Loading...
HomeMy WebLinkAbout2023-05-09 - AGENDA REPORTS - 2022 23 HSIP PEDESTRIAN SAFETY PROJ C2027O Agenda Item: 8 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: ' DATE: May 9, 2023 SUBJECT: 2022-23 HSIP PEDESTRIAN SAFETY ENHANCEMENTS, PROJECT C2027 - PLANS AND SPECIFICATIONS AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2022-23 HSIP Pedestrian Safety Enhancements, Project C2027. 2. Award the construction contract to R.C. Becker and Son, Inc., in the amount of $223,160 and authorize a contingency in the amount of $33,474, for a total contract amount not to exceed $256,634. 3. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Highway Safety Improvement Program (HSIP) Pedestrian Safety Enhancements project is part of the Citywide Safe Routes to School initiative that eliminates barriers and encourages students to walk and bike to school. This project will improve and enhance pedestrian safety in nine areas near Placerita Junior High School and William S. Hart High School. Improvements include the installation of continental crosswalks, signage, and striping in various locations and the installation of curb extensions at the intersection of Newhall Avenue and 14th Street. This project supports the Building and Creating Community theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2025. On December 20, 2022, City staff deemed the 2022-23 HSIP Pedestrian Safety Enhancements project not subject to CEQA review pursuant to California Public Resources Code (PRC) Section Page 1 Packet Pg. 97 O 2108025(b), which exempts from CEQA review projects that consist of pedestrian and bicycle facilities, including new facilities. All the conditions of California PRC Section 21080.25(c) apply, with the exception of Section 21080.25(c)(6), projects exceeding 100 million dollars. A Notice of Exemption was filed with the Los Angeles County Registrar Recorder who posted the notice between January 25, 2023, through February 24, 2023. This project meets the criteria for this exemption because the 2022-23 HSIP Pedestrian Safety Enhancements will be improving crosswalk striping and curb wheelchair ramps. An invitation to bid was prepared and published twice in The Signal newspaper, on March 21 and March 28, 2023, and was posted on BidNet. Three bids were submitted to the City and opened by Purchasing on April 20, 2023. The results of the bid are shown below: Company Location Bid Amount R.C. Becker and Son, Inc. Valencia, CA $223,160 F.S. Contractors, Inc. Sylmar, CA $289,324 Toro Enterprises, Inc. Oxnard, CA $347,881 Staff recommends awarding the construction contract to R.C. Becker and Son, Inc., the lowest responsive bidder. This 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 adheres to the project's plans and specifications and is available in the City Clerk's Reading File. The 2022-23 HSIP Pedestrian Safety Enhancements budget will fund the construction and construction support services. The budget will also provide for staff oversight, public works inspection, utility fees, and miscellaneous project administration costs. The requested construction contingency will cover the cost of unforeseen conditions such as potential utility conflicts, abandoned utilities not shown in record drawings, and additional work requested by the City. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure accounts C2027233-516101 (TDA Article 8 Fund) and C2027229-516101 (Federal Grant ATP HSIP Fund) to support the recommended contract and project administrative costs. ATTACHMENTS Location Map Proposal for R.C. Becker and Son, Inc. (available in the City Clerk's Reading File) Page 2 Packet Pg. 98 N City Of SANTA CLARITA Location Map for Feet # 2022-23 HSIP Pedestrian Safety o soo 1,000 Enhancements Project No. C2027 I I I r Street centerlines developed & maintained'' Legend by City of Santa Clarita GIS; 9 The City of Santa Clarita does not warrant the accuracy of the data and assumes no O C2027 liability for any errors or omissions. Map prepared by: City of Santa Clarita GIS Division i . a. .< Q:\PROJECTS\PW\230411a1\HSIP Pedestrian Safety Improvements —_:� Pjk,' •'Y �9p0 w Z s{ 1 t .9� ���S,y+n,x, y. S'�v `fig` .i•' � �.,f i. .r '�k. '-.: ��, .. 0 `�* YP M01% ;Olt GPyO rE �"#CA�CO� � • . .".\PGPV�' �P OCR Oi0 OP�,O � LGY .... w � r� .. '� 6 ;pig .:,. E '' RO\'' q.� o pc0 jFtO j #s pP\3• Q vl_A''DEGti,.s� JI,, +4c. M S Ir.c Qaa v �71, INA j !��RONDEL +,as>l1�r DocuSign Envelope ID: IA66DO68-753A-4F7E-8123-E64EFE00AIEI BUY AMERICA CERTIFICATION (STEEL OR MANUFACTURED PRODUCTS) [61 FIR 6302, Feb. 16, 1996, as amended at 74 FIR 30239, June 25, 20091 General Requirement (as stated in 49 CFR 661.5) (a) Except as provided in 49 CFR 661.7 and 49 CFR 661.11, no funds may be obligated by FTA for a grantee project unless all iron, steel, and manufactured products used in the project are produced in the United States. (b) All steel and iron manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel additives. (c) The steel and iron requirements apply to all construction materials made primarily of steel or iron and used in infrastructure projects such as, transit or maintenance facilities, rail lines, and bridges. These items include, but are not limited to, structural steel or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or iron used as components or subcomponents of other manufactured products or rolling stock, or to bimetallic power rail incorporating steel or iron components. (d) For a manufactured product to be considered produced in the United States: (1) All of the manufacturing processes for the product must take place in the United States; and (2) All of the components of the product must be of U.S. origin. A component is considered of U.S. origin if it is manufactured in the United States, regardless of the origin of its subcomponents. If steel, iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each bidder or offeror in accordance with the requirement contained in 49 CFR 661.13(b). Certificate of Compliance with Buy America Requirements. The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323Q)(1), and the applicable regulations in 49 CFR part 661. Company R.C. Becker & Son, Inc. John Sig Title President 4-20-23 Certificate of Non -Compliance with Buy America Steel or Manufactured Products Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2), as amended, and the applicable regulations in 49 C.F.R. 661.7. Company Name Title Signature Date DocuSign Envelope ID: BC2113D4-A382-4E7B-90D4-E53AA105C2AF Addendum No. 1 March 21, 2023 Addendum No. 1 BID #k CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Bid: I. INCLUSION OF ADDITIONAL CALTRANS FORM Please see the attached Exhibit 16-Z1: Monthly DBE Trucking Verification form. This form must be filled out and submitted by the awarded contractor. II.PREVAILING WAGE DETERMINATIONS Please see the attached prevailing wage determinations. Approved: 11411519"aa ny: AWp�O�1AU 11yy V I I �Cty,6 City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the bid response. Cori ractor's Representative Date St. B6:A1� &6gI I (IC'. Company Name BID # CIP-22-23-C2o27 DocuSign Envelope ID: 1A66DO68-753A-4F7E-8123-E64EFEOOAIEl Addendum No.2 March 31, 2023 Addendum No. 2 BID # CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. PRE -BID MEETING There was a non -mandatory, pre -bid meeting on March 30, 2023 beginning at 10:00 AM (PT). The meeting was located at Via Zoom. Attending Staff: • Lisa Campos —Project Development Coordinator, Public Works • Leslie Frazier —Engineer, Public Works • Danielle Marquez - Buyer, Administrative Services • Dan Duncan —Environmental Administrator, Public Works • Raul Navarro —Supervising Public Works Inspector • Taylor Peterson —Administrative Analyst, Public Works • Alex Porlier — Project Manager, Public Works • Preston San —Assistant Engineer, Public Works Attending Vendors: • Tatum Flanagan, R.C. Becker & Son • Sulema Alamillo, Alcotono Construction • Tyson Rising, Toro Enterprises, Inc. The following was reviewed: • Project scope of work • Bidding Guidelines Attachments: Pre -Bid Meeting Agenda H. BUY AMERICA CERTIFICATION FORM Please see the attached Buy America Certification Form. This form must be filled out and submitted with the bid response. BID f# CIP-22-23-C2027 DocuSign Envelope ID: 1A66DO68-753A-4F7E-8123-E64EFEOOAIEI Addendum No. 2 March 31, 2023 Approved: Docu5igned by: ,,gg77gg���gqV ��FF.��AA a{91UII�LaE^LL 11 City Engineer END OF ADDENDUM pia Bid Net and should be included with the bid response. Date fiS. ?)YKG� I ga TAIC Company Name BID # CIP-22-23-C2027 DocuSign Envelope ID: 53DO043B-C3EF-46DO-BF7E-5D65F9FODE6B BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION 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 & Son, Inc. Business Address: 28355 Kelly Johnson Pkw, Santa Clarita, CA 91355 Telephone No.: 661-259-4845 State CONTRACTOR's License No. & Class: 258762 A DIR No.: 1000001096 Original Date: 12/18/1968 Expiration Date: 6/30/2023 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: John Becker - President - 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 DocuSign Envelope ID: 53D0043B-C3EF-46D0-BF7E-5D65F9FDDE6B Randy Becker - Vice President - 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 Lorraine Martinez - Secretary - 28355 Kelly Johnson Pkwy, Santa Clarita, 91355 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 areas 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: N/A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 20th day of Apri} ,2023 r BIDDER: Signature John Becker, President Name and Yrtle of Signatory R.C. Becker & Son, Inc. Legal Name of Bidder 28355 Kelly Johnson Pkw, Santa Clarita, CA 91355 Address 661-259-4845 Telephone Number 95-2567499 Federal Tax I.D. No. DocuSign Envelope ID: 53DO043B-C3EF-46D0-BF7E-5D65F9FODE6B BIDDER'S QUESTIONNAIRE Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa Clarita, California 1. Submitted by: R.C. Becker & Son, Inc. Telephone: 661-259-4845 Principal office address: 28355 Kelly Johnson Pkw, Santa Clarita, CA 91355 2. Type of Firm: (a C Corporation 0 S Corporation 0 Individual/Sole Proprietor or Single —Member LLC 0 Partnership U Limited Liability Company "C" C-Corp 0 Limited Liability Company "S" S-Corp 0 Limited Liability Company "P" Partnership D Other 3a. If a corporation, answer these questions: Date of Incorporation: 12/18/1968 State of Incorporation: California President's Name: John Becker Vice -President's Name: Randy Becker Secretary or Clerk's Name: Lorraine Martinez Treasurer's Name: Lorraine Martinez 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. DocuSign Envelope ID: 53DO043B-C3EF-46DO-BF7E-5D65F9FODE6B 4. BIDDER'S QUESTIONNAIRE (cont'd) Bid #KIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa Clarita, California Name of person holding CONTRACTOWs license: John Becker License number: 258762 Class: A Expiration Date. 6/30/2023 D.I.R. Registration # 1000001096 5. CONTRACTOR's Representative: Vince Tellez Title: Cheif Estimator Alternate: Tatum Flanagan Title: Bid Coordinator 6. List the major construction projects your organization has in progress as of this date: A. Owner: City of Palmdale Project Location: 10th Street East & Avenue Q-9, Palmdale, CA Type of Project: Street Improvements B. Owner: City of Palmdale Project Location: Avenue Q-12, 11th Street E. & 12th Street E., Palmdale Type of Project: Street Improvements C. Owner: City of Santa Clarita Project Location: SW Corner of Bouquet and Bouquet Canyon Type of Project: Street Improvements FY 22-23 HSIP Pedestrian Safety Enhancements BID # CIP-22-23-C2027 Code Description NWE11IK UOM 1 Mobilization and Demobilization Lump -Sum 2 Water Pollution Control, Implementation, and Maintenance of BMP's Lump -Sum 3 Construction Survey Lump -Sum 4 Traffic Control, Traffic Handling, and Construction Area Signs Lump -Sum 5 Traffic Control Plan Lump -Sum 6 Remove Existing Striping Linear Foot/Feet 7 Remove Existing Markings Square Foot/Feet 8 Remove and Relocate Sign and Post Each 9 Install Detectable Warning Tile Each 10 Install Continental Crosswalk Square Foot/Feet 11 Install Stop Limit Line Linear Foot/Feet 12 Install Stop Legend Square Foot/Feet 13 Install New School Crosswalk Signage on New Post Each 14 Install Crossing School Slow Legend Square Foot/Feet 15 Install Double Yellow Centerline Linear Foot/Feet 16 Clearing and Grubbing Lump -Sum 17 Preserve Existing Survey Monuments Lump -Sum 18 Reset Existing Bus Stop Furniture Lump -Sum 19 Remove Existing Asphalt Concrete Pavement Square Foot/Feet 20 Remove Existing Concrete Facility Square Foot/Feet 21 Adjust to Grade Existing Manhole Cover Each 22 Adjust to Grade Existing Water Valve Cover Each 23 Adjust to Grade Existing Water Meter Box Each 24 Crushed Miscellaneous Base Cubic Yard 25 Asphalt Concrete Ton 26 Concrete Sidewalk Square Foot/Feet 27 Concrete Curb Ramp Square Foot/Feet 28 Curb and Gutter (Type A2) Linear Foot/Feet 29 Concrete Cross Gutter Square Foot/Feet 30 Concrete Driveway Approach Square Foot/Feet R.C. Becker Line Items Code and Son, Inc (Bid Schedule) Quantity Price Total Cost 1 1 4712 4712 2 1 625 625 3 1 7440 7440 4 1 22191.85 22191.85 5 1 1800 1800 6 1101 2.4 2642.4 7 826 2.4 1982.4 8 3 540 1620 9 3 1394.99 4184.97 10 5590 4.8 26832 11 507 6 3042 12 528 7.2 3801.6 13 2 480 960 14 158 7.2 1137.6 15 70 6 420 16 1 2217.97 2217.97 17 1 3000 3000 18 1 1199.95 1199.95 19 6646 1.18 7842.28 20 2723 4.95 13478.85 21 1 2847.11 2847.11 22 2 48.65 97.3 23 2 236.15 472.3 24 26 465.59 12105.34 25 132 274.26 36202.32 26 2320 11.83 27445.6 27 670 14.33 9601.1 28 171 57.95 9909.45 29 596 11.62 6925.52 30 416 15.44 6423.04 Base Bid Total : $ 223159.95 DocuSign Envelope U 53DO043B-G3EF-46DO-BF7E-5D65F9FODE6B CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa Clarita, Califomia 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, and that it will eta such certifications in its files. .f R.C. Becker &Son Inc. John Becker, President / 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: 53DO043B-C3EF-45DO-BF7E-5D65F9FODE6B DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa C/arita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of Y. of 1 percent, or $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 Interstate Striping & Signs, Inc. DIR Registration No.* 1000007945 Dollar Value of Work $34,915.00 Location and Place of Business 1200 Lawrence Dr, Ste 340, Newbury Park, CA 91320 Bid Schedule Item No's: #6-15 Description of Work Striping, Markings, Signs License No. 838618 Exp. Date: 5/31 /2024 Phone { } (805) 208-5925 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: / / Phone { } 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: / / Phone { ) MOTE: 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 2720) of the California Labor Code. DocuSign Envelope ID: 53DO043B-C3EF-46DO-BF7E-5D65F9FODE6B EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa Clarita, California This Bidder R.C. Becker & Son, Inc. , proposed subcontractor interstate Striping & Signs, Inc. 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: Interstate Striping & Signs, Inc Title: Project Manaqer / Corp. Secretary Date: 4/20/23 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. DocuSign Envelope ID: 53D0043B-C3EF-46D0-BF7E-5D65F9FODE68 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa Clarita, California This Bidder R.C. Becker & Son, Inc. , 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& Son'In By: Title: John BedKdr, President Date: 4-20-23 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. DocuSign Envelope ID: 53D00436-C3EF-46D0-BF7E-5D65F9FODE6B Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities EXHIBIT l O-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application ❑ a. initial b. grant b. initial award ❑ b. material change c. cooperative agreement c. post -award d, loan For Material Change Only: c. loan guarantee year— quarter_ f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: ❑ Prime ❑ Subawardee "Tier if known Congressional District, ifknown 6. Federal DepartmentlAgency: S. Federal Action Number, if known. Congressional District, ifknown 7. Federal Program Name/Description- CFDA Number, if applicable 9. Award Amount, if known: 10. Name and Address of Lobby Entity 11. Individuals Performing Services (If individual, last name, first name, MI) (including address if different from No. 10) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 12. Amount of Payment (check all that apply) 14. Type of Payment (check all that apply) $ actual planned a. retainer b. one-time fee 13. Form of Payment (check all that apply): c. commission a. cash d. contingent fee b. in -kind, specify: nature e deferred Value f. other, specify 15. Briel' Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: Yes ❑ No 17, Information requested through this form is authorized by Title / 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. Print Na e: J 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any p s' ent person who fails to file the required disclosure shall be subject fiile: to a civil penalty of not less than $ 10.000 and not more than $100,000 for each such failure. Telephone No.: Federal Use Only: Form LLL Rev, Distribution: Orig- Local Agency Project Files 661-259-4845 Date: 4-20-23 Authorized for Local Reproduction Standard Form - LLL Page 1 LPP 13-01 May S, 2013 DocuSign Envelope ID: 53DO043B-C3EF46DO-BF7E-5D65F9FODE6B Local Assistance Procedures Manual EXHBIT l0-Q Disclosure of Lobbying Activities INSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the fedcral agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. 11. Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 13. Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 14. Check all boxes that apply. If other, specify nature. 15. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employce(s) or Member(s) of Congress that were contacted. 16. Check whether or not a continuation sheet(s) is attached. 17. The certifying official shall sign and date the form, and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SF- LLL-Instructions Rev.06-04 Page 2 LPP 13-01 May 8, 2013 DocuSign Envelope ID: 53DO043B-C3EF-46DO-BF7E-5D65F9FODE6B Local ASsisiance t'roceaures manual Exhibit 12-B Bidder's List of Subcontractors (DBE and Non DBE) Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non -DBE) - Part 1 As of March 1, 2015 Contractors (and sub -contractors) wishing to bid on public works contracts must be registered with the State Division of Industrial Relations and certified to bid on Public Works contracts. Please register at hops://www.dir.ca.gov/Public-Works/Contractor- Reg istration . html. The local agency will verify registration of all contractors and subcontractors on public works projects at bid and thereafter annually to assure that yearly registration is maintained throughout the life of the project In accordance with Title49, Section 26.11 of the Code of Federal Regulations, and Section 4104 ofthe Public Contract Code ofthe State of California, as amended, the following information is required for each sub -contractor who will perform work amounting to more than one half of one percent (0.5%) of the Total Base Bid or $10,000 (whichever is greater). FEDERAL PROJECTNUMBER: Photocopy this form for additional firms. Subcontractor Name & Location Line Item & Description Subcontract Amount Porcentageof Bid Item Subcontracted Contractor License Number DBE (Y/N) DBE Cert Number Annual Gross Receipts DIR Reg Number NAME #6-15 Striping, Markings, Signs $34,915.00 15.6% 838618 N N/A < $1 million Interstate Striping & Signs, Inc. X <$5million <$10million City, State 1000007945 <'g mn ii5�l[ on Newbury Park, CA Age ofFirm in years 20 NAME < $1 million < $5 million < $10 million city, state c $15 million Age of Firm in Years NAME < $1 million < $5 million < $10 million City, State < $15 million Aged Firm in Years NAME < $1 million < $5 million < mt ion city, state < $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million City, Stale < $15 million Aged Firm In years NAME < $1 million < $5 million < $10 million City, state < $15 million Age of Firm in years NAME < $1 million < mt non < $10 million City, State < $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million city,e < IH5 million Age of Firm in years NAME I< $1 million < $5 million < $10 million city, Slate I< $15 million Age of Firm In years Distribution —Original: Local Agency File; Copy: DLAE w/Award Package Page 1 of September 2021 DocuSign Envelope ID: 53D0043B-C3EF-46D0-BF7E-5D65F9FDDE6B Local Assistance Proceaures manuai Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non -DBE) - Part 2 In accordance with Title49, Section 26 of the Code of Federal Regulations, the Bidder shall list all subcontractors who provided a quote orbid but were notselected to participateas a subcontractor on this project. FEDERAL PROJECT NUMBER: Photocopy this form for additional firms. Subcontractor Name & Location Line Item & Description Subcontract Amount Percentage of Bid Item Subcontracted Contractor License Number DBE (YIN) DBE Cert Number Annual Gross Receipts DIR Reg Number NAME < $1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million city,e < mn ion Age of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million Ag a of Firm in years NAME <$1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME <$1 million < $5 million < million City, State < $15 million Age of Firm in years NAME <$1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME <$1 million < $5 million < $10 million City, State < $15 million Aged Firm in years NAME < $1 minion < million < $10 million City, State < $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million State < million Age of Firm in years Distribution — Original: LocalAgencyFile; Copy: DLAEw/Award Package Page 2 of 2 September 2021 DocuSign Envelope ID: 53D0043B-C3EF-46DO-BF7E-5D65F9FODE6B NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 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: 53DO043B-C3EF-46DO-BF7E-5D65F9FODE66 NON -COLLUSION AFFIDAVIT Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) 1§ COUNTY OF LOS ANGELES 1 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 & 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 Title John Becker President DocuSign Envelope ID: 53DO043B-C3EF-46DO-BF7E-5D65F9FODE6B NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 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 Purchasing Agent. 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. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. 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: 53D0043B-C3EF-46D0-BF7E-5D65F9FODE66 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. DocuSign Envelope ID: 53DO043B-C3EF-46DO-BF7E-5D65F3FODE6B 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 involvina real property only) 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: 53DO043B-C3EF-46D0-BF7E-5065F9FODE6B 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 [$2,000,000] 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 respect to 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: 53D0043B-C3EF-46D0-BF7E-5D65F9FODE66 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 Purchasing Agent 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 Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. 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 bove requirements and agree to be bound by them for any work performed for the City. / /I V Authorized Signature: f%In, f% Z � Date: 4-20-23 Printed Name: JOHN BECKER, PRESIDENT DocuSign Envelope ID: 53DO043B-C3EF-46DO-BF7E-5D65F9FODE6B PROPOSALFORM Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 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 QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: P.C. Becker & Son, Inc. Company Address: 28355 Kelly Johnson Pkw, Santa Clarita, CA 91355 Phone: 661-259-4845 Email: tflanagan@rcbeckerandson.com By: Jahn Becker Print Name Title: President Signature: Date: r , ir- f DocuSign Envelope ID: 53D0043B-C3EF-46DO-BF7E-5065F9FODE6B BIDDER'S BOND Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa Clarita, California Bids 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 for: 10 % of Bid dollars ($ 10% ), 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: FY 22-23 HSIP Pedestrian Safety Enhancements Bid No. CIP-22-23-C2027 Project No. C2027 / / i / Bidder's Signature R.C. Becker & on, Inc. CONTRACTOR/BIDDER 28355 Kelly Johnson Pkwy Address Santa Clarita, CA 91 355 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. DocuSiBn Envelope ID: 53DO043B-C3EF-46D0-BF7E-5D65F9FODE6B PROPOSAL GUARANTEE BID BOND Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 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 Maryland as SURETY, are held and firmly bound unto the Ten Percent of City of Santa Clarita, as CITY, in the penal sum of Amount Bid dollars {$ 10% �, which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 23I pay of March CONTRACTOR: SURETY*: 2023. Name and Title of Signatory Signature R.C. Becker and Son, Inc. Legal Name of Bidder 28355 Kelly Johnson Pkwy., Santa Clarita , CA 91355 Bidder Address 661-259-4845 eTTe-ohane Number 95-2567499 Federal Tax I.D. No. lity anNDep _aAt,.Cqmpany of Maryland Name Maria Pena. Attorney -in -Fact 213-443-2476/mpena@alliant.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. Contractor and Surety signatures must be notarized prior to submittal. 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 4/20/23 before me, Tatum Michelle Flanagan (insert name and title of the officer) personally appeared John Becker who proved to me on the basis of satisfactory evidence to be the person(e4 whose name(s) islefe subscribed to the within instrument and acknowledged to me that h&sheAhey executed the same in his1hAr4he4 authorized capacity(ie*, and that by his heFAheif signatures} on the instrument the personfs}, or the entity upon behalf of which the personal 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. FLAMW WITNESS my hand and official seal. , TA►+ot" � calffornia canes: Ilov i4IL Ex t« My cornet. pires 22, I026 Signatu (Seal) 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 ) °'BAR 2 3 Z023 On before me, Lisa L. Thornton Notary Public personally appeared Maria Pena, who proved to me on the basis of satisfactory evidence to be the persons whose name{ isjafe subscribed to the within instrument and acknowledged to me that 4cgshe{ y executed the same in 4i4her4h�_-# authorized capacity, and that by 4i4herA4eir signaturek4 on the instrument the person{}, or the entity upon behalf of which the personk} 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. Signatu Ce: l (Seal) Lisa L ThorJ�, Notary ublic LISA L. THORN70N Notary Public - California z Los Angeles County o Commission 2 2291872 My Car^.m. Expires Jul 5. 2023 ' 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 QUIROZ, Natalie K. TROFIMOFF, Patricia S. ARANA, Tiffany CORONADO, Jessica ROSSER and Tim M. TOMKO all of Los Angeles, California, EACH, its true and lawful agent and Attorney4n-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 fortis on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. 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. . - ii • `�' w� 88A6 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By. Robert D. Murray Yice 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 President and Dawn E. 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 sworn, deposeth and saith, 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 of the said Corporations. IN TESTimoNY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. t� �•,�k�;aSiiieti� h1uatr` Constance A. Dom, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomeys-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 attomeys-in-fact with authority to execute bonds, policies, recognizances, 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 1, 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 farce 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 Attorney ... 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 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced sea] 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 W)TRE1 Ltavc� jta utto subscribed my name and affixed the corporate seals of the said Companies, this'ayyr_ day lJJ LL�Jd I �irh, )L 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.reportsfciaimskzurichna.com 800-626-4577 DocuSign Envelope i0: 53DO043B-C3EF-46D0-BF7E-5D65F9FODE6B REFERENCES Bid #CIP-22-23-C2027 FY 22-23 HSIP Pedestrian Safety Enhancements City Project No. C2027 City of Santa Clarita, California. The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. City of Lancaster - 44933 Fern Ave, Lancaster, CA 93534 Name and Address of Owner / Agency Marissa Diaz - 661-723-6000 Name and Telephone Number of Person Familiar with Project $83,760.87 Street Improvements 7/15/2020 Contract Amount Type of Work Date Completed 2. City of Palmdale 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 ImprovementslWdening Gap Closure 4/16/23 Contract Amount Type of Work Date Completed 3. City of Tehachapi, 115 South Robinson St., 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 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, STE 3750, Los Angeles, CA 90071 - (213) 443-2473