Loading...
HomeMy WebLinkAbout2021-08-24 - AGENDA REPORTS - PROJ M3039 SHANGRI-LA SLOPE RESTORATION (2)O Agenda Item: 5 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: DATE: August 24, 2021 SUBJECT: SHANGRI-LA SLOPE RESTORATION, PROJECT M3039 - APPROVE SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the specifications for Shangri-La Slope Restoration, Project M3039. 2. Award a construction contract for Shangri-La Slope Restoration, Project M3039, to Foster Construction in the amount of $99,000 and authorize a contingency in the amount of $11,000, for a total contract amount not to exceed $110,000. 3. Appropriate one-time funds in the amount of $155,100 from the Landscape Maintenance District Fund (Fund 357) to expenditure account M3039357-516101. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND In October 2020, a surficial slope failure occurred on a natural maintained slope within the City of Santa Clarita (City) Landscape Maintenance District (LMD) Zone T31, located between El Dorado Court and Camelot Court, off of Shangri-La Drive. The cause of the failure was a ruptured irrigation line located between El Dorado Court and Camelot Court. Since the surficial failure, the City's LMD repaired the irrigation line and hired a geotechnical engineering firm to recommend remedial repair work. The geotechnical engineering firm recommends repairing the slope with a geogrid system to stabilize the slope and prevent impact to adjacent private properties. In addition, the project will hydroseed the repaired slope using a native species mix to prevent further erosion and match the existing native plant material. Page 1 Packet Pg. 35 O On May 27, 2021, an invitation to bid was prepared and posted on BidNet. The bid was downloaded by 21 companies, however, Purchasing received no bids for the project by the set deadline of June 24, 2021, at 11:00 a.m. In the event the City does not receive a formal bid, the City's municipal code provides for direct negotiation. Specifically, the City of Santa Clarita Municipal Code Section 3.12.215 states: "When no formal bids or no responsive bids are received, the Purchasing Officer or designee is authorized to negotiate for written proposal, and his recommendation shall be presented to the City Council and award, if any, shall be made in accordance with applicable provisions prescribed herein." As a result, staff requested informal bids from the following contractors: Company Location Bid Amount Foster Construction Santa Clarita, CA $99,000 R.C. Becker & Son Santa Clarita, CA $167,790 Staff recommends awarding the Shangri-La Slope Restoration project contract to Foster Construction, the lowest responsive bidder. Foster Construction possesses a valid Class A State Contractor's License and is in good standing with the Contractors State License Board. The contractor's bid has been reviewed for accuracy and conformance to the contract documents and was found to be complete. The requested construction contingency will cover the cost of unforeseen conditions, such as landscape/irrigation modifications, utility conflicts, unforeseen soil conditions, change order requests made by the contractor, and change orders for additional work requested by the City. The remaining requested funds will provide for required construction permits, staff time, public works inspections, labor compliance monitoring, soils consultant inspection, compaction reports, and project administrative costs. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in the Shangri-La Slope Restoration project expenditure account M3039357-516101 (Landscape Maintenance District Fund) to support the recommended contract and all anticipated project costs. ATTACHMENTS Shangri-La Location Map Foster Construction Formal Bid Documents (available in the City Clerk's Reading File) Page 2 Packet Pg. 36 • • .• e Z `ls • Mk; w Z _ j J LU ® J !C �sw''� FAHREN� ,P.IAN �Nbjc/ r llp�AA DR c�U� Nb� tiU . v WSINOCV \'� MOai3�01a�. pgEANA 3Mb NN31S����G,� wlsao ooNOC w O ' Nl sn3z , v U Q y 1FHALIAW'lVM3MbGy�b j.: ��? 8/, NO �� ,O ` O•; BP{�C O�Q� 3nH1HNlln �. i V/3210WSINN oRNINAAVE _ B .� 3AVVNIN;Qimgj2i38 Im 1V IA, BPErN.rZi�j t lW_OH o • V` • 1i011M�N3llI V� � o — � t� 3a3WVl�V •• 1111 lull m_ '$!{� M�AM m QW ='01 i '7 M W— FIC MBEY. J > F,No r JM . 'r o�3noao� ooa , 00 WV am UPWLUW v ETA s-IFJ;�� • o +m. G�itilM��'4x�'Mwk� QO�MWnHd„•, PROPOSAL FORM Bid #ENG-20-21-M3039 Shangri-La Slope Repair City Project No, M3039 City of Santa Clarita, Californio TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with 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 over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY'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: Cody & Noah Construction, Inc dba Foster Construction Company Address: 26893 Bouquet Canyon Road, Suite C-188 Santa Clarita, CA 91350 Phone: 661-296-2486 Email: tim@fostergrading.com By. Tim Carter Print Name Title: CFONP Signature: Date: 7�X�J 0--+r NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-20-21-M3039 Shangri-La Slope Repair City Project No. M3039 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. 2. SUMMARY OF INSURANCE REQUIREMENTS a. 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—all 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. c. 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 All 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 insured 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 insured thereon. ii. 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 anyway 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. 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. All 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 shall 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 Property Damage Insurance L 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 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. c. Automotive Insurance 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. ii. 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 requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Date: Printed Name: Tim Carter BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-20-21-M3039 Shangri-La Slope Repair City Project No. M3039 City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Biddercertifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION 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 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: Cody & Noah Construction, Inc dba Foster Construction Business Address: 26893 Bouquet Canyon Road, Suite C-188, Saugus, CA 91350 Telephone No.: 661-296-2486 State CONTRACTOR's License No. & Class: 959225 Class A, C12 DIR No.: 1000029794 Original Date: //,-2p-L% / Expiration Date: 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. - Corporate Officers: Tim Carter, Ashley Carter, Roger Salkeld, Doug Foster, Kathleen Foster 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: NIA All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: Current: DBA Foster Construction IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of 20_ BIDDER: Sig n�Ture/ V Tim Carter, CFO/VP Name and Title of Signatory Cody & Noah Construction Inc dba Foster Construction Legal Name of Bidder 26893 Bouquet Canyon Road, Suite C-188, Saugus CA 91350 Address 661-296-2486 27-3634412 Telephone Number Federal Tax I.D. No. This document must be notarized prior to submittal. 1. Submitted by: Tim Carter BIDDER'S QUESTIONNAIRE Bid #ENG-20-21-M3039 Shangri-La Slope Repair City Project No. M3039 City of Santa Clarita, California Telephone: 661-296-2486 Principal Office Address: 26893 Bouquet Canyon Road, Suite C-188, Saugus, CA 91350 2. Type of Firm: ❑ C Corporation ® S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC O Partnership ❑ Limited Liability Company "C" C-Corp O Limited Liability Company " 5" S-Corp O Limited Liability Company "P" Partnership O Other 3a. If a corporation, answer these questions: Date of Incorporation: 08/17/2010 State of Incorporation: California President's Name: Ashley Carter Vice -President's Name: Tim Carter Secretary or clerk's Name: Tim Carter Treasurer's Name: Tim Carter 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-20-21-M3039 Shangri-La Slope Repair City Project No. M3039 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: Tim & Ashley Carter License number: 959225 Class: A. C-12 Expiration Date: 3/31 /2023 D.I.R. Registration # 1000029794 S. CONTRACTOR's Representative: Tim Carter Title: CFO/VP Alternate: Roger Salkeld Title: CAO 6. List the major construction projects your organization has in progress as of this date: A. Owner: Vista Canyon Ranch, LLC Project Location: Sand Canyon, Santa Clarita, CA Type of Project: Grading, Underground Utilities, Concrete Construction B. Owner: Bonseph VNY North, LLC Project Location: 16706 Roscoe Blvd. Van Nuys, CA 91343 Type of Project: Grading, Underground Utilities, Concrete Construction C. Owner: RKR, Inc. Project Location: 111 Las Posas Road, Camarillo, CA 93010 Type of Project: Grading, Underground Utilities, Concrete Construction CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-20-21-M3039 Shangri-La Slope Repair City Project No. M3039 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 owe Equal Opportunity clause, and that it will retain such certifications in its files. BID Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DESIGNATION OF SUBCONTRACTORS Bid # ENG-20-21-M3039 Shangri-La Slope Repair City Project No. M3039 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of Y. of 1 percent, or $20,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required If sub -contractor Is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add addt. sheets If needed. Subcontractor Dietz Hydroseeding Co. DIR Registration No.* 1000007906 Dollar Value of Work $4500.00 Age of firm: 35 years 986, Yes Ole GeFNfVI1AOAgeAev.L Annual Gross Receipts: Location and Place of Business 15745 Kadota Street, Sylmar, CA 91342 Bid Schedule Item No's: 6 Description of Work Hydroseeding License No. 493207 Exp. Date: / / 06/30/2022 Phone { ) 818-364-7333 Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: DBS! 1+te Ole Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / J Phone { } Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: i3B& Yes Ole GeFfifying Ageneyi. Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: J J Phone { } NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform 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 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 17255 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. REFERENCES Bid #ENG-20-21-M3039 Shangrl-La Slope Repair City Project No. M3039 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 Santa Clarita, 23920 Valencia Blvd., Suite 300, Santa Clarita, CA 91355 Name and Address of Owner / Agency Jeff Morrison, 661-510-2074, Sand Canyon Trail Phase IV Name and Telephone Number of Person Familiar with Project $308,791.00 Grading/Lodge Pole 11/20/2020 Contract Amount Type of Work Date Completed 2. City of Santa Clarita, 23920 Valencia Blvd., Suite 300, Santa Clarita, CA 91355 Name and Address of Owner / Agency Nelson Vasquez, 661-607-2575, Santa Clarita Bike Park Name and Telephone Number of Person Familiar with Project $30,490.00 Grading 7/27/2020 Contract Amount Type of Work Date Completed 3. City of Santa Clarita, 23920 Valencia Blvd., Suite 300, Santa Clarita, CA 91355 Name and Address of owner/ Agency Jeff Morrison, 661-510-2074, Annual Trail Fence Replacement Name and Telephone Number of Person Familiar with Project $59,890.00 Grading/Lodge Pole 6/17/2019 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: JW surety Bonds, 6023A Kellers Church Road, Pipersville, PA 18947 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49 CODE OF FEDERAL REGULATIONS PART 29 Bid #ENG-20-21-M3039 Shangri-La Slope Repair City Project No. M3039 City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid ##ENG-20-21-M3039 Shangri-La Slope Repair City Project No. M3039 City of Santa Clarita, California Cody & Noah Construction, Inc. dba Foster Construction This bidder proposed subcontractor Dietz Hydroseeding Co. 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 x , 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: Cody & Noah tru tion, Inc. dba Foster Construction By: Title: C.F.O. Date: 7127/2021 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 $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. BIDDER'S BOND Bid ##ENG-20-21-M3039 Shangri-La Slope Repair City Project No. M3039 City of Santa Clorita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid opening date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), 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 said 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: Shangri-La Slope Repair Bid No. ENG-20-21-M3039 Bidder's Signature G L.L4 f /(/r�l��j/K�[c/� L�'•,/JS/'�C ��• 4- C'"�?J'�1`!«�'iXt� CONTRACTOR/BIDDER 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. W J W 2 V H 0 m m M O cCM M ' O N M ' N V Z Co W M O Gl a 0 R Z a v m M J 0 0 0 0 0 0 0 0 0 o 0 0 p 0 O O ~ L.R. N [� iA � iN/} N W O O O p O O cc ci co F_ 0 o o C Ln N Z 'n v N t/f m Z J J J J >-L V 6 H J Q H 0 H cr e-I ei ei ei N O N ei d C O O m 41 ca N in b0 Q C Z U C O co H a a, d L ++ f6 N o N O U J c O cm O, .f i O >` L� Q N b0.0 'L > E = — x L cO C Y v m > O 0 rl N M et to W uu i