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: