Loading...
HomeMy WebLinkAbout2022-08-23 - AGENDA REPORTS - 2020 21 CIRCULATION IMPROV PGM PROJ C0064O Agenda Item: 5 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: A,1 A'1�443 DATE: August 23, 2022 SUBJECT: 2020-21 CIRCULATION IMPROVEMENT PROGRAM, PHASE II, PROJECT C0064 - PLANS AND SPECIFICATIONS AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2020-21 Circulation Improvement Program, Phase II, Project C0064. 2. Award a construction contract to R.C. Becker and Son, Inc., in the amount of $688,647, and authorize a 15 percent contingency in the amount of $103,297, for a total contract amount not to exceed $791,944. 3. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND Phase II of the 2020-21 Circulation Improvement Program will modify medians, striping, and pavement to enhance circulation at the intersection of Wiley Canyon Road and Orchard Village Road, and along Bouquet Canyon Road from Bouquet Canyon Plaza to Newhall Ranch Road as shown on the attached location maps. This action provides for the construction of these improvements. In anticipation of ongoing and future development in and around the City of Santa Clarita (City), and overall traffic increases, circulation projects such as these are needed to maintain traffic flow in the City. The proposed improvements include modifications to raised center medians to accommodate an exclusive eastbound right -turn lane on Wiley Canyon Road at Orchard Village Road, and an extension of the existing southbound left -turn lanes along Bouquet Canyon Road to Page 1 Packet Pg. 32 O provide advance access and increase vehicular storage approaching Newhall Ranch Road. The modifications are based on staff s analyses of traffic volumes and observations of traffic patterns at the selected intersections. This project supports the Sustaining Public Infrastructure theme of the City's five-year strategic plan, Santa Clarita 2025. An invitation to bid was prepared and published twice in the Signal newspaper, on June 7 and June 14, 2022, and was posted to BidNet on June 7, 2022. One bid was submitted to the City and opened by Purchasing on July 10, 2022. The results of the bid are shown below: Company Location Bid Amount R.C. Becker and Son, Inc. Santa Clarita, CA $688,647 Due to the volatile bidding environment and high construction activity throughout Southern California, the City continues to receive fewer bids on smaller projects. Staff recommends awarding the contract to R.C. Becker and Son, Inc., the sole responsive bidder. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it to be complete. The bid proposal is consistent with the engineer's estimate for this project. The requested 15 percent construction contingency will cover the cost of unforeseen site conditions, any change orders submitted by the contractor for unforeseen required work, and unanticipated costs associated with the potential nighttime and weekend work to help minimize impacts on motorists. ALTERNATIVE ACTION Other actions as determined by the City Council. FISCAL IMPACT Adequate funds are available in project expenditure account C0064233-516101 (TDA Article 8 — Street & Road) to support the recommended contract. ATTACHMENTS Location Maps Bid Proposal for R.C. Becker and Son, Inc. (available in the City Clerk's Reading File) Page 2 Packet Pg. 33 ti 3SVHd 179000103roUd `W"!DO 1d 1N3W3AOUdW1 NOIlv-1n:Dzji:D 6z-OZOZ) sdeW uol;e3o-1 :;u8wL43ejjV M uj 0 �• a d so 01 of d J� m Wrlw 0_ w sor O u L - LL N h .x TIV-•L.b� g i4 - "_ `yam '_. 06yOk T 7 b 51, + 'ff'�.e 'R' ` •. b fr Y'*x ask` 10 01 0-4 , , t : 4„ 4 ..y Y I - wti Y1 - f6 6 >Q L� O oZS Od¢` Cc 4 S 3SVHd 179000103roUd `W"DOUd 1N3W3AOUdW1 Noav-1nomio 6z-OZOZ) sdeW uoi;e3o-1 :4u9wLj3e44V LO a' aF 4 R `m v_a. & LAN DR VI C i0 °o m % " - LL a` s 9(° s r : O F ; N LO �4 F —C Y., ci � _ � v42 tad i _ �f d '.f� a ,1. 1 AV AA L ' � � P e, 5 T Pgi = r f f: 1J Q� t y Ali 17 fu fu O POSE ITE PL O U s 4 ., .SE NA DR V RJ e. iL as 0 � [^ L 7 W U CT U ozui N J c� �OJ 4� Y s e • 10. DocuSign Envelope ID: D940C2AD-8878-4E:AF-B5D8-5DD9B59D5E4A PROPOSAL FORM Bid #CIP-21-22-00064B 2020-21 Circulation Improvement Program, Phase II City Project No. C0064 City of Santa Clarita, California 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 QUANTITYSHOWN ANDTO DELETE ANY ITEM FROM THE CONTRACT. It is agreed thatthe 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: R.C. Becker and Son, Inc. Company Address: 25355 Kelly Johnson Parkway Santa Clarita, CA 91355 Phone: 661-259-4845 Email: jbecker@rcbeckerandson.com By: John Becker Print Name Title: President Signature: f i Date: 7/7/2022 / DocuSign Envelope ID: D94OC2AD-8878-4EAF-B5D8.5DD9B59D5E4A NOTICE TO BIDDERS REGARDING CONTRACTUAL. REQUIREMENTS Bid #CIP-21-22-0064B 2020-21 Circulation Improvement Program, Phase 11 City Project No. C0064 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (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. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. 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. 3. Contractorshall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGI. 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. 1. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from DocuSign Envelope ID: D94OC2AD-88784EAF-B5D8-5DD9B59D5E4A City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. 11. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liabilitv Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Docuftn Envelope ID: D940C2AD-8878-4EAF-85D8-5DD9B59D5E4A Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency In design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property oniv) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. DocuSign Envelope ID: D940C2AD-8878-4EAF-B5D8-5DD9B58D5E4A Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000j combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, Its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respectto the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. DocuSign Envelope ID: D940C2AD-8878-4EAF-B5D8-5DD9B59D5E4A Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured, A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Risk Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. 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: 7/7/2022 Printed Name: John Becker - President DocuSlgn Envelope ID: D94OC2AD-8878-4EAF-B5D8-5DD9B59D5E4A BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-21-22-CA064B 2020-21 Circulation Improvement Program, Phase II City Project No. C0064 City of Santa Ciarita, 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 Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. 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: R.C. Becker and Son, Inc Business Address: 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 Telephone No.: 661-2594845 State CONTRACTOR's License No. & Class: 258762, A . , M-NERWOOM Original Date: 8/28/2014 Expiration Date: 6/30/2025 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 ID: D94OC2AD-88784EAF-B5D8-5DD9B59D5E4A John Becker, President, 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 - (661) 259-4845 Randy Becker, Vice President, 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 - (661) 259-4845 Linda Phoenix, Secretary, 28355 Kelly Johnson Parkway, 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 or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: NIA All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NIA IN WITNESS WHEREOF, BIDDER executes and submits of all aforementioned principals this 7t . day O John Becker, President Name and Title of Signatory R.C. Becker and Son, Inc. Legal Name of Bidder proposal with the names, title, hands, and seals -)n22 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 Address (661) 259-4845 Telephone Number 95-2567499 Federal Tax I.D. No. This document must be notarized prior to submittal. California All -Purpose Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness„ accuracy, or validity of that document. State of California County of Los Angeles On 'ZZ before me, Jackie Caceres Perez, Notary Public Name of Notary Public, Title personally appeared �� 0 C e,,-<- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to be within instrument and acknowledged to me that helshe/they executed the same in hislher/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) 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. - ��2 I tutcf Notary Public *d- CommissionJAC1t1E 1ACIR11 PEREZ NotaryPuhlic - CalifoinidLas Anveios County'�%02268d77 -� ", Cou-7 Expires ➢ee 19, 2Q22 r Seal OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment on unauthorized document and may prove useful to persons relying on the document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a 1 i v-S 17� C Title or description of Document containing, pages, and dated tk' / By: {j ()V/ k�A C - 1/ DocuSign Envelope ID: D940C2AD-8878-4EAF-85D8-50DSB59DSE4A BID SCHEDULE Bid #CIP-21-22-000648 2020-21 Circulation Improvement Program, Phase II City Project No. C0064 City of Santa Clarita, California This form is for reference ONLY. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. ITEM NO. DESCRIPTION UNIT CITY. UNIT PRICE TOTAL 1 Mobilization/Demobilization Lc, 1 $ 21,611.00 $ 21,611.00 2 Water Pollution Control, Implementation and Maintenance of BMPs LS 1 $ $ 3 Construction Survey LS 1 $ 40,931.25 $ 40,931.25 4 Traffic Control LS 1 $ 43,537.03 $ 43,537.09 5 Lower Existing Irrigation Line LF 135 $ 18.62 $ 2,513.70 6 Sawcut Pavement LF 860 $ 3.38 $ 2,906.80 7 Remove Asphalt Concrete Pavement SF 2,895 $ 5.61 $ 16,240.95 8 Remove PCC Median Stamped Concrete SF 1,447 $ 4.23 $ 6,120.81 9 Remove PCC Curb and Gutter LF 845 $ $ 10 Remove PCC Curb LF 115 $ 14.34 $ 1,649.10 11 Remove Striping LF 4,320 $ 0.63 $ 2,721.60 12 Remove Pavement Marking EA 7 $ 187.50 $ 1,312.50 13 Remove Sign Only EA 8 $ 79.83 $ 638.64 14 Remove Sign and Post EA 7 $ 157.88 $ 1,105.16 15 Relocate Utility Pull Box EA 1 $ 1,456.59 $ 1,456.59 16 Remove Traffic Signal Pull Box EA 3 $ 2,225.00 $ 6,675.00 17 Cold Mill AC Pavement and Remove SF 4965 $ 5.21 $ 25,867.65 18 AC B PG 64-10 (Base Course) TON 150 $ 469.75 $ 70,462.50 19 AC C2 PG 64-10 (Finish Course) TON 105 $ $ 20 PCC Median Stamped Concrete SF 610 $ 35.47 $ 21,636.60 DoctiSign Envelope ID: D94aC2AD-8878-4EAF-B5D8-5DD9B59D5E4A 21 PCC Curb and 1' Gutter (Type A2-8) LF 220 $ $ 22 PCC Curb and 1' Gutter (Type A3-6) LF 220 $ 69.93 $ 15,384.60 23 PCC Curb and Gutter 1' (Type 82-150) LF 8 $ 442.68 $ 3,541.44 24 PCC Curb (Type A1-6) LF 205 $121.04 $ 24,813.20 25 Crushed Aggregate Base CY 206 $ 265.53 $ 54,699.18 26 Refresh Existing Thermoplastic Striping LF 1000 $ 0.69 $ 690.00 27 Install Type IV Arrow - Caltrans STD. Plan A24A EA 8 $ 106.25 $ 850.00 28 Refresh Ex. Thermoplastic Pavement Markings EA 5 $ $ 29 Install Bike Lane Pavement Marking EA 2 $ 250.00 $ 500.00 30 Install 12" White Limit Line LF 60 $ 12.50 $ 750.00 31 Install 12" White Diagonal Pavement Marking EA 12 $ 93.75 $ 1,125.00 32 Install 12" Yellow Diagonal Pavement Marking EA 7 $ 156.25 $ 1,093.75 33 Install 6" White Intersection Lane Line LF 350 $ 1.88 $ 658.00 34 Install 6" White Lane Line with Markers (Caltrans $ $ Detail 12) LF 1980 0.69 1,366.20 35 Install 6" Yellow Left Edge Line (Caltrans Detail $ $ 24) LF 1200 1.11 1,332.00 36 Install Double Yellow Median Striping (Caltrans $ $ Detail29) LF 320 37 Install 8" White Lane Drop Line (Caltrans Detail $ $ 37B) LF 202 2.31 466.62 38 Install 8" White Channelizing Line (Caltrans Detail $ $ 38) LF 588 2.31 1,358.28 39 Install 8" White Channelizing Line (Caltrans Detail $ $ 38A) LF 330 2.06 679.80 40 Install 6" White Bike Lane Line (Caltrans Detail $ $ 39) LF 1110 1.88 2,086.80 41 Install 6" White Bike Lane Line (Caltrans Detail $ $ 39A) LF 400 3.44 1,376.00 42 Install 6" White Lane Line Extension (Caltrans $ $ Detail40) LF 90 7.50 675.00 Doc uSign Envelope ID: 0940C2AD4 3878-4EAF-B5D&5DD9B59DSE4A 43 Furnish and Install Sign Only EA 13 $ $ 44 Furnish and Install Sign and Post EA 4 $ 500.00 $ 2,000.00 45 Traffic Signal Modifications LS 1 $ 207,125.00 $ 207,125.00 TOTAL BASE BID AMOUNT IN FIGURES: $ 688,646.74 TOTAL OF BASE BID AMOUNT IN WORDS: SIX HUNDRED EIGHTY-EIGHT THOUSAND, SIX HUNDRES FORTY SIX DOLLARS AND SEVENTY-FOUR CENTS The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. DocuSign Envelope 10: D94oC2AD-8878-4EAF-85D8-5DD985905E4A BIDDER'S QUESTIONNAIRE Bid #CIP-21-22-CO064B 2020-21 Circulation Improvement Program, Phase 11 City Project No. C0064 City of Santa Clarita, California 1. Submitted by: R.C. Becker and Son, Inc. Telephone: 661-259-4845 Principal office Address: 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 2. Type of Firm: ❑ C Corporation ) ( S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ other 3a. If a corporation, answer these questions: Date of Incorporation: 12/18/1 968 State of Incorporation: California President's Name: John Becker Vice -President's Name: Randy Becker Secretary or Clerk's Name: Linda Phoenix Treasurer's Name: N/A 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. DocuSign Envelope ID: D940C2AD-8878-4EAF-B5D8-5DD9B59D5E4A BIDDER'S QUESTIONNAIRE icont'd1 Bid #CIP-21-22-00064E 2020-21 Circulation Improvement Program, Phase II City Project No. C0064 City of Santa Clarlta, California 4. Name of person holding CONTRACTOWs license: John Becker License number: 258762 Class: A Expiration Date: D.I.R. Registration # 1000001096 S. CONTRACTOWs Representative: John Becker Title: President Alternate: Randy Becker Title: Vice President 6/30/2023 6. List the major construction projects your organization has in progress as of this date: U1 Owner: City of Taft Project Location: 10th Street and 4th Street in the City of Taft Type of Project: Concrete Removal & Replacement/ Asphalt Patching/ Signs B. Owner: City of San Dimas Project Location: Derby Road, Kent Street, & Leed Court in the City of San Dimas Type of Project: Grind and Overlay, Concrete RR, Striping C. Owner: City of Palmdale Avenue U-12 in the Uty ot Paimclale Project Location: Type of Project: Sidewalk Gap Closure with Asphalt and Concrete Improvements DocuSign Envelape ID: D940C2AD-8878-4EAF-B5D8-5DD9B59D5E4A CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-21-22-00064B 2020-21 Circulation Improvement Program, Phase Il City Project No. C0064 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, 44iat it will retain such certifications in its files. R.C. Becker and Son, Inc. BIDDER 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). DocuSign Envelope ID: D940C2AD-8878-4EAF-B5D8-5DD9B59D5E4A DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #CIP-21-22-00064B 2020-21 Circulation Improvement Program, Phase II City Project No. C0064 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. NIA 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. NIA The Contractor further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department/agency. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Propos - Signin his Proposal on the signature portion thereof shall also constitute signature of this Ceriaion.� Bidder: Signature Title Johnr, President DocuSign Envelope ID: D940C2AD-88784EAF-S5D8-5DD9B58D5E4A DESIGNATION OF SUBCONTRACTORS Bid # CIP-21-22-CO064B 2020-21 Circulation Improvement Program, Phase II City Project No. C0064 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 % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. if no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business 2280 South Lilac Ave, Bloomington, CA 92316 Bid Schedule Item No's: 11-14, 26-44 Description of Work Sign and Striping License No. 374600 Exp. Date: I I 5/31 /2023 Phone { ) 909-746-0356 Subcontractor MSL Electric DIR Registration No.* 1000000550 Dollar Value of Work $164,480.00 Location and Place of Business 2918 E. La Jolla Street, Anaheim, CA 92806 Bid Schedule Item No's: 16 & 45 Description of Work Remove Traffic Signal / Signal Modifications License No. 822450 Exp. Date: / / 08/31 /2023 Phone ( ) 714-693-4837 Subcontractor DIR Registration No.* Dollar Value of work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / J Phone ( j N . 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 1725.5 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. DocuSign Envelope ID:❑940C2AD-8878-4EAF-B5DB-5DD9B59D5E4A EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-21-22-00064B 2020-21 Circulation Improvement Program, Phase II City Project No. C0064 City of Santa Clarita, California This bidder PO Becker and Son , proposed subcontractors 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: R.C. Becker and San Inc. i By: Title: John Bec r; President Date: 7/7/2022 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. Do+cuSign Envelope ID: D940C2AD-8878-4EAF-B5D8-5DD9B59D5E4A NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-21-22-00064E 2020-21 Circulation Improvement Program, Phase II City Project No. C0064 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 bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any 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. DocuSign Envelope ID: D94OC2AD-8878-4EAF-B5D8.5DD9B59D5E4A NOTICE TO BIDDERS REGARDING CONTRACTUAL. REQUIREMENTS Bid #CIP-21-22-0064B 2020-21 Circulation Improvement Program, Phase 11 City Project No. C0064 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (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. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. 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. 3. Contractorshall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGI. 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. 1. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from DocuSign Envelope ID: D940C2AD-8878-4EAF-B5D8-5DD9B59D5E4A 1:11011014; Bid #CIP-21-22-00064B 2020-21 Circulation Improvement Program, Phase II City Project No. C0064 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 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 closing 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 far: 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: 2020-21 Circulation Improvement Program, Phase II Bid No. CIP-21-22-CO0640 Project No. C0064 �L 10 Bidder's Signature CONTRACTOR/BIDDER NJ a 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: D94oC2AD-8878-4EAF-B508-5DD9B59D5E4A REFERENCES Bid #CIP-21-22-00064B 2020-21 Circulation Improvement Program, Phase II City Project No. C0064 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) 726-6000 Name and Telephone Number of Person Familiar with Project $835,760.87 Street Improvements 7/15/2020 Contract Amount Type of Work Date Completed 2 City of Palmdale - 3800 Sierra Highway, Palmdale CA 93550 Name and Address of Owner / Agency David Wu - (661) 267-5300 Name and Telephone Number of Person Familiar with Project $7,053,968.85 Street ImprovementsNVidening Gap Closure 4/16/2021 Contract Amount Type of Work Date Completed 3. City of Tehachapi -115 South Robinson Street, Tehachapi, CA 93561 Name and Address of Owner / Agency Andrew Norton - (661) 822-2200 Name and Telephone Number of Person Familiar with Project $839,717.51 Street Improvements, Gap Closure Project 2/16/2022 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: Tim Tomko, Alliant Insurance Services, Inc. 333 S. Hope Street, Los Angeles, CA 90071 - (213) 443-2473 DocuSign Envelope ID: D940C2AD-8878-4EAF-8508-5DD9B59D5E4A PROPOSAL GUARANTEE BID BOND Bid #CIP-21-22-00064B 2020-21 Circulation Improvement Program, Phase 11 City Project No. C0064 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that R.C. Becker and Son, Inc. , as BIDDER, and Fidelity and Deposit Company of Ma land as SURETY, are held and firmly bound unto the Ten Pcrcent of City of Santa Clarita, as CITY, in the penal sum of Amount aid dollars ($ 109/b }, which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -staffed 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, Pis 7th Day of June 12021 CONTRACTOR: SURETY*: R.C. Becker and Son, Inc. Name and Title of Signatory Legal Name of Bidder 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 Bidder Address 661-259-4845 95-2567499 one Number Federal Tax I.D. No. of Maryland Name Maria Pena, Attornoy-in-Fact 213-443-2476/mpena@aHiant.com Phone Number and Email 777 S Figueroa Street, Los Angeles, CA 90017 Address "Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. This document must be notarized Prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California } } ss County of Los Angeles } JUN ? -L022 On before me, Patricia Arana, Notary Public, personally appeared Maria Pena , who proved to me on the basis of satisfactory evidence to be the person(5} whose name(&) isAafe subscribed to the within instrument and acknowledged to me that he�she/#�" executed the same in 4i4her/theiF authorized capacity4es4, and that by ki-sjher r signature} on the instrument the persons}, 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. PATRICIA ARANA Notary Public - Califarnia Los Angeles County m COmmI55icn A 2401773 My Comm. Expires Apr 23, 2026 Signature: (Seal) Patricia A a, Notary Public ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint, C.K. NAKAMURA, Lisa L. THORNTON, E.S. ALBRECHT, JR., Maria PENA, Noemi iQUIROZ, Natalie K. TROFIMOFF, Patricia S. ARANA, Tiffany CORONADO, Jessica ROSSER and Tim AL TOMKO all of Los Angeles, California, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws ofsaid Companies, and is now in iiorce. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of September, A.D. 2019. 0�i&T�n!;�"Jom .r ,ot Bg.A ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 23rd of September, 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice Presideot and Dawn L Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saitb, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction ofthe said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. `µtuurlpr. �I jry'AIzK�' ;i irr4rrtt�i�� Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, reeognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Anomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I I1th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of ;N Brian M. Hodges, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www. reportsfclaimsrd.zurichna.com 900-6264577 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 6-13-2022 before me Linda Phoenix, Notary Public Date Here Insert Nome and Title of the Officer personally appeared John Becker Nome(s) of Signerfs) who proved to me on the basis of satisfactory evidence to be the person(gt whose name( is/aWubscribed to the within instrument and acknowledged to me that hest*/ttXy executed the same in his/hir/thgir authorized capacity(iW), and that by his/hw/ttWir signature(51 on the instrument the person(*, or the entity upon behalf of which the person(56 acted, executed the instrument. LINDA PHOENIX Notary Public - California Y " Los Angeles County commission # 2294184 My Comm. Expires Jun 24, 2023 Place Notary Seal andlor Stamp Above 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. �-lSignature Signature of Notary Public r 1.1 it 1I W.vI Completing this information con deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: Proposal Guarantee Bid Bond Document Date: 6-7-2022 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signers Name: John Becker IR Corporate Officer — Title(s): PreSldent ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: 02018 National Notary Association Signer's Name: • Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: DocuSign Envelope ID: D94OC2AD-88784EAF-B5D8-5DD9B59D5E4A City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. 11. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liabilitv Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Docuftn Envelope ID: D940C2AD-8878-4EAF-85D8-5DD9B59D5E4A Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency In design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property oniv) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. DocuSign Envelope ID: D940C2AD-8878-4EAF-B5D8-5DD9B58D5E4A Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000j combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, Its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respectto the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. DocuSign Envelope ID: D940C2AD-8878-4EAF-B5D8-5DD9B59D5E4A Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured, A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Risk Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. 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: 7/7/2022 Printed Name: John Becker - President DocuSign Envelope ID: D940C2AD-8878-4EAF-B5DB-5DD9B59D5E4A NON -COLLUSION AFFIDAVIT Bid #CIP-21-22-000648 2020-21 Circulation Improvement Program, Phase II City Project No. C0064 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) 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 BIDDER, 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. Bidder: Signature Z Title John Beck,sident This document must be notarized prior to submittal. CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 6-13-2022 Date personally appeared before me, Linda Phoenix, Notary Public Here Insert Nome and Title of the Officer John Becker Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person( whose name( is/aWubscribed to the within instrument and acknowledged to me that helst)e/they executed the same in his/hRr/thgir authorized capacity(i*), and that by his/hgr/t[Wir signature(;} on the instrument the person(*, or the entity upon behalf of which the person(o acted, executed the instrument. LINDA PHOENIX Notary Public - California z Los Angeles County Commission # 2294184 amy Comm. Expires Jun 24, 2023 Place Notary Seal andlor Stamp Above 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. Signatur "Iyy "X��j Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Non -Collusion Affidavit 6-7-2022 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: John Becker IX Corporate Officer — Title(s): E![e5ident ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: P2018 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other, Signer is Representing: