Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2021-02-23 - AGENDA REPORTS - 2019-20 CIRCULATION IMPROV PGM PROJ C0061 (2)
Agenda Item: 10 P CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:1 DATE: February 23, 2021 SUBJECT: 2019-20 CIRCULATION IMPROVEMENT PROGRAM, PROJECT C0061 - APPROVE THE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2019-20 Circulation Improvement Program, Project C0061. 2. Award the construction contract to R.C. Becker and Son, Inc., for the 2019-20 Circulation Improvement Program, Project C0061 in the amount of $671,123 and authorize a contingency in the amount of $134,224, for a total contract amount not to exceed $805,347. 3. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The 2019-20 Circulation Improvement Program, Phase I will modify medians, striping, and asphalt to enhance circulation on Lyons Avenue (Wayman Street to Orchard Village Road), Bouquet Canyon Road (Cinema Drive to Valencia Boulevard), Sierra Highway (Stater Bros Driveway to Via Princessa), and Copper Hill Drive (Sycamore Creek Drive to Seco Canyon Road). This action provides for the construction of these improvements. Intersections with insufficient right-turn/left-turn capacity in all four communities (Canyon Country, Newhall, Saugus, and Valencia) were selected for the 2019-20 program. The proposed improvements include modifications to raised center medians to accommodate triple left -turn pockets, right -turn lane extensions, and early access to left -turn lanes. Page 1 Packet Pg. 47 The modifications are based on staffs analysis of traffic volumes and observations of traffic patterns at the selected intersections. An invitation to bid was published twice, on December 11 and December 18, 2020, and was posted on BidNet along with the project's plans and specifications. There was a total of three bids submitted to the City of Santa Clarita (City) and opened on January 14, 2021. The bid results are shown below: Company Location Bid Amount R.C. Becker and Son, Inc. Santa Clarita, CA $671,123 Hardy and Harper, Inc. Lake Forest, CA $870,000 All American Asphalt Corona, CA $873,333 Staff recommends awarding the contract to R.C. Becker and Son, Inc., the lowest responsive bidder. R.C. Becker and Son, Inc., possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and found to be complete. The requested construction contingency in the amount of $134,224 will cover the cost of unforeseen site conditions, such as potential utility conflicts exposed during construction, replacement of deteriorated signal wires, which are identified during construction, conflicts with landscape irrigation mains, and any change orders submitted by the contractor for additional work required that was not foreseen during design, but approved by the City. These types of change orders are often encountered on this type of project, thus requiring a larger than normal contingency. ALTERNATIVE ACTION Other actions as determined by the City Council. FISCAL IMPACT Adequate funds were appropriated as part of the Fiscal Year 2020-21 budget to expenditure account C0061233-5161.001 to support the recommended contract. ATTACHMENTS Location Map Bid Proposal for R.C. Becker and Son, Inc. (available in the City Clerk's Reading File) Page 2 Packet Pg. 48 Docu&gn Envelope ID; IF 0A8A22A-CAB5-49CD-8 SEA- 156011BC2374E Bid #ENG-20-21-CO061 Circulation Improvement Program City Project No. C0061 City of Santa Clarita, California TO THE CITY OF'SANTA CLARITA, AS CITY: In accordance with GTY'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 tirne prescribed therein. BIDDER declares that this, proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY 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 CITY 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 CITY 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 price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. in case of discrepancies in the amounts bid, unit prices shall govern overextended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CFY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: R.C. Becker and Son, Inc Company Address: 28355 Kelly Johnson Pkwy Santa Clarita, U7k 913bb Phone: 661-259-4845 Email: nfranklin@rcbeckerandson.com By: John Becker Print Name president Title:. 1'7 Signature; Date: 1/ 21 t" - Docubagn Envelop e ID1k-OA5A2A-CAE35-49(;L)-88A-156DIBC2374b Bi i d, #ENG-20-,21-CO061 City Project No. C1:061 City of Santa Clarita, California 1. SUMMARY OF CONTRACT REQUIREMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). Contract language will be negotiated upon acceptance of proposal and prior to commencement of work. Work cannot begin until the contract has been fully executed by both parties. as These are the Insurance Requirements for Contractors providing services or supplies to the City. By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. When Contract documents are executed, the actual Contract language and Insurance Requirements may Include additional provisions as deemed appropriate by City's Risk Manager. b, You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under thIs agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is, broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—ali the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum insurance requirements shown in this agreement, whichever is greater. Any insurance, proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all insurance coverage and endorsements. 3, INSURANCE a. General Insurance Requirements Ali insurance shall be primary insurance and shall name City of Santa Clarita as an additional insured. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under the policy If not named as an additional insured, and an additional lnsured shall not be held liable for any premium or expense of any nature on the policy or any extension thereof solely because they are an additional ensured thereon, DoouSGn Envelope ID: 1 FOA8A2A-CAB5-49CD-88EA-1 56DI BC2374E If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then Consultant agrees that the minimum limits hereinabove designated shall be changed accordingly upon written request by the Risk Manager. iii, Consultant agrees that provisions of this Section as to maintenance of insurance shall not be construed as limiting in any way the extent to which Consultant may be held responsible for the payment of damages to persons or property resulting from Consultant's activities, the activities of its subconsultants, or the activities of any person or persons for which Consultant is otherwise responsible. iv. 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. v. 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 nonpayment of premiums otherwise, without 30 days prior written notice of amendment or cancellation to City. In the event the said insurance is canceled, Consultant shall, prior to the cancellation date, submit new evidence of insurance in the amounts heretofore established. vi. Ali required insurance must be in effect prior to awarding this Agreement, and it or a successor policy must be in effect for the duration of this Agreement. Maintenance of proper insurance coverage is a material requirement of this Agreement, and the failure to maintain and renew coverage or to provide evidence of renewal may be treated by the City as a material breach of contract. If Consultant, at any time during the term of this Agreement, should fail to secure or maintain any insurance required under this Agreement, City shaft be permitted to obtain such insurance in Consultant's name at Consultant's sole cost and expense, or may terminate this Agreement for material breach, vii. Without limiting any other Consultant obligation regarding insurance, should Consultant's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, Consultant must notify City within 24 hours of receipt of notice of cancellation. Furthermore, Consultant must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. Consultant must ensure that there is no lapse in coverage, b. General Liability and Prolperty Damage Insurance i. Consultant agrees to procure, and maintain general liability and property damage insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, and property damage, suffered or alleged to be suffered by any DocuSign Envelope ID: 1FUABA2A-CAB5-49CD-88EA-156DIBC2374E person or persons whomsoever, resulting directly from, any act or activities of Consultant, its subconsultants, or any person acting for Consultant 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 Consultant, or its, subconsultants, or any person acting for Consultant, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect City against incurring any legal cost in defending claims for alleged loss. Such general liability and property damage insurance shall be maintained in the, following minimum limits: A combined single -limit policy with coverage limits, in the amount of $1,000,000 per occurrence will be considered equivalent to the required minimum limits. M 0 711MVINUM-1-Tim- Consultant shall procure and maintain public liability and property damage insurance coverage for automotive equipment with coverage limits, of not less than $1,000,000 combined single limit. if Consultant does not use automobiles in performing its work under this Agreement, Consultant shall provide a waiver releasing City from all liability resulting from Consultant's use of personal vehicles under this Agreement. d. Worker's Compensation Insurance i. Consultant shall procure and maintain Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or as will fully comply with the laws of the State of California and which shall indemnify, insure, and provide legal defense for both Consultant and City against any loss, claim, or damage arising from any injuries or occupational diseases happening to any worker employed by Consultant in the course of carrying out this Agreement. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against City, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by Consultant for City. Questions and requests, for modification of these terms must be negotiated and approved prior to contract execution and are at the full discretion of the City. I have read and understand the above req performed for the City, Authorized Signature: Printed Name: Jof)" Becker, President ments and agree to be bound by them for any work 1/14/2021 DocuSign Envelope ID; 1 F0A8A2A-CAB5-49CD-88EA-1 56DI BC2374E Bid #ENG-20-21-C1O61 Circulation improvement Program City Project No. C�0061 City of Santa C�larita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding, Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the Ilfe of any contract awarded hereunder, Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter I (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated be8ow. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: R.C. Becker and Son, Inc Business Address: 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 Telephone No.: 661-259�-4845 State CONTRACTOR's License No. & Class: 258762 Class A & C-12 Original Date: 7/22/1969 Expiration Date: 6/30/2021 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: DocuSign Envelope U 1FOA8A2A-CAB5-49CD-58F-A-156DlBC2374E R.C. Becker and Son, Inc 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 661-259-4845 John Becker, President 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 661-259-4845 Randy Becker, Vice President 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 661-259-4845 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: All current aind prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, Ihands, and seals of all aforementioned principals this 14th day of Jan,,,',Io 21 . Signature John Becker, President Name and Title of Signatory R.C. Becker and Son, Inc Legal Name of Bidder 28355 Kelly Johnson Pkwy, Santa Ciarita, CA 91355 Address 661-259-4845 95-2567499 Telephone Number Federal Tax I.D. No. DocuSign Envelope V. 1FOA8A2A-CAB5,-49CD-88EA-156DlBC2374E SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this day Notary Public (SEAL) A notary public or other officer coniplet4ng this certificate verifies only the identi�ty of the indi,Jdual who s�gned the docunient to wNch this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Crflifornia County of -i2L�n �e�es . . . . . . . . . . . . . . . . . . . ................. P/o,ce Notofy Seed ondlor Stamp Above Subscribed and sworn to {or affianer-1) before me on this - 11 th day of January.._._.__._., 21 2o — , by Date Month yeor (1) John Becker (and (2) proved to me on the basis of satisfactory eviderr e to be the person(-s,) who appeared before me. Signature010ALj. L6 � - S Igoturp of Notary Public Comp�etiflg this informotion ccr,, deter oterction of td7e docoment 01, froudutent reottachnnent cf this form to on unintended document Description of Attached Document Tifle Or Type of Docurnent: Bidder's Information and Certification DOCUVTlerQ Date. January 14 2021 !r- - .. .... ............. . NurTiber Of pages- 2 Signer(s) Other Than Named Above: No other signers 1 01 F11",w,. tizl I'll, NnUoral Notary Association UccuSign Envelope U: 1 F-UA8A2A-(;AHb-49UU-88LA-1 561)1 BU2314L Bid #ENG-20-21-CO061 City Project No. C0061, City of Santa Clanta, California 2. Submitted by: John Becker Telephone: 661-259-4845 Principal Office Address: 2. 'Type of Firm: 28355 Kelly Johnson Pkwy, Santa C12rita, CA 91355 C Corporation, S Corporation 01 Individual/Sole Proprietor or Single —Member LLC LJ Partnership LJ Limited Liability Company "C" C-Corp LJ Limited Liability Company "S" S-Corp LJ Limited Liability Company "P" Partnership LJ Other 3a. If a corporation, answer these questions; Date of Incorporation, 12/18/1968 State of Incorporation:. President's Name: John Becker Vice- President's Name, Randy Becker Secretary or Clerk's Name: Treasurer's Name: Stephanie Vasquez� 3b. If a partnership, answer these questions: Date of organization: n/a State Organized in; Name of ail partners holding more than a 10%, interest: Designate which are General or Managing Partners. C20ornia DocuSign Envelope U 1 F0A8A2A-CAB5-49CD-38EA-1 561D1 BC2374E I �Jl *$ Bid #ENG-20-21-CO061 Circulation Improvement Program City Project No. C0061 City of Sainta Clarlita, California 4. Name of person holding CONTRACTOR's license: John Becker 258762 A & C-12 License number: Class: —Expiration Date: D.I.R. Registration # 1000001096 S. CONTRACTOR's Representative: John Becker Title: Alternate: "Fitle: President Vince Tellez Chief Estimator 6/30/2021 6. List the major construction projects your organization has in progress as of this date: A. Owner: State of CA DWR Project Location: — Various Locations Type of Project; Canal Liner Embankment Repairs Bl. City of Lancaster Owner, Project Location: Lancaster, CA Type of Project: 42nd St W & Ave K Drainage Improvements C. Owner: Project Location: Type of Project: _ Caltrans Lebec, CA Concrete Channel Repair Doru6ign EnveWpe U IFOA8A2A-( A85-49CL)-88LA-156DlBC2374E Bid #ENG-20-21-CO061 City Project No. C0061 City of Santa Clarita, California, The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained, The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this, certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where It has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, gnd that it w_X retain such certifications in its files. BiDDER R.C, Becker and Son, I Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 P.R. 7439, May 191, 1967 (F,R. VoL 33, No. 33 — Friday, February 16, 1968 — p. 3065). DocuSign Envelope ID: IF OASA2A-CAB6-49CL)-88LA-lb6LJlBC2314L Bid #ENG-20-21-C1061 Circulation Improvement Program City Project No. C0061 C4 of Santa Clarita, California Subcontractor DIR Registration No.* Dollar Value of Work Marina Landscape, Inc 1000000079 $38,699.30 Age of firm: ...... ..... . . . . . . . ....... '11, Yes N o .... Annual Gross Receipts: 35 Certifying Agency. +$10 M Location and Place of Business 3707 W Garden Grove Blvd, Orange, CA 92868 Bid Schedule item No's: Description of Work 18-44 Landscape & Irrigation License No. Exp. Date: Phone 492862 6/30/2022 714-939-6600 Subcontractor DIR Registration No,* Dollar Value of Work Chrisp Company 1000000306 $42,778.15 Age, of firm: &BE-: Yes 4Pq'6N) Annual Gross Receipts: 42 Certifying Agency; +$10 M Location and Place of Business Bid Scheduie Item No's: Description of Work cense No, . .......... Exp. Date: / / Phone 74600 5/31/2021 909-746-0356 Subcontractor DIR Registration No.* Dohar Vague of Work Granstrom Masonry, Inc 1000004794 $26,897.00 Age of firnn: 94�€: Yes 10D, Annual Gross Receipts: 30 Certifying Agency: $1-$5 M Location and Place of Business PO Box 7041, Torrance, CA 90504 Bid Schedule Item No's: Description of Work 14 Concrete Unit Pavers license No. Exp, Date: Phone 629489 9/30/2021 310-327-2527 NOTE: A BIDDER or subcontractor shal i not be qu@ I Ified to bid on, be listed in a bid pro pos,aI, su,bject to the requirements Of Section 4104 of the Public Contract Code, or engage in the performance of any Cori tract for public work, as defined in this chapter, unless currently registered and qualified to per -form public work pursuant to Section 1725.5 of the Labor Code. It is, not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029- 1 of the Business and Professions Code or by So cticir 10164 or 20103.5 oft he Public Contract Code, provided the BiDDER is registered to perform pulo I ic work pursuant to Section 1725.5 oft he Labor Code at the time the contract is awarded. 'Pursuant to Division 2, Part 7, Chapter I (commencing with sector 1720) of the California Labor Code DocuSign Envelope ID: IF OASA2A-CAB6-49CL)-88LA-lb6LJlBC2314L Bid #ENG-20-21-C1061 Circulation Improvement Program City Project No. C0061 C4 of Santa Clarita, California S b pc tractor Ca F ornia Professional .......... E.nginoerina. Inc DIR Registration No.* 1000377609 Dollar Value of Work $25,520.00 Age of firm: 21 Y e s "" D4E ..... ... .. ) N o ceritifyi��oency� Caltrans Annual Gross Receipts: Location and Place of Business 19062 San Jose Ave, La Puente, CA 91748 Bid Schedule item No's: 66-69 Description of Work Electrical License No. 793907 Exp. Date: 4/30/2021 Phone 626-810-1338 Subcontractor —49—e—of DIR Registration No,* Dollar Value of Work fTr�rri 943-1-: Yes No Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Scheduie Itern No's: Description of Work t.icense No. . .......... Exp. Date: Phone Subcontractor DIR Registration No.* Dohar Vague of Work Age of firm; .......... .. 94�€: Yes No Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work license No. Exp, Date: Phone NOTE: A BIDDER or subcontractor shal i not be qu@ I Ified to bid an, be listed in a bid pro pos,aI, su,bject to the requirements Of Section 4104 of the Public Contract Code, or engage in the performance of any Cori tract for public work, as defined in this chapter, unless currently registered and qualified to per -form public work pursuant to Section 1725.5 of the Labor Code. It is, not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029- 1 of the Business and Professions Code or by Section 10164 or 20103.5 oft he Public Contract Code, provided the BiDDER is registered to perform pulo I ic work pursuant to Section 1725.5 oft he Labor Code at the time the contract is awarded. 'Pursuant to Division 2, Part 7, Chapter I (commencing with sector 1720) of the California Labor Code DocuSign Envelope ID: IF OASA2A-CAB6-49CL)-88LA-lb6LJlBC2314L Bid #ENG-20-21-C1061 Circulation Improvement Program City Project No. C0061 C4 of Santa Clarita, California Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: D4E � Yes No Certifying Agency: . . ... ........ . ...... — Annual Gross Receipts: Location and Place of Business Bid Schedule item No's: Description of Work License No. Exp. Date: Phone Subcontractor —49—e—of DIR Registration No,* Dollar Value of Work firm: 943-1-: Yes No Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Scheduie Itern No's: Description of Work License No, Exp. Date: Phone Subcontractor DIR Registration No.* Dohar Vague of Work Age of firma; .......... .. 94�€: Yes No Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work license No. Exp, Date: Phone NOTE: A BIDDER or subcontractor shal i not be qu@ I Ified to bid on, be listed in a bid pro pos,aI, su,bject to the requirements Of Section 4104 of the Public Contract Code, or engage in the performance of any Cori tract for public work, as defined in this chapter, unless currently registered and qualified to per -form public work pursuant to Section 1725.5 of the Labor Code. It is, not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029- 1 of the Business and Professions Code or by So cticir 10164 or 20103.5 oft he Public Contract Code, provided the BiDDER is registered to perform pulo I ic work pursuant to Section 1725.5 oft he Labor Code at the time the contract is awarded. 'Pursuant to Division 2, Part 7, Chapter I (commencing with sector 1720) of the California Labor Code DocuSign Envelope ID1FOA8A2A-CABS-49CD-88EA-156DlBC2374E Bid 201-21-CO1061 Circulation Improvement Program City Project No. 1C1061 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1, City of Lancaster 44933 Fern Ave, Lancaster, CA 93534 Name and Address of Owner / Agency Marissa Diaz 661-723-6000 Name and Telephone Number of Person Familiar with Project $835,760 Ave I Improvements - Challenger Way 7/15,/2020 Contract Amount Type of Work Date Completed 2. City of Lancaster 44933 Fern Ave, Lancaster, CA 93534 Name and Address of Owner / Agency Raeann Griffith 661-945-6869 Name and Telephone Number of Person Familiar with Project $2,041,130 Ave I Corridor Improvements 5/30/2019 Contract Amount Type of Work Date Completed 3. City of Taft 209 East Kern St, Taft, CA 93268 Name and Address of Owner /Agency Tom Zehnder 805-544-4011 Name and Telephone Number of Person Familiar with Project $750,442 In -fill Sidewalk. Project 8/2018 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds,: FIDELITY AND DEPOSiT CO. OF MARYLAND Ailiant Insurance Services, Inc. 777 S Fiqi�e�na Rt I Suite 3900 Im T=�Q Los Angeles, CA 90017 333 S. Hope Street, Suite 3750 213-270-0304 Los Angeles, CA 90071 (213) 443-2473 DocuSign Envelope ID1F9A8A2A-CABS-49CD-88EA-156DIBC2374- A Bid 0-21-CO061 Circulation Improvement Program City Project No. C0061 City of Santa Clar�ita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. if there are any exceptions to this certification, insert the exceptions in the following space. I= Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. M NOTE., Providing false Information may result in criminal prosecution or administrative sanctions. I "kit also constitute signature of t�his Certification. DocuSgn Lnvelope ID: I F0A8A2A-CAB5-49CD-88EA-1 56D1 BC2374E M whing"T 11 Bid #ENG-20-21-00061 City Piroject No. C10061 City of Santa Clarit�a, California This bidder R.C. Becker and Son, Inc proposed subcontractor (s) , hereby certifies that it has — x , has not ..... , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has —')( , has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: R,C. Becker and Son, Ing,,,), " el� --7 By: Title: President Date; 1/14/2021 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1,7(b)(1) prevents the award of contracts and subcontracts unless such &DDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director Office of Federal Contract Compliance, U.S. Department of Labor. DocuSign Envelope ID: lFQA8A2A-CAB5-49CD-88EA-156DIBC2374F Bid, #ENG-20-21-CO061 on Improvement-Prograrn City Project No. C0061 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bld. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #,, no later than the bid opening date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: N/A — dollars ($_), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said CITY provided this Proposal !shall be accepted by sailid CITY 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: Circulation Improvement Program Bid No. ENG-20-21-CO061 Project No. C0061 Bidder's Signature Address City, State, Zip Code * Delete the inapplicable work. NOTE: if the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. DocuSign Envelope ID. IFOA8A2A-CA35-49CD-88FA-156DlBC2374E *elms Bid #ENG-20-21-CO061 Circulation Improvement Program City Project No. C0061 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that R.C. Becker and Son Inc, I as BIDDER, and Fidelity and Deposit Company of Maryland as SURETY, are held and firmly bound unto the Ten PercEnL City of Santa Clal as CITY, in the penal sum of ofArnovntBd dollars 10% which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents, THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 5th Day of Jan , �L uL 20 21 R.C. Becker and Son, Inc. Signature Name and Title of Signatooil-- _74 t ," w A q:., 28355 Kelly Johnson Parkway, Santa cVarita, CA 91355/661-259-4845 Address Fidelity and Deposit Company of Maryland Maria Pena AttornmyJn-F Subscribed and sworn to this day of, See attached ACKNOWLEDGMENT NOTARY PUBLIC (SEAL) 20 *Provide BIDDER and SURETY name, address, and telephone number and the narne, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, a,s amended) and be authorized to transact business in the State where the project is located, CALIFORNIA ALL-PDGMENT Civil Code § 1189 A notary public or other officer complet�ing this certificate verifies only the identity of the individual who signed the document to which this certificate is attacheid, and not the truthifulne,ss, accuracy or validit�y of that document. State of California ss County of Los Angeles ,JAN # before Patricia Arana, Notary Public, personally appeare-E- Maria Pena_, who proved to me on the basis of satisfactory evidence to be the personks4 whose named is/ -a -Fe subscribed to the within instrument and acknowledged to me that sheA4ey executed the same in: h4s/herA4ej+ authorized capacity, and that by 44AerA4+e4 signature"- 4 on the instrument the person44, or the entity upon behalf of which the person} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, , e-2"PA7'� ICIA ARANA 2220,761 S Nuv 5, 2021 (Seai) Signature: . .. ...... . .. Patr"ici� Arana, Notary Public ............................ . . . . ... .......... ..... A notary pub I ic or other officer completing this cert if icateverffles only the identity of the. individual who signed the dOCUrne tit to which this certificate is attached, ind not the truthfulness, accuracy, or validity of thit document. State of California County of Los Awn, ejes 0 n January 11, 2021 before rflF�1, Cheryl Hudson, Notary Public - ------- -- "" -, ---1 Dote Ficre Inscrt Nome and Title ell the Officer personally appeared John Becker Nafne(s) of Slgner(s) %e,lho proved to me on the hisis of satisfactory evidence to be the person( whose name-�'�&) is/sUbsc6bed to the within instrurnent and acknowiedged to me that he,15H&4HP-� executed the same in his,1Iiei-4HeiF aUthorized capadty4e-i4, and that by his�hu-.P�4p skqnature(-F,) on the instrument the person(z,'), or the entity upon behaf of which the person() acted, exealted the instrument. it Pkjc�', Notmy �5ecl ondbr Stam A ove Certify Under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and COReCt. WITNESS my hand and official seal, Sigr)8W[e tL)[L= of Notary PLiblic Completing this irVormolffon con deter olterction of the docoment Or frotjd�.jlpnt reottochment of this form to Q(1 Uninlended docDment. Description of Attached Document Tftle or Type, of DoUlrnent: . ..... Propq§?tquarantee Bid Bond Document Date: Januar)(_�1-20-21 N LI! M b e r of Pages: Signe.r(s) Other Than Named Above: Maria Pena Capacfty(ies) Claimed by Signer(s,) Signer's Name: John Becker X, Corporate Officer — Tltie(s): President —, Partner — L Limited D Generai D Individual El Attorney in Fact E� Trustee :i Guardian 0�r Conservator Other: Signer is Represerjtjf-Eg: R. C. Becker& Son, Inc. 2019 Nation,,-.ii Notary Assodation Signer's Narne� ........ . . . 17 J CCrJDO�r-Elte Officer — T'fle(s)� El Partner — El Limited 0 General • h-rdividual ED Attorney in Fcict • trustee L-3 Guardian or Conservator El Other. Signer. is Representing: ZURICH AMERICAN INSURANCE COMPANY COLONIAL A,\,1FRlCAN CAS1'AIAA'.AvND SUREFYCOMPANN FIDELYYYAND DEPOSIT COMPANY OFMARYLAND PO\NTR OFATTORNEY KNOW A11 MEN IlY TITFST. PRESENTS,: That the ZURUI ANIERICAN, lNSU[UNCF C( MF)ANY, a corporation of the State of New\ York. the C(WNIAL AMFRICAN C'ASl-7AI.'I-Y AND SURE'l-Y COMPANY. a corporation Ol'the State tile FIDELITY ANI) DEposrr CONMPANY OF NIARYLAND a corporation of the State of Illinois (herein collectively called tile "(,olliplilies"). b% Robert D. :4utrray, Vice President, in i)UrsuancQ ofauthorit) -91-anted by :Article V, Section S. of the 13)-Laws of staid Companies. %%hich are set llordi cm the reverse side hereof and 117C h0rCh)' W-tiflCd taa he ili full force and effect on the date hercof. do hereby nominale, colls6lkfte. and appoint , C.K. NAKA]NIURA, Lisa L. THOWNTON, E.S. ALBRECHT, JR,, Maria PENA, Noemi QUIROZ, Natalie K. TROFINIOFF, Patricia S. ARANA, Tiffany CORONADO, Jessica ROSSER andTim M. TOYIKO all of Los ,Angeles, California, EACH, uls true and lawful agem and Attoime}to make. -execute, seal and delivei% for, and on its behalf as surct}. ani d as t,, act and deal: anN and all bonds and undertakinus, and The exeLul[iorl Of such bond,,, or undcra., il pui,suance oC kim-,tliesc presents, shall he cis bnding upon said Companies. as fuli; and amph, to all intents anti purposes, as Wthey had been duly executed and acknowieducci b% the I leOUlariv elected oll-icers of the 7URTCl I AME.RICAN INSURANCE CO'N4PANY at its oflice ill New York, NeNs, York.. the regularly Q 0ct d Q and- WILI tile officers of the COLOI- NI/�A-MERICAN CASU'AU'Y AND SURE]`( COMPANY at its OffRcc in(),�vjljv , �klay, 1, gs Njilh' I-egUIRI-IN, elected Officers of the FIDE'Ll'I'YAND DI`I)OSFFC'(),MPANY OFMARYI.AND at its ollice ill O\Vingsklifls. Maryland.. tn their ow in proper persons. The said Vicepres�alent does hereby c,�rtify that the exiract set �brth on the re�erse side hereofisa trUC COP�) OCAIIlCle V, SeetiOn 8. Of the By -Laws of said Compa 'lies , and Es now in force. IN WITNFSS \k"ITFREOF, the said Vice -President hots hereunto SUIIScrlbcd his/her n9mes and affixed the Corporate Soak ol'0iu said ZVRIC.11 AXIERICAN IXSURAN(.,L C0'\jpAN'Y, COLONIAL AMIERICA,N" CASUALTY AND SL'ItETN' CONIPANN, anti FlDrIATY AND DEposrr comPA-xY OF MARYLAND. this 23rd day ol'Scptcl-nber- A.D. 2019. oire�gs % SEAL low % LLRICH AMEIRICAN INSLIZANCE, COMPANN COLONLU. AMERICAN CASL ALTYAND SURE` YCOITP km' FIDELITYAND DEPOSIT COMPANN OF MARYLAND 131,.- Robert D. Jfurmlv !'ice Presidem fily: Dawn E. Rrmt n secrewrY State of.Marviand County of Baltimore L)n this 23ud of September. 209, Mbre thcsubbv6bQr, a Notan Public uCtho State M Mar.,kmd, dul,v commissioned and qualitied Robert 1), Murray, Vice President and Dami E. Brown, Secretarof the Companir^s, to me personally knoml to be the Arid nfj'jCerS LJUsClat)ed M at1d WhO e\ecutr'd the pl-ceccling instrument, and acknowledged tile execuufion of swine, acid beill��, bN one duly Swum, deposefli and saith, that lit'she ¢s The �sald kiffictr of tlW CQLTIPkitl I iifU1Csa4 anj that the seals affixed to dIC PrCCUJ1111 illsiA-U]110)t are the CorpoE,atc Seals of said Cumpnies, and that the said Corporate Seals and the 519111ULUre as such offlur were C.LLIN'aff'].-Ied and suhscrlbed oo tLhe said inqrument by the 3W1101 hV alld direction offfic said Corporations IN TES EMONY WI ILRLOF, I havc IIUCUMO'Set my hand and affixed nj% (DfflcjuB Seat the day and )'ear first ah0%C 'ATAtClI Constancte A Dunn. Noum,: public Niv Comm ssion Expires: J Lllw'9, M23 EXTRACT FROM BY-LAWS OF THE COMPANIES XCC V�cc "Article V, Section S. At!ornevs-1 act. Tire Chict, Fxccutive OfFicer, the President, or any F. u 6 ve Vice President or execute bonds. President policies! may. by written instrument under the attested corporate seal. appoint attorneys -in -fact with authority to Ncognizances, Stipulations. undertakings, or other like instruments oil behalf of the Company, and May authorize any officer or any such a - ()Ttle� -irl-filCt to affix tile Corpo,atc sea I thereto- and calls; or without calljjlodify,, of revoke any such appointment or authority at arty tt time." CERTIFICATE URICH A-MERICAN INSURANCE the COLONIAL AMFRICAN 1, the Lrndcrsigried. Vice President of the 7. t J DEPOSI-I COMPANY OF MARYLAND, do bereby ccrlifN a th't 1w CASUALTY AND SUREFY COMPANY, and the FIDELFIN ANF certjficate� and I cio further ccjiif� that Article' V, Section 8, of fc)Teooing Po%%cr of Attorney is still in full force and effect on the date of this the [3y-La%Ns of the CoftlPanies is still in force - 'phis Paver of Attornev and Ccnificale inlay be siagned by facsimile under and by authority ofthe following resolution ofthe Board of Directors ofthe ZUIUCH AMERICAN INSURANCEduly called ' COMPANY at 11 meetingI and held on the I 3th day ot'Decenibcr 1998. . PFSOLVED'Ih,'A tile sig"',luire ofthe President or a Vice President and the attesting signature of Secretary or an Assistant Secretary ,)N� such Power or any certificate thcroM'bc-,lrin�` Streit of Attornc� ... A and the Seal ofthe Compam maybe afExcd by facsinlilc Oil 11'" 1'0%ve facsimile signature and seal shall be vaLd and bindin-v on the Company, This Power of Attorney and Certificate may be signed by fijCSjT11i1Q Under and by authority of the follows -ins resolution Of the Board of Directors ofthe COI,ONIAL AMERICAN CASUALIA' AND SURTTY COMPANY at a meeting dilly, called and held on the 5th day of'M I q y. 1994. and the follo\%ing "CSOkltlon of the Board of Directors of the F I DELITY AND DEPOSIT COMPANY OF MARYLAND at a mectin(g d it 1%, called and d held 0 it the 10 tl I day of May, 199a. RFSOLVFID: "That the t"acsimile or nwchanically reproduced seal ofthe company and facsillAile or mechanically reproduced signor ore of any Viet -President, Secretary, or Assistant SecreLar'y of the Company, whether made heretofore or hereafter, wherever appearing upon a fl lie valid and binding, upon the Company with the sarne three and effect certified copy ofan) po\yct- ofatjorlle)� issued b) the Compan�. shorn as though Manually at'fixed, IN rESTIMONY %%'FiEREOF, I ba re hereunto subscribed my name and affixed the corporate seals ofthe said Companies, this da", of INS EAL Brian M. Hodges, Vice President TO REPORT A CLAIM NVITH REGARD TO A SU RETY BOND, PLEASE SUBNNIIT A COMPLETE DESCRIPTION OFT HE CLAIM INCLUDING THE PRINCIPA 1, ON THE BOND,THE BOND NU MBER, AND YOUR CONTACT INFORMATION TO, Zurich Surety Clain 1299 Zurich Way Schaumburg, IL 60196- 1056 %A,,ww. rer)orts fetal m s�zurichna=orn 800-626-4577 DocuSign Envelope ID: I F0A8A2A-UAbb-49UL)-58EA-1 56D1 E3C2374E NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-20-21-CO061 City Project No. C0061 City of Santa, Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly 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 budder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE 'BIDDER'S CERTIFICATION- SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION, uocu6ign �-nveBope ID' 1FOABA2A-CAB5-49CD-88EA-156D1BC2374E Bid #EING-20-21-00061 C�ity Project N�o. C�O061 City of Santa Cl'iarita, California STATE OF CAUFORNIA COUNTY OF LOS ANGELES John Becker being first duly sworn deposes and says that he/she is the President (sole owner, a partner, president, etc.) of R.C. Becker and Son, Inc_._....._._. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put In a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BLADDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. / 5 Bldcler: Signature Title President Subscribed and sworn to and before me this day of. —, 20_. Seal of Notary CkaJ CALIFORNIA JURAT GOVERNMENT CODE § 8202 A notary pubhc or offier officer completing this certificate verifies only the identity of the indMdLji� whc signed the document to which this certificate is attached, and nol the PUhfijlpess, accuracy, ouvalidity of that docLjmen't, State of California COWIty0f CHEf Ui SON Notary Pw Ca Los Angeles Counly z Commission # 2227289 !t M; Comm Ex ires Feb 1, 2022 t Pfoce Notcry Seo/ ondlor Stomp Above Subscrubed and sworn to (or affirmed) before me ©n this 11th day of _January 20 21 by Dote Montli yeor (i) John Becker (a n d (2) Ncrve(s) of Signer(s) proved to me on the bzisis of satisfactory evldence to be, the person4) who appeared t-)efoj*e r1e. Signature Completing this informution Con deter ciftercition of the docwnent or froudulorit recittCychment of this fom3 to on unintended docomefit. Description of Attached Document Title or Type of Docunnent: _Non-CoHysion Affidavit Docurnent Date: No date Nurnber of P iges: Signer(s) Other Thin Named Above: No other signers 2019 National Notary Association BID TAB Bid #ENG-20-21-00061 Circulation Improvement Program Bid Item Description UOM Price Quantity Total Cost 1 Mobilzation/Demobilization, Bonds and Insurance Lump -Sum 26,375.00 1 $ 26,375.00 2 Water Pollution Control and Best Implement Practices Lump -Sum 3,124.60 1 $ 3,124.60 3 Traffic Control, Traffic Handling & Construction Area Signs & Two Electronic Changeable Message Signs Lump -Sum 48,199.78 1 $ 48,199.78 4 Construction Survey Lump -Sum 9,252.00 1 $ 9,252.00 5 Clear and Grub Lump -Sum 10,535.43 1 $ 10,535.43 6 Sawcut and Remove AC Square Foot/Feet 3.05 9,767.001 $ 29,789.35 7 Remove Curb & Gutter Linear Foot/Feet 10.23 1,691.00 $ 17,298.93 8 Remove Median pavement Square Foot/Feet 3.02 4,467.00 $ 13,490.34 9 Soil Excavation, Removal & Disposal Cubic Yard 83.21 98 $ 8,154.58 10 Cold Mill (0.2') -night time Square Foot/Feet 2.59 21,190.00 $ 54,882.10 11 Construct raised median curb & gutter Linear Foot/Feet 52.77 1,657.00 $ 87,439.89 12 AC Pavement Ton 195.33 498 $ 97,274.34 13 Crushed Aggregate Base (CAB) Cubic Yard 146.02 493 $ 71,987.86 14 Concrete Pavers Square Foot/Feet 31.51 1,251.00 $ 39,419.01 15 Decorative Stamped Concrete Square Foot/Feet 23.2 893 $ 20,717.60 16 PCC Concrete on Median Nose Square Foot/Feet 202.54 6 $ 1,215.24 17 Adjust -to -Grade Surface Utilities Each 5,760.00 2 $ 11,520.00 18 SPLICE BOX PER DETAIL 1-005 Each 183.18 1 $ 183.18 19 CONTROL WIRES 14 AWG COMMON / PILOT Lump -Sum 6,300.00 1 $ 6,300.00 20 IRRIGATION SLEEVE EXTENSION PER DETAIL 1-008 Lump -Sum 894 1 $ 894.00 21 1" REMOTE CONTROL VALVE PER DETAIL 1-002 Each 595.2 1 $ 595.20 22 2" REMOTE CONTROL VALVE PER DETAIL 1-002 Each 834 2 $ 1,668.00 23 QUICK COUPLING VALVE PER DETAIL 1-003 Each 330 1 $ 330.00 24 ISOLATION BALL VALVE 1.25" PER DETAIL 1-001 Each 276 1 $ 276.00 25 ISOLATION BALL VALVE 2" PER DETAIL 1-001 Each 312 1 $ 312.00 26 2" PRESSURE SUPPLY LINE (PVC SCH. 40) PER DETAIL I- 008 / 1-008 Linear Foot/Feet 19.5 45 $ 877.50 27 2" LATERAL LINE (PVC SCH. 40) PER DETAIL 1-009 Linear Foot/Feet 10.5 50 $ 525.00 28 1 1/2" LATERAL LINE (PVC SCH. 40) PER DETAIL 1-009 Linear Foot/Feet 10.08 75 $ 756.00 29 1 1/4" LATERAL LINE (PVC SCH. 40) PER DETAIL 1-010 Linear Foot/Feet 9.9 100 $ 990.00 30 1" LATERAL LINE (PVC SCH. 40) PER DETAIL 1-011 Linear Foot/Feet 9.6 150 $ 1,440.00 31 3/4" LATERAL LINE (PVC SCH. 40) PER DETAIL 1-012 Linear Foot/Feet 9.42 130 $ 1,224.60 32 TREE WELL BUBBLER PER DETAIL 1-006 Linear Foot/Feet 158.4 10 $ 1,584.00 33 STREAM BUBBLER ON RISER PER DETAIL 1-007 Linear Foot/Feet 39.6 66 $ 2,613.60 34 ROOT/ MOISTURE BARRIER PER DETAIL P-003 Linear Foot/Feet 16.2 330 $ 5,346.00 35 PLANTING AREA SOIL PREPARATION AND AMENDMENTS Square Foot/Feet 1.26 1,410.00 $ 1,776.60 36 24" BOX TREE - Gleditsia triacanthos PER DETAIL P-001 Each 456 3 $ 1,368.00 37 SHRUBS 5 GALLON - Nandina domestica 'Compacts' PER DETAIL P-002 Each 35.28 51 $ 1,799.28 38 SHRUBS 5 GALLON - Rhaphiolepis umbellata 'Minor' PER DETAIL P-002 Each 27.36 50 $ 1,368.00 39 SHRUBS 5 GALLON - Xylosma congestum 'Compacts' PER DETAIL P-002 Each 28.8 11 $ 316.80 40 PROTECTION OF EXISTING TREES TO REMAIN (WATERING) Each 3,412.50 1 $ 3,412.50 41 PLANTING AREA FINE GRADING Square Foot/Feet 0.36 1,410.00 $ 507.60 42 3" ORGANIC BARK MULCH (PLANTING AREAS) PER DETAIL P-004 Square Foot/Feet 1.98 1,410.001 $ 2,791.80 43 FIRST 90 DAYS MAINTENANCE (DAY 1 TO DAY 90) Lump -Sum 5,298.00 1 $ 5,298.00 44 SECOND 90 DAYS MAINTENANCE (DAY 91 TO 180) Lump -Sum 5,298.00 1 $ 5,298.00 45 Detail 38A Linear Foot/Feet 1.2 408 $ 489.60 46 Detail 24 Linear Foot/Feet 0.84 314 $ 263.76 47 Detail 38 Linear Foot/Feet 1.32 3,529.00 $ 4,658.28 48 Detail 37B Linear Foot/Feet 1.32 2,845.00 $ 3,755.40 49 Detail 12 Linear Foot/Feet 0.6 6,119.00 $ 3,671.40 50 Detail 29 Linear Foot/Feet 1.62 671 $ 1,087.02 51 Detail 32 Linear Foot/Feet 1.62 850 $ 1,377.00 52 Detail 27B Linear Foot/Feet 0.84 317 $ 266.28 53 Detail 40 Linear Foot/Feet 1.32 1,212.00 $ 1,599.84 54 Detail 39A Linear Foot/Feet 0.9 850 $ 765.00 55 12" White Limit Line Linear Foot/Feet 5.4 303 $ 1,636.20 56 12" White Chevrons Linear Foot/Feet 6 127 $ 762.00 57 Pavement Marking (Type IV) Each 120 36 $ 4,320.00 58 Pavement Legend (NO TRUCKS) Each 420 4 $ 1,680.00 59 New Sign Each 240 7 $ 1,680.00 60 New Sign and Post Each 420 5 $ 2,100.00 61 Remove Sign Each 30 6 $ 180.00 62 Remove Sign and Post Each 30 3 $ 90.00 63 Relocate Sign Each 2,706.00 1 $ 2,706.00 64 Relocate Sign with Post Each 360 2 $ 720.00 65 Remove Traffic Striping, Pavement Markings, and Markers Lump -Sum 2,740.80 4 $ 10,963.20 66 Install new Pullbox Each 2,160.00 1 $ 2,160.00 67 Install 3" Conduit Linear Foot/Feet 162 112 $ 18,144.00 68 Vehicle loop detector Each 1,200.00 4 $ 4,800.00 69 Detector Leading Cable Linear Foot/Feet 12 60 $ 720.00 Total Base Bid $ 671,122.69