HomeMy WebLinkAbout2024-02-13 - AGENDA REPORTS - 2023 24 CONCRETE REHABILITATION PGM PROJ M1052 ACCESS RAMPS PRJ D0004O
Agenda Item: 9
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: '
DATE: February 13, 2024
SUBJECT: 2023-24 CONCRETE REHABILITATION PROGRAM, PROJECT
M0152 AND 2023-24 ADA ACCESS RAMPS, PROJECT D0004 -
PLANS AND SPECIFICATIONS AND CONSTRUCTION
CONTRACT
DEPARTMENT: Public Works
PRESENTER: Cruz Caldera
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the 2023-24 Concrete Rehabilitation Program,
Project MO152, and 2023-24 ADA Access Ramps, Project D0004.
2. Award the construction contract to R.C. Becker and Son, Inc., in the amount of $544,053 and
authorize a contingency in the amount of $54,400, for a total contract amount not to exceed
$598,453.
3. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The annual Concrete Rehabilitation Program consists of two efforts awarded under one contract
to make the most efficient use of available funding. The sidewalk repair program will replace
existing sidewalks damaged by tree roots and pavement settlement. The access ramp
construction program will serve people with disabilities through the installation of new access
ramps while meeting the requirements outlined in Title 21 of the Americans with Disabilities
Act.
Attached is a list of construction locations identified during the annual Citywide sidewalk
inspection and locations submitted by residents. This project is a component of the Sustaining
Public Infrastructure theme of the City of Santa Clarita's (City) five-year strategic plan, Santa
Page 1
Packet Pg. 51
O
Clarita 2025.
Substantial constraints and controls were established in the construction documents to reduce
potential impacts on traffic and to homeowners during construction. Construction is scheduled to
begin in April 2024 and is anticipated to be completed within 55 working days following the
Notice to Proceed.
An invitation to bid was published on November 17, 2023, and posted on BidNet. Seven
responsive bids were submitted electronically and opened by Purchasing on December 7, 2023.
The results are shown below:
Company Name
R.C. Becker and Son, Inc.
Dash Construction Company
CJ Construction
Addison -Miller, Inc.
FS Contractors, Inc.
LCR Earthwork & Engineering Corp
Onyx Paving Company, Inc.
Location
Santa Clarita, CA
Woodland Hills, CA
Santa Fe, CA
Orange, CA
Sylmar, CA
Jurupa, CA
Anaheim, CA
Base Bid Amount
$544,053
$598,863
$628,803
$639,984
$648,176
$799,800
$888,000
The lowest base bid amount for this project is consistent with the engineer's estimate.
Staff recommends the contract be awarded 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. The contractor's bid was reviewed for accuracy and
conformance to the contract documents and found to be complete.
The requested construction contingency will cover the costs of unforeseen site conditions,
change order requests made by the contractor, and change orders for additional work ordered by
the City. The remaining funds will provide for construction support such as surveying, tree
maintenance, project management, labor compliance, and miscellaneous administrative costs.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds are available in expenditure accounts M0152264-516101 (Measure R Fund), and
D0004233-516101 (TDA 8 Fund) to support the recommended contract and project
administrative costs.
ATTACHMENTS
Locations List
Bid Proposal R.C. Becker and Son, Inc. (available in the City Clerk's Reading File)
Page 2
Packet Pg. 52
9.a
CanyonLWntry
1
30429
Abelia Road
46
29218
Poppy Meadow Street
2
19703
Aldbury St
47
29355
Poppy Meadow Street
3
27825
Audrey Ct
48
27132
Red Maple Court
4
28114
Bakerton Avenue
49
27132
Red Maple Court
5
28234
Bakerton Avenue
50
15733
Rosehaven Lane
6
27112
Bonlee Avenue
51
29156
Sand Canyon Road
7
27920
Calypso Ln
52
29302
Snapdragon Place
8
29364
Canyon Rim Place
53
19525
Steinway St
9
18615
Cedar Valley Way
54
19708
Steinway St
10
20332
Cedarcreek Street
55
30015
Sunridge Place
11
20326
Cedarcreek Street
56
30425
Sunrose Place
12
17339
Coast Redwood Lane
57
30233
Sunrose Place
13
14821
Daffodil Avenue
58
26630
Swan Lane
14
18803
Delight Street
59
28126
Thorley Ct
15
28107
Dowell Dr
60
29604
Wistaria Place
16
28289
Enderly St
ADA
21500
Winterset Drive
17
28241
Enderly St
ADA
19855
Meryhill Street
18
27465
English Ivy Lane
ADA
19124
Sierra Estates Dr
19
27456
English Ivy Lane
ADA
19863
Steinway St
20
20141
Ermine St
21
20146
Ermine St
22
20124
Ermine St
23
20032
Ermine St
24
20032
Ermine St
25
19029
Fairweather Street
26
28145
Florence Ln
27
19508
Four Oaks St
28
26142
Friendly Valley Pkwy
29
27536
Glasser Ave
30
29567
Abelia Road
31
14515
Grandifloras Road
32
30341
Honeysuckle Hill Dr
33
28228
Hot Springs Ave
34
18504
Ironshire Street
35
Jakes Way
36
Jakes Way
37
19847
Keaton St
38
18717
Kimborough Street
39
28118
Langside
40
19762
Merryhill St
41
29453
N Sequioa Road
42
14911
Narcissus Crest
43
27803
Northbrook Ave
44
27902
Oakgale Avenue
45
19342
Old Friend Rd
0
O
W
IL
z
O
i=
H
J
m
Q
x
w
W
w
F-
LU
Q:
U
z
O
U
v
N
A
N
0
N
Y
J
c
0
r
c�
0
J
r
c
0
E
t
c�
r
r
Q
Packet Pg. 53
9.a
Newhall
61
23754
Fambrough St
62
25403
Hampton Place
63
Railroad Avenue (1)
64
Railroad Avenue (2)
65
Railroad Avenue (3)
66
Railroad Avenue (4)
67
Railroad Avenue (5)
68
Railroad Avenue (6)
69
Railroad Avenue (7)
70
Railroad Avenue (8)
71
Railroad Avenue (9)
72
Railroad Avenue (10)
73
Railroad Avenue (10)
74
Railroad Avenue (11)
75
Railroad Avenue (1)
76
Railroad Avenue (2)
77
Railroad Avenue (3)
78
Railroad Avenue (4)
79
Railroad Avenue (5)
80
Railroad Avenue (6)
81
Railroad Avenue (7)
82
Railroad Avenue (8)
83
Railroad Avenue (9)
Saugus
84
21811
Agajanian Dr
104
Hob Ave and Pin Court
85
21134
Altena Drive
105
19817
Lanfranca Drive
86
21218
Altena Drive
106
Newhall Ranch Road
87
28646
Apricot Place
107
27412
On lee Ave
88
29117
Black Pine Way
108
20101
Patricia PI
89
22922
Boxwood Lane
109
28704
Persimmon Ln
90
27135
Cabrera Avenue
110
27455
Raindance PI
91
22314
Canones Cir
111
29048
Raintree Lane
92
28938
Canyon Oak PI
112
27638
Santa Clarita Rd
93
27359
Catala Ave
113
27817
Santa Clarita Rd
94
28848
Deodar Place
114
27611
Santa Clarita Rd
95
29101
Discovery Ridge Drive
115
27404
Seco Cyn Road
96
27227
Elias Ave
116
29073
Seco Cyn Road
97
28805
Elm Court
117
28885
Shadow Valley Lane
98
28402
Fig Court
118
28824
Silkwood Ct
99
27362
Garza Drive
119
29149
Summer Oak Place
100
21625
Grovepark Dr
120
29141
Summer Oak Place
101
28602
Haskell Canyon Road
121
20606
Susan Ruth St
102
28460
Haskell Canyon Road
122
20347
Tamara PI
103
Hob Ave and David Way
0
O
W
a
z
O
p
Q
H
J
m
Q
x
w
W
w
F-
LU
U
z
O
U
Iq
N
M
N
0
N
Y
J
c
0
r
c�
0
J
r
c
m
E
M
c�
r
r
Q
Packet Pg. 54
9.a
MR Valencia
123
27600
Cypress Ridge Cir
164
24176
Reyes Adobe Way
124
28119
Angelica PI
165
23957
Sarda Rd
125
28119
Angelica PI
166
Tesoro Del Valle
126
29194
Benardo Way
167
23701
Via Andorra
127
28510
Calex Drive
ADA
25429
Avenida Cappela
128
Casa Luna Place and
Tesoro Del Valle
ADA
23903
Via Aranda
129
23504
Hearthside Court
130
23882
Copper Hill Dr
131
26848
Cuatro Milpas Street
132
24449
Gable Ranch Lane
133
26310
Goldcrest Drive
134
26310
Goldcrest Drive
135
29312
Hacienda Ranch Court
136
29200
Las Brisas Rd
137
29303
Las Brisas Rd
138
29200
Las Brisas Rd
139
McBean Pkwy NB
(between Baywood and
Newhall Rnch Rd)
140
23836
Mission Puebla
141
27947
Palmetto Ridge Drive
142
27941
Palmetto Ridge Drive
143
24274
Palo Verde Dr
144
23805
Rio Ranch Way
145
23864
Rio Ranch Way
146
23233
Sageview Ct
147
23728
Stoney Creek Road
148
29267
Las Palmas Court
149
Tesoro Del Valle and
Rancho Tesoro
150
Valencia Blvd
151
25979
Via Catalina
152
29353
Via Milagro
153
29309
Via Milagro
154
28632
Vista Del Rio Drive
155
26401
Bouquet Canyon Road
156
27554
Courtview Dr
157
26837
Palacete Dr
158
23542
Silverhawk PI
159
27011
Vista Encantada
160
23350
Beaumont Street
161
27858
Bloomfield Ct
162
Dickason and Smyth
163
26832
Marina Point Lane
a
O
W
IL
z
O
i=
Q
H
J
m
Q
x
w
W
w
w
W
U
z
O
U
v
N
M
N
O
N
J
c
0
r
c�
U
0
J
r
c
m
E
t
U
Q
Packet Pg. 55
NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-D0004
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.
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
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.
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 andwith 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 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.
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.
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 priorto 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 above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature: Date: 12-7-23
1,74
Printed Name: John Becker, President
PROPOSAL FORM
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-DO004
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: R.C. Becker & Son, Inc.
Company Address: 28355 Kelly Johnson Pkwy
Santa Clarita, CA 91355
Phone:
(661) 259-4845
Email:
JBECKER@RCBECKER.COM
By:
John Becker
Print Name
Title:
President
Signature:
Date:
12.7-23
BID SCHEDULE
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-D0004
City of Santa Clarita, California
Fill out this form completely and submit with the bid response. Line item pricing must be
entered on BidNet. In the event any mathematical discrepancies are found, please refer to
Section B, Bid Instructions.
The award of contract, if made, will beto 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.
ITEM
DESCRIPTION
QTY
UNIT
UNIT PRICE
TOTAL
NO.
1.
Mobilization
1
LS
$14,815.00
$14,815.00
2.
Traffic Control
1
LS
$30,404.40
$30,404.40
3.
Implementation of Best Management
1
LS
$7 454.93
$7 454.93
Practices
4
Removal and Replacement of 4" Portland
27,844
SF
Cement Concrete Sidewalk
$11.15
$310,460.60
Removal and Replacement of 4"
5
Residential Driveway Approach
3,260
SF
$13.94
$45 444.40
Removal and Replacement of 6"
6
214
SF
$45.81
$9,803.34
Commercial Driveway Approach
7.
Removal and Replacement of 6" Portland
86
LF
Cement Concrete Curb & Gutter
$146.17
$12,570.62
8
Removal and Replacement of 8" Portland
114
LF
$116.50
$13 281.00
Cement Concrete Curb & Gutter
9.
Removal and Reconstruction of PCC ADA
10
EA
Ramp
$3,990.27
$39,902.70
10.
Removal and Replacement of PCC Spandrels
2,705
SF
$22.15
$59,915.75
and Cross Gutter
TOTAL BASE BID AMOUNT: $544,052.74
TOTAL BASE BID AMOUNT IN WORDS:
Five Hundred Forty Four Thousand Fifty Two Dollars and Seventy Four Cents
BIDDER'S INFORMATION AND CERTIFICATION
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-D0004
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 Pkwy, Santa Clarita, CA 91355
Telephone No.: (661) 259-4845
State CONTRACTOR's License No. & Class: 258762 / A
�. � ilfli 1•:
Original Date: 12/18/1968
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:
John Becker - President - 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 - (661)259-4845
Randy Becker - Vice President - 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 (661)259-4845
Lorraine Martinez - Secretary - 28355 Kelly Johnson Pkwy, Santa Clarita, 91355 (661)259-4845
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest
in this proposal was an owner, corporate officer, partner orjoint venture are as follows:
None
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this
proposal are as follows:
None
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals
of all aforementioned principals this 7th day of 20 23 .
December
BIDDER:
Signature
John Becker, President
Name and Title of Signatory
R.C. Becker & Son, Inc.
Legal Name of Bidder
28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355
Address
661) 259-4845 95-2567499
Telephone Number Federal Tax I.D. No.
CERTIFICATION OF NON -SEGREGATED FACILITIES
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-D0004
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 priorto the award of subcontracts exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity clause, and that it will retain such certifications iri its files.
R.C. Becker & Son, Inc. X
John Becker, President
Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor —
32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065).
DESIGNATION OF SUBCONTRACTORS
Bid # 23-24-MO152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-D0004
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
Austin Enterprise �10000011896
DIR Registration No.*
Dollar Value of Work
$15,080.45
Location and Place of Business
P.O. Box 81926, Bakersfield CA, 93380
Bid Schedule Item No's:
4-10
Description of Work
Saw Cut(s)
License No.
764893
Exp. Date: 6 / 30 / 25
Phone 061) 589-1001
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 ( )
NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the
Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and
qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to
submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract
Code, provided the BIDDER is registered to perform public work pursuant to Section 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.
RFrFRFNfFC
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-D0004
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 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
Contract Amount
Gap Closure Project 2/16/2022
Type of Work Date Completed
2. City of Santa Clarita - 23920 Valencia Blvd., Santa Clarita, CA 91355
Name and Address of Owner / Agency
Leslie Frazier - (661) 286-4172
Name and Telephone Number of Person Familiar with Project
$688,647.00
Contract Amount
Circulation Improvement 4/24/23
Type of Work Date Completed
3. City of Taft - 209 E. Kern Street, Taft, CA 93268
Name and Address of Owner / Agency
Juan Pantoga - (661) 568-4641
Name and Telephone Number of Person Familiar with Project
$364,008.63 Pedestrian Safety Enhancements 6/6/2023
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:
Broker: Tim Tomko, Alliant Insurance Services, Inc. 333 S. Hope St., STE 3750, Los Angeles, CA 90071 - (213) 443-2473
Surety: Fidelity and Deposit Company of Maryland, 777 S. Figueroa St., Los Angeles, CA 90017 - (213) 443-2476
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-D0004
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.
NON -COLLUSION AFFIDAVIT
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-DO004
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA j
COUNTY Of LOS ANGELES )
John Becker being first duly sworn deposes and says that he/5+,fe 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.
i?
Bidder:
Signature
Title John Becker, President
c
BIDDER'S BOND
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-D0004
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
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: 2023-24 Concrete Rehabilitation Program
Bid No. 23-24-M0152-D0004
Project No. M0152-D0004
i -
Bidder's Signature
R. C. Becker & Son, Inc,
CONTRACTOR/BIDDER
28355 Kelly Johnson
Address
Santa Clarita, CA 91355
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.
PROPOSAL GUARANTEE BID BOND
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-DO004
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, thi
14th Day of November 2023.
CONTRACTOR: John Becker, President
SURETY*:
Name and Title of Signatory 1Z "Signature
R.C. Becker & Son, Inc.
Legal Name of Bidder
28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355
Bidder Address
(661) 259-4845 95-2567499
Telephone Number Federal Tax I.D. No.
-5detWq-Xnd,Deposit Company 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.
Surety signature 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 11/28/2023
before me,
Tatum Michelle Flanagan, Notary Public
(insert name and title of the officer)
personally appeared John Becker
who proved to me on the basis of satisfactory evidence to be the persons} whose name( -a} is/afe
subscribed to the within instrument and acknowledged to me that he4heAhey executed the same in
hisA4e#*eif authorized capacity#ee}, and that by his 4e th& signatureW on the instrument the
person(e}, 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.
�iY.N&�i
TATUM MICHELLE FLANAGAN
Notary Public - California
WITNESS my hand and official seal. Los Angeles Count � Commission # 2
*1MY Comm. Expires Nov 22, 2026
Signature (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 j
ss
County of Los Angeles 1
On i Ll „' j2before me, Lisa L. Thornton, Notary Public, personally
appeared Maria Pena, who proved to me on the basis of satisfactory evidence to be the
person(&} whose name{ isfa�e subscribed to the within instrument and acknowledged to me
that 4e�sheA4ey executed the same in 4j-,/her/theiF authorized capacity4s3, and that by
4+s/herA4e4 signature(s4 on the instrument the person(s4, 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.
(Seal)
Toti
Lis", L. TN0;u(
�''"._°ter"F„ NatarY Public. Eaiifornia
Los Angeles �C2449540
mission 5 20 cflm 27
Signature:
Lisa ornt otary Pq�Iic
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 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 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 Seats 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.
i< " SEAL
a rOYa 4) 3 aM
0
A
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
C�p,LthL �
By.- Dawn 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 some, and being by me duly sworn, deposeth and saith, that helshe 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.
\iNlri!'rrrr
CX
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2023
rrrnuSN���
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomevs-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,
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
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: "'Ibat 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 IOth 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 k {1)� 01, Dave hereunto subscribed my name and affixed the corporate seals of the said Companies,
this day of I �l U Y�j/
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.reportsfelaims&urichna.com
800-6264577
BIDDER'S QUESTIONNAIRE
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-D0004
City of Santa Clarita, California
1. Submitted by: R.C. Becker & Son, Inc. Telephone: (661) 259-4845
Principal office address: 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355
2. Type of Firm:
❑ C Corporation
Q S Corporation
❑ Individual/Sole Proprietor or Single —Member LLC
❑ Partnership
O Limited Liability Company "C" C-Corp
O Limited Liability Company "S" S-Corp
O Limited Liability Company "P" Partnership
❑ 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.
4.
BIDDER'S QUESTIONNAIRE (cont'd)
Bid #23-24-M0152-D0004
2023-24 Concrete Rehabilitation Program
City Project No. M0152-D0004
City of Santa Clarita, California
Name of person holding CONTRACTOR's license: John Becker
License number: 256795
D.I.R. Registration #
Class: A Expiration Date: 06/30/2025
i1/11 1•.
5. CONTRACTOR's Representative: Vince Tellez
Title: Chief Estimator
Alternate: Liz Johnson
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: 5100 E. Avenue S, Palmdale, CA 93552
Type of Project: Park Improvements
B.
Owner: City of Santa Clarita
Project Location: Drayton & Springbrook, Santa Clarita, CA
Type of Project: Street Improvements
C.
Owner: William S. Hart Union School District
Project Location: 24825 Newhall Avenue, Santa Clarita, CA 91321
Type of Project: School Improvements