Loading...
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