stone Collector
It is expressly understood that the experience, knowledge, capability and
reputation of the foregoing principal(s) were a substantial inducement for City to enter into this Agreement.
Therefore, the foregoing principal(s) shall be responsible during the term of this Agreement for directing
all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For
purposes of this Agreement, the foregoing principal(s) may not be replaced nor may their responsibilities
be substantially reduced by Contractor without the express written approval of City.
4.2 Contract Officer. The Contract Officer shall be such person as may be designated
by the City Manager or City Engineer of City. The Contractor shall keep the Contract Officer informed of
Contractor's progress on the services. The Contractor shall refer any decisions which must be made by City
to the Contract Officer. Unless otherwise specified herein or in the City's Municipal Code, any approval of
City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have
authority to sign all documents on behalf of the City required by this Agreement.
4.3 Prohibition Against Assignment. The experience, knowledge, capability and
reputation of Contractor, its principals and employees were a substantial inducement for the City to enter
into this Agreement. Neither this Agreement nor any interest herein may be transferred, assigned, conveyed,
hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or
otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the
transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the
present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In
4
the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be
void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder
without the City's express consent.
4.4 Independent Contractor. Neither the City nor any of its employees shall have any
control over the manner, mode or means by which Contractor, its subcontractors, agents or employees,
performs the services required herein, except as otherwise set forth herein. City shall have no voice in the
selection, discharge, supervision or control of Contractor's employees, subcontractors, servants,
representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall
perform all services required herein as an independent contractor of City and shall remain at all times as to
City a wholly independent contractor with only such obligations as are consistent with that role. Contractor
shall not at any time or in any manner represent that it or any of its subcontractors, agents or employees are
agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a
partner of Contractor in its business or otherwise or a joint venture or a member of any joint enterprise with
Contractor.
4.5 Identity of Persons Performing Work. Contractor represents that it employs or
will employ at its own expense all personnel required for the satisfactory performance of any and all tasks
and services set forth herein. Contractor represents that the tasks and services required herein will be
performed by Contractor or under its direct supervision, and that all personnel engaged in such work shall
be fully qualified and shall be authorized and permitted under applicable State and local law to perform
such tasks and services.
4.6 Utility Relocation. City, and not Contractor, is responsible for removal, relocation,
or protection of existing main or trunkline utilities but only to the extent such utilities were not identified in
the invitation for bids or specifications. Where the specifications call for the Contractor to remove, relocate,
reconstruct or protect such lines, all such work shall be deemed included in the Contract Sum. Contractor
having been presented with a reasonable basis to suspect that any previously unidentified main or mmkline
may need to be removed, relocated or protected in place, Contractor shall immediately notify City and the
affected utility company in writing of such belief, and the basis therefor, and Contractor shall thereafter
work with the City and the utility company to coordinate such removal, relocation or protection. City shall
reimburse Contractor for its reasonable costs incurred in locating, repairing damage not caused by
Contractor, and removing or relocating such unidentified utility facilities, including equipment idled during
such work. Contractor shall not be assessed liquidated damages for delays which meet both of the following
requirements (i) the delays occurred after Contractor gave City the written notice required by this Section;
and (ii) the delays were caused by the removal, protection, or relocation of such unidentified utility facilities.
Nothing herein shall be deemed to prevent the City from seeking reimbursement of any such costs from the
affected utility company.
4.7 Trenches or Excavations. Pursuant to California Public Contract Code Section
7104, if the work included in this Agreement requires excavations more than four (4) feet in depth, the
following shall apply:
(a) Contractor shall promptly, and before the following conditions are
disturbed, notify City, in writing, of any: (1) material that Contractor believes may be material that is
hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be
removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law;
(2) subsurface or latent physical conditions at the site different from those indicated; or (3) unknown
physical conditions at the site of any unusual nature, different materially from those ordinarily
encountered and generally recognized as inherent in work of the character provided for in the
5
Agreement.
(b) City shall promptly investigate the conditions, and if it finds that the
conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in
Contractor's cost of, or the time required for, performance of any part of the work shall issue a change
order per Section 1.8 of this Agreement.
(c) If a dispute arises between City and Contractor whether the conditions
materially differ, or involve hazardous waste, or cause a decrease or increase in Contractor's cost of, or
time required for, performance of any part of the work, Contractor shall not be excused from any
scheduled completion date provided for by the Agreement, but shall proceed with all work to be
performed under the Agreement. Contractor shall retain any and all rights provided either by contract or
by law which pertain to the resolution of disputes and protests between the contracting parties.
5. INSURANCE, INDEMNIFICATION AND BONDS
5.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense,
in a form and content satisfactory to City, during the entire term of this Agreement including any extension
thereof, the following policies of insurance:
Coverage (Check if applicable)
Minimum Limits
combined single limits, per
occurrence and aggregate
Broad -form commercial general liability, in a form at
$2,000,000. If such insurance
least as broad as ISO from #CG 00 01 1188, including
contains a general aggregate
(X)
premises -operations, products / completed operations,
limit, it shall apply
broad form property damage, blanket contractual
separately to this Agreement
liability, independent contractors, personal injury or
or shall be twice the required
bodily injury.
occurrence limit.
(X)
Contractual Liability Insurance; Products Liability
$1,000,000 limit.
Insurance.
Comprehensive Automobile Liability Insurance
$2,000,000 per occurrence
(includes owned, non -owned, and hired automobile
combined single limit
(X)
hazard).
combined single limits, per
occurrence for bodily injury
and property damage.
Workers Compensation/Employers' Liability Insurance
Statutory $2,000,000 per
as required by the State of California. Contractor agrees
occurrence.
to waive, and to obtain endorsements from its workers'
compensation insurer waiving subrogation rights under
(X)
its workers' compensation insurance policy against the
City, its officers, agents, employees, and volunteers for
losses arising from work performed by Consultant for
the City and to require each of its subcontractors, if any,
to do likewise under their workers' compensation
insurance policies.
CONDITIONS:
(a) The insurance companies who provide or issue the policies shall be
authorized to do business in the State of California with a current A.M. Best's rating of no less
than A:VII, and approved by City.
(b) The policies shall contain or be endorsed to contain, to the following
provisions
(i) Notice of Termination: "Said policy shall not terminate, be suspended,
or voided, nor shall it be cancelled, nor the coverage or limits reduced, until thirty (30) days after
written notice is given to City Engineer, City of West Covina, 1444 West Garvey Avenue South,
West Covina, California 91790."
(ii) Additional Insureds: "The City of West Covina and its elected and
appointed boards, officers, officials, agents, employees, and volunteers are additional insureds
with respect to: liability arising out of activities performed by or on behalf of the Contractor
pursuant to its contract with the City; products and completed operations of the Contractor;
premises owned, occupied or used by the Contractor; automobiles owned, leased, hired, or
borrowed by the Contractor."
(iii) Excess: "Any insurance maintained by the City of West Covina shall
apply in excess of and not combined with insurance provided by this policy"
(c) Any failure to comply with the reporting provisions of the policies shall
not affect coverage provided to the City of West Covina, its officers, officials, agents, employees,
and volunteers.
(d) The Contractor's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.
(e) Before starting work, Contractor shall deliver to the City insurance
endorsements and certificates of insurance confirming the existence of the insurance required by
this contract, and including the applicable clauses referenced above.
(f) Such endorsements shall be signed by an authorized representative of the
insurance company and shall include the signatory's company affiliation and title. Should it be
deemed necessary by the City, Contractor shall see that the City receives documentation,
acceptable to the City, which sustains that the individual signing said endorsements is indeed
authorized to do so by the insurance company.
(g) If the Contractor fails to maintain the aforementioned insurance, or secure
and maintain the aforementioned endorsement, the City may obtain such insurance, and deduct
and retain the amount of the premiums for such insurance from any sums due under the
agreement. Procuring of said insurance by the City is in addition to all other remedies the City
may have. In addition to any other remedies the City may have upon Contractor's failure to
timely provide and maintain required insurance or policy endorsements, the City may order
Contractor to stop work hereunder, and/or withhold any payment(s) which became due to
Contractor hereunder until Contractor demonstrates compliance with the requirements hereof.
(h) Nothing herein limits the extent to which Contractor may be held
responsible for payments of damages to persons or property resulting from Contractor's or its
subcontractors' performance of the work covered under this Agreement.
(i) Each contract between the Contractor and any subcontractor shall require
the subcontractor to maintain the same policies of insurance that the Contractor is required to
maintain pursuant to this Section 5.1.
5.2 Indemnification. Contractor agrees to defend (with legal counsel of City's
choosing), indemnify, hold free and harmless the City, its elected and appointed officials, officers, agents
and employees, at Contractor's sole expense, from and against any and all claims, demands, actions, suits
or other legal proceedings brought against the City, its elected and appointed officials, officers, agents and
employees arising out of the performance of the Contractor, its employees, and/or authorized
subcontractors, of the work undertaken pursuant to this Agreement. The defense obligation provided for
hereunder shall apply without any advance showing of negligence or wrongdoing by the Contractor, its
employees, and/or authorized subcontractors, but shall be required whenever any claim, action, complaint,
or suit asserts as its basis the negligence, errors, omissions or misconduct of the Contractor, its employees,
and/or authorized subcontractors, and/or whenever any claim, action, complaint or suit asserts liability
against the City, its elected and appointed officials, officers, agents and employees based upon the work
performed by the Contractor, its employees, and/or authorized subcontractors under this Agreement,
whether or not the Contractor, its employees, and/or authorized subcontractors are specifically named or
otherwise asserted to be liable. Notwithstanding the foregoing, the Contractor shall not be liable for the
defense or indemnification of the City for claims, actions, complaints or suits arising out of the sole active
negligence or willful misconduct of the City. This provision shall supersede and replace all other indemnity
provisions contained in any other document, which shall be of no force and effect.
(a) Contractor will defend any action or actions filed in connection with any of
said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys'
fees incur -red in connection therewith.
(b) Contractor will promptly pay any judgment rendered against the City, its
officers, agents or employees for any such claims or liabilities arising or alleged to arise out of or
in connection with Contractor's (or its agents', employees', subcontractors', or invitees') negligent
performance of or failure to perform such work, operations or activities hereunder; and Contractor
agrees to save and hold the City, its officers, agents, and employees harmless therefrom.
(c) If the City, its officers, agents or employees is/are made a party to any action
or proceeding filed or prosecuted against Contractor for such damages or other claims arising or
alleged to arise out of or in connection with the negligent performance of or failure to perform the
work, operation or activities of Contractor hereunder, Contractor shall pay to the City, its officers,
agents or employees, any and all costs and expenses incurred by the City, its officers, agents or
employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees
for counsel acceptable to City.
(d) Contractor's duty to defend and indemnify as set out in this Section 5.2 shall
include any claims, liabilities, obligations, losses, demands, actions, penalties, suits, costs, expenses
or damages or injury to persons or property arising or alleged to arise from, in connection with, as
a consequence of or pursuant to any state or federal law or regulation regarding hazardous
substances, including but not limited to the Federal Insecticide, Fungicide and Rodenticide Act
("FIFRA"), Comprehensive Environmental Response, Compensation and Liability Act of 1980
8
("CERCLA' ), Resource Conservation and Recovery Act of 1976 ("RCRA"), the Hazardous and
Solid Waste Amendments of 1984, the Hazardous Material Transportation Act, the Toxic
Substances control Act, the Clean Air Act, the Clean Water Act, the California Hazardous
Substance Account Act, the California Hazardous Waste Control Law or the Porter -Cologne Water
Quality Control Act, as any of those statutes may be amended from time to time.
The Contractor's indemnification obligations pursuant to this Section 5.2 shall survive the termination of
this Agreement. Contractor shall require the same indemnification in favor of City from all subcontractors.
5.3 Labor and Materials and Performance Bonds. Concurrently with execution of
this Agreement, Contractor shall deliver to City a labor and materials bond and a performance bond each
in the sum of the amount of this Agreement, in the forms provided by the City, which secures the faithful
performance of this Agreement. The bonds shall contain the original notarized signature of an authorized
officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The
bonds shall be unconditional and remain in force during the entire term of the Agreement and shall be
released or exonerated only if the Contractor promptly and faithfully performs all terms and conditions of
this Agreement.
5.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement
shall be satisfactory only if issued by companies authorized to do business in California, rated with a current
A.M. Best's rating of no less than A: VII unless such requirements are waived by the City's Risk Manager
in writing due to unique circumstances. If the City's Risk Manager determines that the work or services to
be performed under this Agreement creates an increased risk of loss to the City, the Risk Manager may
increase the minimum limits of the insurance policies and the performance bond required by this Section 5
by providing written notice to Contractor; provided that the Contractor may appeal such determination to
the City Council of City within ten (10) days of receipt of notice from the Risk Manager.
5.5 Substitution of Securities. Pursuant to California Public Contract Code Section
22300, substitution of eligible equivalent securities for any moneys withheld to ensure performance
under the Agreement for the work to be performed will be permitted at the request and expense of
Contractor.
6. RECORDS AND REPORTS
6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer
such reports concerning the performance of the services required by this Agreement as the Contract
Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost
of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that
if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will
materially increase or decrease the cost of the work or services contemplated herein, Contractor shall
promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated
increased or decreased cost related thereto.
6.2 Records. Contractor shall keep, and require subcontractors to keep, such books and
records (including but not limited to payroll records as required herein) as shall be necessary to perform the
services required by this Agreement and enable the Contract Officer to evaluate the performance of such
services. The Contract Officer shall have full and free access to such books and records at all times during
normal business hours of City, including the right to inspect, copy, audit and make records and transcripts
from such records. Such records shall be maintained for a period of three (3) years following completion of
the services hereunder, and the City shall have access to such records in the event any audit is required.
9
ATTACHMENT NO. 1
Bid Protest Letters
Contractor shall keep detailed records of all work being paid for by Community Development Block Grant
Funds, or other federal funding, of each item of work performed, the cost thereof, and the supporting
documentation for each payment made from such source of funds, and shall tam over any and all such
documentation to City upon demand therefor. Failure to comply with this requirement can lead to
Contractor's compensation being reduced by any amount disallowed by the federal agency providing
fixnding for all or part of the project, and/or to debarment of Contractor.
6.3 Ownership of Documents. All drawings, specifications, reports, records,
documents and other materials prepared by Contractor, its employees, subcontractors and agents in the
performance of this Agreement shall be the property of City and shall be delivered to City upon request of
the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for
fii Cher employment or additional compensation as a result of the exercise by City of its full rights of
ownership of the documents and materials hereunder. Contractor may retain copies of such documents for
its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All
subcontractors shall provide for assignment to City of any documents or materials prepared by them, and
in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages
resulting therefrom.
ENFORCEMENT OF AGREEMENT; TERNIINATION
7.1 California Law. This Agreement shall be construed and interpreted both as to
validity and to performance of the parties in accordance with the laws of the State of California. Legal
actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be
instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate
court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such
court in the event of such action.
7.2 Notice of Default and Cure Period. If either party fails to perform its obligations
hereunder, the nondefaulting party shall provide the defaulting party written notice of such default. The
defaulting party shall have ten (10) days to cure the default; provided that, if the default is not reasonably
susceptible to being cured within said ten (10) day period, the defaulting party shall have a reasonable time
to cure the default, not to exceed a maximum of thirty (30) days, provided the defaulting party commences
to cure such default within ten (10) days of service of such notice and diligently prosecutes the cure to
completion; provided further that if the default is an immediate danger to the health, safety and general
welfare, the defaulting party shall take such immediate action as may be necessary. Notwithstanding the
foregoing, the nondefaulting party may, in its sole and absolute discretion, grant a longer cure period.
Should the defaulting party fail to cure the default within the time period provided in this Section, the
nondefaulting party shall have the right, in addition to any other rights the nondefaulting party may have at
law or in equity, to terminate this Agreement, and/or to call upon any completion or payment bond or other
security for performance thereof. Compliance with the provisions of this Section 7.2 shall be a condition
precedent to bringing any legal action, and such compliance shall not be a waiver of any party's right to
take legal action in the event that the dispute is not cured.
7.3 Termination for Default of Contractor. If termination is due to the failure of the
Contractor to fulfill its obligations under this Agreement, Contractor shall vacate any City owned property
which Contractor is permitted to occupy hereunder and City may, after compliance with the provisions of
Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the
Contractor shall be liable to the extent that the total cost for completion of the services required hereunder
exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate
such damages), and City may withhold any payments to the Contractor for the purpose of setoff or partial
10
payment of the amounts owed the City as previously stated.
7.4 Termination for Convenience. The City may terminate this Agreement without
cause for convenience of the City upon giving Contractor thirty (30) days prior written notice of termination
of the Agreement. Upon receipt of the notice of termination, the Contractor shall cease all further work
pursuant to the Agreement. Upon such termination by the City, the Contractor shall not be entitled to any
other remedies, claims, actions, profits, or damages except as provided in this paragraph. Upon the receipt
of such notice of termination, Contractor shall be entitled to the following compensation:
(a) The contract value of the work completed through and including the date of
receipt of the notice of termination, less the amount of progress payments received by Contractor.
(b) Actual move -off costs including labor, rental fees, equipment transportation costs,
the costs of maintaining on -site construction office for supervising the move -off.
(c) The cost of materials custom-made for this Agreement which the Contractor
cannot use in its normal course of business, and for which the City has not already paid.
(d) Any costs shall not include any markups as might otherwise be allowed by any
plans or specifications which were a part of the Agreement.
The provisions of this Section shall supersede provisions of the Agreement and any provision of any plans,
specification, addendums or other documents which is or may become a part of this Agreement. City and
Contractor agree that the provisions of this paragraph are a substantive part of this Agreement's
consideration.
7.5 "Claims" by Contractor under Section 9204. Notwithstanding any other
provision of this Agreement to the contrary, this Agreement shall be subject to all requirements of Public
Contract Code Section 9204 ("Section 9204") as it may be amended from time to time. The parties
acknowledge that Section 9204 applies to certain requests by Contractor, such as certain requests for
time extensions, certain requests for payments not covered by contract, and certain requests for payments
of amounts disputed by City. The parties further acknowledge that Section 9204 establishes all of the
following: (i) Contractor may submit a "claim" to the City, as that term is defined in Section 9204; (ii)
City has an initial 45 days to review and respond to the claim to state "what portion of the claim is
disputed and what portion is undisputed'; (iii) Contractor must furnish reasonable documentation to
support the claim; (iv) City has 60 days from its written determination to pay any undisputed amount,
and (v) specified procedures apply to resolve any amounts in dispute.
7.6 Retention of Funds. Progress payments shall be made in accordance with the
provisions of Section 2.2 of this Agreement. hi accordance with said section, City shall pay Contractor
a sum based upon ninety five percent (95%) of the Contract Sum apportionment. The remaining five
percent (5%) thereof shall be retained as performance security to be paid to the Contractor within sixty
(60) days after final acceptance of the work by the City Council, after Contractor furnishes City with a
release of all undisputed contract amounts if required by City. If there are any claims specifically
excluded by Contractor from the operation of the release, the City may retain proceeds (per Public
Contract Code 7107) of up to 150% of the amount in dispute. City's failure to deduct or withhold shall
not affect Contractor's obligations hereunder. To the extent consistent with Public Contract Code 22300,
Contractor may request and City shall make payment of retentions earned directly to an escrow agent at
the expense of Contractor, and may direct the investment of the payments into securities and Contractor
shall receive the interest earned on the investments upon the same terms provided for in Public Contract
11
Code Section 22300 for securities deposited by Contractor. Upon satisfactory completion of this
Agreement, Contractor shall receive from the escrow agent all securities, interest, and payments received
by the escrow agent from the City.
7.7 Waiver. No delay or omission in the exercise of any right or remedy by a
nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A parry's
consent to or approval of any act by the other party requiring the party's consent or approval shall not be
deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any
waiver by either party of any default must be in writing and shall not be a waiver of any other default
concerning the same or any other provision of this Agreement.
7.8 Rights and Remedies are Cumulative. Except with respect to rights and remedies
expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative
and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by
it, at the same or different times, of any other rights or remedies for the same default or any other default
by the other party.
7.9 Legal Action. In addition to any other rights or remedies, either party may take
legal action, at law or in equity, to cure, correct or remedy any default, to recover damages for any default,
to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain
any other remedy consistent with the purposes of this Agreement.
7.10 Liquidated Damages. Contractor agrees that failure to complete work within the
time allowed herein will result in damages being sustained by the City. Contractor further agrees that the
determination of actual damages for any delay in performance of this Agreement would be extremely
difficult or impractical to determine in the event of a breach of this Agreement. Therefore, Contractor agrees
that it and its sureties shall be liable for and shall pay to the City liquidated damages in the amount of Five
Hundred Dollars ($500.00) for each working day of delay in the performance of any service required
hereunder. Contractor further agrees that liquidated damages may be assessed for failure to comply with
the emergency call out requirements described in the Scope of Services. The City may withhold from any
amounts payable on account of services performed by the Contractor any accrued liquidated damages.
Contractor, on behalf of itself and its sureties, and City agree that the liquidated damages constitute a
reasonable estimate of actual damages, and are not punitive.
8. CITY OFFICERS AND EMPLOYEES, NONDISCRIMINATION
8.1 Non -liability of City Officers and Employees. No officer or employee of the City
shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach
by the City or for any amount which may become due to the Contractor or to its successor, or for breach of
any obligation of the terms of this Agreement.
8.2 Conflict of Interest. The Contractor warrants that it has not paid or given and will
not pay or give any third party any money or other consideration for obtaining this Agreement.
8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its
heirs, executors, assigns, and all persons claiming under or through them, that there shall be no
discrimination against or segregation of, any person or group of persons on account of race, color, creed,
religion, sex, gender, gender expression, marital status, national origin, disability, pregnancy, sexual
orientation or ancestry in the performance of this Agreement. To the extent required by law, Contractor
shall take affirmative action to ensure that applicants are employed and that employees are treated during
12
employment without regard to their race, color, creed, religion, sex, gender, gender expression, marital
status, national origin, disability, pregnancy, sexual orientation or ancestry.
MISCELLANEOUS PROVISIONS
9.1 Notice. Any notice, demand, request, document, consent, approval, or
communication either party desires or is required to give to the other parry or any other person shall be in
writing and shall be deemed to be given when served personally or deposited in the U.S. Mail, prepaid,
first-class mail, return receipt requested, addressed as follows:
To City: City of West Covina
1444 West Garvey Avenue South
West Covina, California 91790
Attention: City Engineer
To Contractor: The Stone Collector
2220 Skyline Drive
Fullerton, CA 92831
Attention: Moutaz Alsayed, President
9.2 Interpretation. The terms of this Agreement shall be construed in accordance with
the meaning of the language used and shall not be construed for or against either parry by reason of the
authorship of this Agreement or any other rule of construction which might otherwise apply.
9.3 Integration; Amendment. It is understood that there are no oral agreements
between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all
previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none
shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual
consent of the parties by an instrument in writing.
9.4 Severability. If one or more of the words, phrases, sentences, clauses, paragraphs,
or sections in this Agreement is declared unenforceable by a court of competent jurisdiction, such
unenforceability shall not affect any of the remaining words, phrases, sentences, clauses, paragraphs, or
sections of this Agreement which are severable. Remaining enforceable provisions shall be interpreted to
carry out the intent of the parties unless an invalid provision is so material that its invalidity deprives either
party of the basic benefit of their bargain or renders this Agreement meaningless.
9.5 Hiring of Undocumented Aliens Prohibited. Contractor shall not hire, employ,
or allow any person to work under this Agreement unless such person is properly documented and may
legally work within the United States.
9.6 Unfair Business Practices Claims. Consistent with Public Contract Code Section
7103.5, Contractor, on behalf of itself and all subcontractors, offers and agrees to assign to the City all
rights, title, and interest in and to all causes of action they may have under Section 4 of the Clayton Act
(15 U.S.C. Section 15) and under the Cartwright Act (Chapter 2, (commencing with Section 16700) of
Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services
or materials pursuant to this Agreement. This assignment becomes effective when the City renders final
payment to the Contractor without further acknowledgment by the parties.
9.7 Corporate Authority. The persons executing this Agreement on behalf of the
parties hereto warrant that (i) such parry is duly organized and existing, (ii) they are duly authorized to
execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party
is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not
violate any provision of any other Agreement to which said party is bound.
9.8 Legal Responsibilities. The Contractor shall keep itself informed of City, State,
and Federal laws, ordinances and regulations, which may in any manner affect the performance of its
services pursuant to this Agreement. The Contractor shall at all times observe and comply with all such
laws, ordinances and regulations. Neither the City, nor its officers, agents, assigns nor employees shall be
liable at law or in equity as a result of the Contractor's failure to comply with this Section.
9.9 Counterparts and Electronic Signatures. This Agreement may be executed in
one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed
together and shall constitute one agreement. Counterpart written signatures may be transmitted by facsimile,
email or other electronic means and have the same legal effect as if they were original signatures.
[SIGNATURE PAGE FOLLOWS.]
14
CITY OF WEST COVINA,
a municipal corporation
David Carmany
City Manager
ATTEST:
Lisa Sherrick
Assistant City Clerk
APPROIF -D AS TO FORM:
Thomas Duarte
City Attorney
THE STONE COLLECTOR
By:
Moutaz Alsayed
(Print N )
Signature:
By:
(Print Name)
Signature:
Title: Owner Title:
Address: 2220 Skyline Dr. Address:
Fullerton CA 92831
iBuild Spectrum
DESIGN & BUILD
Protest Letter
Subject: Protest against:
1- The Stone Collector License #995919
2- RCM Construction License #794351
3- Corral Construction License 4928805
4- R Dependable License #944088
Project: West Covina Restroom Renovation at Senior Center
BID NO. 19003
First bidder: Stone Collector. CA License No. 995919
To Whome it may Concern;
it brought to my attention regarding West Covina Restroom Renovation at Senior Center project,
that Stone Collector. is not Responsive regarding 116 2020 bid opening at 11:00 am per detail
below:
iBUILD SPECTRUM submit the protest by this letter against Mentioned company, regarding above
project for these reason(S);
1- After review the Bid Package, Stone Collector hasn't named Any Subcontractor related to
Plumbing, HVAC, and Also Fire Alarm and Sprinkler work which needs to be done by Licensee
and has to be named on the Bid Package
2- According to Addendum 41 Question and Answer, Contractor is required to submit print out
from the DIR registration website showing that prime and each subcontractor is currently
registered with DIR, But they missed it and package is not complete.
Mad Spectrum
DESIGN & BUILD
Protest Letter
Second Bidder: RCM Construction CA License # 794351
iBUILD SPECTRUM submit the protest by this letter against Mentioned
company, regarding above project for these reason(S) ;
1-There is no Plumbing, Electrical, HVAC and also Fire Alarm Contractorwhich
has to be done by a contractor and General B Can't do that per law.
2- There is no Reference for Previous projects which needs to be include 2yrs
of experience.
3- According to Addendum #1 Question and Answer, Contractor is required to
submit print out from the DIR registration website showing that prime and
each subcontractor is currently registered with DIR, But they missed it and
package is not complete.
Third Bidder: Corral Construction CA License # 928805
iBUILD SPECTRUM submit the protest by this letter against Mentioned
company, regarding above project for these reason(S) ;
1- There is no Plumbing, Electrical, HVAC and also Fire Alarm Contractor
which has to be done by a contractor and General B Can't do that perlaw.
2- According to Addendum #1 Question and Answer, Contractor is
required to submit print out from the DIR registration website showing
that prime and each subcontractor is currently registered with DIR, But
they missed it and package is not complete.
Forth Bidder: R Dependable CA License # 944088
iBUILD SPECTRUM submit the protest by this letter against Mentioned
company, regarding above project for these reason(S) ;
1-There is No Plumbing, Electrical and HVAC Subcontractor inthe
package.
2- Federal paperwork hasnt been included in the package which was
mandatory to attach to it.
3- According to Addendum #1 Question and Answer, Contractor is
required to submit print out from the DIR registration website
showing that prime and each subcontractor is currently registered
with DIR, But they missed it and package is not complete.
Project No: 19003 Addendum 1, City of West Covina, Restroom Renovation at Sr. Center Document Control Page 4 of 48
Q.09 Is the contractor required to submit print out from the DIR registration website
showing that prime and each subcontractor is currently registered with DIR?
A.09 Yes.
Q.10 The bid documents include three bonds (Performance Bond, Labor and Materials
Bond, and Warranty Bond) that must be furnished. Our question is when do these
items need to be furnished?
A.10 Awarded contractor will be required to furnish these bonds.
Q.11 At the pre -bid meeting a question was brought up regarding the temporary ADA
bathroom requirement specified on page 20 of the bid packet. Our question is whether
we need to provide a trailer or port -a -potties or if we need to maintain the bathrooms
usable during construction? If we are required to provide an external source of
portable bathrooms, where would we locate them on the site?
A11 See response to question 5. City will designate space in the parking lot for portable toilets.
Q.12 We also wanted to confirm the concrete removal. In the drawing notes it states partial
concrete removal, but in the demo detail of page A3 it shows all concrete in bathrooms
to be removed. Can you verify the amount of concrete that needs to be removed?
A.12 Entire concrete slab shall be removed in restrooms and adjacent hall for new plumbing work
and new concrete slab.
For any questions regarding Federal Labor Compliance (Section 3), please contact
Lissette Montoya
P:323-371-5530
For all other questions, please contact via email:
Okan Demirci, PE
Project Manager
City of West Covina
E: okan.demirci@transtech.ore
APPENDICES:
Addendum 1, Appendix A - Revised Proposal Schedule
Addendum 1, Appendix B - Revised Exhibit 15 — Applicable Federal Wage Decision
Addendum 1, Appendix C - Mandatory Pre -bid Meeting Sign -in Sheet
Addendum 1, Appendix D — Revised Plan Sheets A-2, A-3, A-4 on Exhibit B — Project Plans
Addendum 1, Page 3 of 3
New Millennium Construction Service Inc.
4158 Lugo Ave Chino Hills CA, 91709
January 22, 2020
City Clerk
CITY OF WEST COVINA
1444 W. GARVEY AVENUE SOUTH
WEST COVINA, CA 91790
RE: Project 19003
Senior Center Restroom Improvements
Bid Date: January 16,2020
Subject: Protest this Bid Senior Center Restroom Improvements# 19003.
New Millennium Construction Service Inc. is protesting this bid on the following grounds and
request for all bids to be disqualified.
The Stone Collector.
• On the Subcontractor List III-6 they did not complete this form at the bottom where you ask
"Percent of work to be performed by sub -contractor:_% "nothing was entered.
• On the Contractor List of Proposed Subcontractors they did not put the accurate contract
amount that they had on form III-6 (Sub -Contractor List)
For Choice Builders they had 21,617 then listed 22,000.
For Moore Flooring they had 29,144 then listed 29,000.
• On Exhibit A-19 Federal Requirement no boxes where checked at the top and they did not
put the contract award which would be his final bid cost.
• A- 24 Exhibit A Federal Requirements- did not select the box Not a Public Housing or low
income resident and did not select the box NA in the outline box "This section must be
completed by the Authorized Business owner or Agent"
• A-26 Exhibit A Federal Requirements - Federal ID and dollar amount was not included.
Dollar amount would have been the bid amount.
• A-27 Exhibit A Federal Requirements- was incomplete no Union address was submitted and
yet they put Laborer 's down and no anticipated start date.
• They do not hold a fire alarm license nor did they submit a sub.
RCM Construction
• On the Subcontractor List III-6 they did not complete this form at the bottom where you ask
" Percent of work to be performed by sub -contractor:_% " nothing was entered.
• On III-7 Bidder's Guarantee they did not put the amount for the 10% of the amount bid.
• On 111-8 References they did not provide any public agencies for work that they had done in
the last 3 yearsetc.
• On HUD form 4230 A Exhibit A- Federal Requirements they did not include any
information in box 10 and they submitted 1 sub on other forms and at the bottom they
signed Agency Rep etc where For HUD Use Only.
• ON A- 23 Exhibit A Federal Requirements- They put N/A instead of The City of WC.
• This contractor does not hold a Fire Alarm License nor did they submit a sub.
Corral Construction
• On 111-6 Bid Document they did not give% of work to be performed by subs.
• On Hud Form 4230 A they did not fill any info out.
• On A -27 top of form is not complete
• They do not hold a fire alarm license
R-Dependable
• On II1-6 Bid document- They did not put the% of work to be performed by subcontractor
and they listed 2.
• Does not have a fire alarm license
• Nothing was given past 1age 22 for review so I am protesting any paees that I could not
review and I reauested complete bid information.
I -Build
• Page 111-7 Bidders Guarantee incomplete form$ is not completed.
• Page A-24 disputing the income for Bijan Nezafati on the employee they have listed as a low
income resident. He could not be full time and work prevailing wage jobs and make 21,900
or less plus his start date is not listed then they mark Not a public housing or low income
resident box.
• Page A-24 for Joselito Ambrocio they check he is full time and check box that he is a low
income resident start date is not listed then they mark Not a public housing or low income
resident box also.
• Page A-24 for Luis Gomez they check he is Low income resident then select his income
range then select box that he is NOT a public housing or Low income resident and no further
info for new hire etc is listed for him.
• Page A-25 Section 3 Business Certification Under #1 they selected box 2 - 30% permanent
full time employees etc but did not put in how many full time and did not put in amount of
section 3 qualified employees.
• A-21 Contractor List of'Proposed Subcontractors the contract amount for Moore Flooring
28.100 does not match the same amount listed on 11I-6 $28,200.