Loading...
HomeMy WebLinkAbout2024-04-23 - AGENDA REPORTS - CIRCULATION IMPROV PGM PHASE III PROJ C0072O Agenda Item: 8 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: April 23, 2024 SUBJECT: CIRCULATION IMPROVEMENT PROGRAM, PHASE III, PROJECT C0072 - PLANS, SPECIFICATIONS, AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: Approve the plans and specifications for the Circulation Improvement Program, Phase III, Project C0072. 2. Find the Circulation Improvement Program, Phase II1, project exempt from review under the California Environmental Quality Act pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301. 3. Award the construction contract to R.C. Becker, Inc., in the amount of $2,535,562 and authorize a contingency in the amount of $380,334, for a total contract amount not to exceed $2,915,896. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Circulation Improvement Program, Phase III, project will modify medians, pavement, and striping to enhance circulation at the following five intersections: McBean Parkway and Newhall Ranch Road, Valley Center Drive and Golden Valley Road, Soledad Canyon Road and Golden Oak Road, Copper Hill Drive and Rio Norte Drive, and Copper Hill Drive and Newhall Ranch Road, as shown on the attached Location Map. Page 1 Packet Pg. 44 O In anticipation of ongoing and future development in and around the City of Santa Clarita (City), and overall traffic increases, circulation improvement projects are needed to increase intersection capacity and maintain traffic flow in the City. The proposed improvements include modifications to raised center medians to accommodate a northbound triple left -turn lane configuration on McBean Parkway at Newhall Ranch Road, an extension of the existing acceleration lane for southbound right -turning traffic from Golden Valley Road onto westbound Valley Center Drive, a bus stop relocation on Soledad Canyon Road and Golden Oak Road, an extension of the existing westbound left -turn lane on Copper Hill Drive at Rio Norte Drive, and an eastbound triple left -turn lane configuration on Newhall Ranch Road at Copper Hill Drive. The modifications are based on staff s analyses of traffic volumes and observations of traffic patterns at the selected intersections. This project supports the Sustaining Public Infrastructure theme of the City of Santa Clarita's five-year strategic plan, Santa Clarita 2025. The Circulation Improvement Program, Phase III, project is not subject to California Environmental Quality Act (CEQA) review pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301, which exempts from CEQA review, projects that consist of the operation, repair, maintenance, safety improvements, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographical features, involving negligible or no expansion of existing or former use. Examples include, but are not limited to, existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities. This project meets the criteria for this exemption because the Circulation Improvement Program, Phase III, project will be performing minor alterations and safety improvements to existing streets, medians, and other public facilities. An invitation to bid was prepared and published twice on February 13 and 20, 2024, and was posted on BidNet. One bid was submitted to the City and opened by Purchasing on March 13, 2024. The results of the bids are shown below: Company Location R.C. Becker, Inc. Santa Clarita, CA Bid Amount $2,535,562 Due to the volatile bidding environment and high construction activity throughout Southern California, the City has experienced receiving fewer project bids. Staff followed up with the plan holders to assess why they did not bid on the project. The feedback included some contractors expressing conflicts with existing project schedules, while others highlighted difficulties in securing subcontractors for bidding due to their full schedules. Staff recommends awarding the construction contract to R.C. Becker, Inc. Staff evaluated the bid and found it to be responsive and responsible. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it to be complete. The bid proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. The requested construction contingency will cover the cost of unforeseen site conditions such as potential utility conflicts and fees, abandoned utilities not shown in record drawings, field adjustments, additional work requested by the City, and unanticipated costs associated with Page 2 Packet Pg. 45 O nighttime work. ALTERNATIVE ACTION Other actions as determined by the City Council. FISCAL IMPACT Adequate funds are available in project expenditure accounts C0072229-516101 (Misc Federal Grants Fund), C0072233-516101 (TDA Article 8 - Street and Road Fund), and C0072306- 516101 (Developer Fees Fund) to support the recommended contract and associated project costs. ATTACHMENTS Location Map Bid Proposal for R.C. Becker, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 46 8.a COPPER HILL DR DECORO DR (D"'�Ilklk�li9/v 1?9 0-\ G00 OF SpNTq C� 9 U 9 ec[MefP�9e City Of SANTA CLARITA N Location Map for A Circulation Improvement Program Feet Phase III, Project C0072 0 1,500 3,000 Legend ( Project Location City of Santa Clarita I i I Street centerlines developed & maintained by City of Santa Clarita GIS The City of Santa Clarita does not warrant the accuracy of the data and assumes no liability for any errors or omissions. Map prepared by: City of Santa Clarita GIS Division 1 McBean Parkway and Newhall Ranch Road Valley Center Drive and Golden Valley Road Soledad Canyon Road and Golden Oak Road Copper Hill Drive and Rio Norte Drive Copper Hill Drive and Newhall Ranch Road 2 3 4 5 Q:\PROJECTS\PW\240226a1\C0072 Phase III 1 �NVPLLEY RD �O 00 Q� 2 m U MAO/C MO � t"V74 v �yF kwY SOLEDAD CANYON RD o� 0 p'o 90 3 D r A O O v m Packet Pg. 47 1 PROPOSAL FORM Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Ciarita, 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 Inc. Company Address: 28355 Kelly Johnson Pkwy. Santa Clarita, CA 91355 Phone: (661) 259-4845 Email: LMARTINEZ@RCBECKER.COM By: Lorraine Martinez Print Nome Title: Secretary Signature: A" - Date: 3/13/24 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 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 CGS 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. 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. 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 and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The polity 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 oropertv 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 Liabilitv 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 prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: -Date: 3/13/24 Printed Name: Lorraine Martinez - Secreta RID SCHEDULE Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 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 be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1 Mobilization/Demobilization 1 LS $ $ 237,216.71 2. Water Pollution Control, Implementation and Maintenance of BMPs 1 LS $ 9,803.34 $ 9,803.34 3 Construction Survey 1 LS $ 36,600.00 $ 36,600.00 4 Traffic Control 1 LS $192,167.91 $ 192,167.91 5. Clearing, Grubbing, and Removals (Except Hardscape) 1 Ls $ 38,571.00 $ 38,571.00 6 Sawcut Pavement 2,825 LF $ 9.36 $ 26,442.00 7. Remove Asphalt Concrete Pavement 5,363 SF $ 14.46 $ 77,548.98 8 Remove PCC Median Stamped Concrete 9,097 SF $ 2.16 $19,649.52 9 Remove PCC Curb and Gutter 2,694 LF $ 13.07 $ 35,210.58 10. Remove PCC Mow Curb 65 LF $ 14.94 $ 971.10 11. Grind Existing Bolts and Patch Sidewalk 1 LS $ 1,720.78 $ 1,720.78 12 Remove Striping 8,985 LF $ 1.33 $ 11,950.05 13. Remove Pavement Marking 26 EA $ 280.60 $ 7,295.60 14. Remove Sign Only 22 EA $122.00 $ 2684.00 15. Remove Sign and Post 5 EA $ $ 915.00 16. Remove Traffic Signal Pull Box 1 EA $ $ 1,830.00 17 Cold Mill AC Pavement and Remove 27,084 SF $ 1.87 $ 50,647.08 18 AC B PG 64-10 (Base Course) 479 TON $ 237.72 $113,867.88 19 AC C2 PG 64-10 (Finish Course) 473 TON $ 255.59 $120,894.07 20 AC to match existing thicknesses 105 SF $ 96.87 $10,171.35 21 PCC Median Stamped Concrete 5,387 SF $ 22 79 $ 122,769.73 22 PCC Curb and 1' Gutter (Type A2-6) 480 LF $ 67.56 $ 32,428.80 23 PCC Curb and 1' Gutter (Type A3-6) 982 LF $ 79.15 $ 77,725.30 24 PCC Curb and 1' Gutter (Type A3-8) 480 LF $ 71.38 $ 34,262.40 25 PCC Curb (Type A1-6) 680 LF $ 74.86 $ 50,904.80 26 PCC Curb (Type A1-8) 25 LF $ 172.12 $ 4,303.00 27 4" Thick PCC Sidewalk 80 SF $ 61.69 $ 4,935.20 28 Adjust Irrigation System 1 LS $ 11,144.70 $ 11,144.70 29 Concrete Pavers 2,637 SF $115.93 $ 305,707.41 30. Crushed Aggregate Base 745 CY $ 200.38 $149,283.10 31. Crushed Aggregate Base to Match Existing Thickness 105 SF $ 50.86 $ 5,340.30 32 Refresh Existing Striping 2,034 LF $ 2.44 $ 4,962.96 33. Install Pavement Marking "No Trucks" 10 EA $ 427.00 $ 4,270.00 34. Install Type IV Arrow - Caltrans STD. Plan A24A 39 EA $ 122.00 $ 4,758.00 35. Refresh Existing Pavement Markings 5 EA $ 854.00 $ 36. Install 12" White Limit Line 133 LF $ $ 973.56 37 Install 6" White Intersection Lane Line 768 LF $ 3.23 $ 2,480.64 38 Install 12" White Chevron 291 LF $ 7.32 $ 2,130.12 39. Install 6" White Lane Line With Markers (Caltrans Detail 12) 4,710 LF $ 1.83 $ 8,619.30 40. Install 6" Yellow Left Edge Line (Caltrans Detail 24) 3,218 LF $ 1.83 $ 5,888.94 41. Install 6" White Right Edge Line (Caltrans Detail 27B) 621 LF $1.83 $ 1,136.43 42. Install Double Yellow Median Striping (Caltrans Detail 29) 65 LF $ 7.32 $ 475.80 43. Install 8" White Lane Drop Line (Caltrans Detail 37B) 238 LF $ 10.37 $ 44. Install 8" White Channelizing Line (Caltrans Detail 38) 2,005 LF $ 1.83 $ 3,669.15 45. Install 8" White Channelizing Line (Caltrans Detail 38A) 2,852 LF $1.83 $ 5,219.16 46. Install 6" White Lane Line Extension (Caltrans Detail 40) 1,658 LF $ 1.83 $ 47 Furnish and Install Sign Only 24 EA $ 305.00 $ 7,320.00 48 Furnish and Install Sign and Post 10 EA $ 488.00 $ 4,880.00 49 Traffic Signal Modifications 1 LS $ 368,144.26 $ 368,114.26 50. Over -excavation and Recompaction Operations 318 Cy $ 19.76 $ 6,283.68 51. Cap Existing Irrigation Mainline 1 LS $1,903.20 $1,903.20 52 Quick Coupler 9 EA $ $ 4,062.60 53. Gate Valve 2 EA $455.06 $ 910.12 54. Flush Valve 40 EA $113.46 $ 4,538.40 55. Furnish and Install Irrigation Pull Box 8 EA $164.70 $ 56. Ball Valve 17 EA $ 297.68 $ 5, 060.56 57 1" Remote Control Valve 14 EA $610.00 $ 8,540.00 58 1-1/4" Remote Control Valve 1 EA $ 780.80 $ 780.80 59 1-1/2" Remote Control Valve 2 EA $793.00 $ 1,586.00 60. 2" Mainline (Sch. 40 PVC) 1,091 LF $ $ 30,613.46 61. 1-1/2" Lateral Line (Sch. 40 PVC) 46 LF $9.27 $426.42 62 1-1/4" Lateral Line (Sch. 40 PVC) 214 LF $8.78 $1,878.92 63. 1" Lateral Line (Sch. 40 PVC) 74 LF $8.17 $ 64. 3/4" Lateral Line (Sch. 40 PVC) 3,956 LF 7.69 $ $ 30,421.64 65. 3/4" UV -Resistant Lateral Line (Sch. 40 PVC) 95 LF $4.51 $ 428.45 66. Tree & Shrub Bubblers 163 EA $ 37.82 $ 6,164.66 67 Shrub Stream Bubblers 335 EA $ 42.70 $14,304.50 68 Directional Bore for new sleeve 190 LF $ $ 9,272.00 69 Class 315 pipe/wire sleeve 190 LF $ 18.30 $ 3,477.00 70 Moisture/Root Barrier (HDPE) 1,860 LF $ 17.08 $ 31,768.80 71. Planting Area Soil Preparation & Amendments (including testing of import soil) 10,346 SF $ .43 $ 72. Protection of Existing Trees to remain (incl. watering of those trees) 16 EA $ 112.24 $ 1,795.84 73 Trees - 24" Box 25 j EA $ 750.30 $ 18,757.50 74 Trees 15 Gallon 6 EA $ 268.40 $ 1,610.40 75 Shrubs 5 Gallon 427 EA $ 42.70 $ 18,232.90 76 Shrubs 1 Gallon 466 EA $ 21.96 $ 10,233.36 77 Planting Area Fine Grading 10,346 SF $1.63 $ 16,863.98 78 3" Organic Mulch 96 CY $ 245.87 $23,603.52 79. First 90 days of Plant Maintenance and Establishment Period (Day 1 to Day 90) 10,346 SF $ 2.38 $ 24,623.48 80. Second 90 days of Plant Maintenance and Establishment Period (Day 91 to Day 180) 10,346 SF $ 2.07 $21,416.22 TOTAL BASE BID AMOUNT: $ TOTAL BASE BID AMOUNT IN WORDS: sixty-one dollars and fifty-eight cents BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 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 Inc. Business Address: 28355 Kelly Johnson Pkwy., Santa Clarita, CA 91355 Telephone No.: (661) 259-4845 State CONTRACTOR's License No. & Class: 258762 / A 1 . Mot boo 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 CA 91355 (661) 259-4845 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: None All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NIA IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 13th day of March 2024 . Lorraine Martinez - Secretary Name and Title of Signatory R.C. Becker 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. BIDDER'S QUESTIONNAIRE Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California 1. Submitted by: R.C. Becker Inc. Telephone: (661) 259-4845 Principal Office Address: 28355 Kelly Johnson Pkwy., Santa Clarita, CA 91355 2. Type of Firm: ❑ C Corporation 42 S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 12/18/1968 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: Randy Becker 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. 9 BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California Name of person holding CONTRACTOR's license: John Carl Becker License number: 25$762 Class: A Expiration Date: 6/30/25 D.I.R. Registration # 1000001096 S. CONTRACTOR's Representative: Title: Chief Estimator Alternate: Liz Johnson Title: Bid Coordinator Vince Tellez 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: Street Improvements B. Owner: City of Santa Clarita Project Location: Drayton & Springbrook, Santa Clarita, CA 91350 Type of Project: Street Improvements C. Owner: William S. Hart Union School District Project Location: 24825 Newhall Ave., Santa Clarita, CA 91321 Type of Project: School Improvements CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. R.C. Becker Inc. X BIDDER Lorraine Martinez - Secretary 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 # CIP-23-24-CO072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 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: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Austin Enterprise 1000001896 $14 452.55 Age of firm: DBE: Yes No Annual Gross Receipts: 25 Years Certifying Agency: CAUCP Under 5M Location and Place of Business P.O. Box 81926 Bakersfield CA 93380 Bid Schedule Item No's: Description of Work 6, 8-9 Saw Cutting License No. Exp. Date: / / Phone ( ) 764893 6/30/2025 (661) 589-1001 Subcontractor DIR Registration No.* Dollar Value of Work Dirty Deedz Dumping 1000434388 $26,447.40 Age of firm: DBE: Yes No Annual Gross Receipts: 7Years Certifying Agency:CAUCP 3M Location and Place of Business 3701 W. Santa Rosalia Dr., #1004, Los Angeles, CA 90008 Bid Schedule Item No's: Description of Work 7-11 Dump Truck Rental License No. Exp. Date: / / Phone ( ) N/A N/A (714) 614-2257 Subcontractor DIR Registration No.* Dollar Value of Work Chrisp Company 1000000306 $80,596.30 Age of firm: DBE: Yes No Annual Gross Receipts: 56 Years Certifying Agency: N/A 105M Location and Place of Business 43650 Osgood Rd., Fremont, CA 94539 Bid Schedule Item No's: Description of Work 4 12-15 32-48 Striping License No. Exp. Date: / / Phone ( ) 374600 5/31/2025 (510) 656-2840 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. DESIGNATION OF SUBCONTRACTORS Bid # CIP-23-24-CO072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 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: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work American Landscape 1000005457 $241,418.82 Age of firm: DBE: Yes No Annual Gross Receipts: 50 Years Certifying Agency: N/A 60M Location and Place of Business 7013 Owensmouth Ave., Canoga Park, CA 91303 Bid Schedule Item No's: Description of Work 28, 51-78 Landscaping License No. Exp. Date: / / Phone ( ) 288229 1 /31 /2025 (818) 999-2041 Subcontractor DIR Registration No.* Dollar Value of Work Hunsaker & Associates 1000008697 $25,078.00 Age of firm: DBE: Fe-sl No Annual Gross Receipts: 30 Years Certifying Agency: CAUCP 10M Location and Place of Business 26074 Ave. Hall Suite 23, Valencia, CA 91355 Bid Schedule Item No's: Description of Work 3 Survey License No. Exp. Date: / / Phone ( ) N/A N/A (661) 294-2211 Subcontractor DIR Registration No.* Dollar Value of Work Comet Electric 1000005203 $336,925.00 Age of firm: DBE: Yes ® Annual Gross Receipts: 31 years Certifying Agency: N/A 10M Location and Place of Business 21625 Prairie St., Chatsworth, CA 91311 Bid Schedule Item No's: Description of Work 16,49 Electrical License No. Exp. Date: / / Phone ( ) 681827 12/31 /2025 (818) 340-0965 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. DESIGNATION OF SUBCONTRACTORS Bid # CIP-23-24-CO072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 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: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor Granstrom Masonry, Inc. DIR Registration No.* 1000004794 Dollar Value of Work $226,782.00 Age of firm: 33 Years DBE: Yes No Certifying Agency: N/A Annual Gross Receipts: $4.5 M Location and Place of Business P.O. Box 7041, Torrance, CA 90504 Bid Schedule Item No's: 29 Description of Work Pavers License No. 629489 Exp. Date: / / 9/30/2025 Phone ( ) (310) 327-2527 Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: DBE: Yes No Certifying Agency: Annual Gross Receipts: 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 Age of firm: DBE: Yes No Certifying Agency: Annual Gross Receipts: 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. RrrrPrmfFC Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. City of Lancaster - 44933 Fern Ave., Lancaster, CA 93534 Name and Address of Owner / Agency Vickie Zhao - (661) 945-6869 Name and Telephone Number of Person Familiar with Project $5,774,972.42 Pedestrian Improvements 4/30/21 Contract Amount Type of Work Date Completed 2. City of Palmdale - 38300 Sierra Hwy., Palmdale, CA 93550 Name and Address of Owner / Agency David Wu - (661) 267-5300 Name and Telephone Number of Person Familiar with Project $7,053,968.85 Gap Closure 4/16/21 Contract Amount Type of Work Date Completed 3 City of Lancaster - 44933 Fern Ave., Lancaster, CA9 3534 Name and Address of Owner / Agency Angela Bravo - (661) 723-6114 Name and Telephone Number of Person Familiar with Project $1,259,736.64 Highway Improvements 8/31/23 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 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa C/arita, California This bidder R.C. Becker Inc. proposed subcontractor N/A hereby certifies that it has x has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has x has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: R.C. Becker Inc. By: AU6" Title: Lorraine Martinez - Secretary Date: 3/13/24 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 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 #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA } COUNTY OF LOS ANGELES } Lorraine Martinez being first duly sworn deposes and says that he/she is the Secretary (sole owner, a partner, president, etc.) of R.C. Becker Inc. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Sib4ateurve Title Lorraine Martinez - Secretary PROPOSAL GUARANTEE BID BOND Bid #CIP-23-24-CO072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santo 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 10% City of Santa Clarita, as CITY, in the penal sum of Amount Bid dollars ($ �, which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 14th Day of February 20 24 CONTRACTOR: CW)rrm i6 & M—Ic I r rr? SURETY*: Name and Title of Signatory R.C. Becker and Son, Inc. Legal Name of Bidder 28355 Kelly Johnson Pkwy., Santa Clarita , CA 91355 Bidder Address 661-259-4845 Telephone Number posit Company of Maryland aria Pena Attorney -in -Fact 213-443-2476/mpena@alliant.com Phone Number and Email 95-2567499 Federal Tax I.D. No. 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 signatures must be notarized prior to submittal. a,j so qu;,Qqlq) sup PC U"wOyT">n POKSU pn a sup' WE Jon its", PtIU*rt'% -iWll Pn ......... . im Own "Imm" 0. Ojol puqu pac ;y jyGA - 3a -Y jpy ;wpqV Onq V;s * rp.. IQ PLO M! 011 � F r . . Q. VIDIA is :Ion mpi pq le wjq' momy! C. 442 Smurhq suy "Twy PR fo MA pt A": I&JAMG5 ly, "WNIT 4y§ Ry wAny, muo py Pon bw_ w�-. my cm. v Sy jjj,' (ph JAKi no'n Ojq quq pyu— P 140 1 NVO (pli A look,, MO. CA A!- 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 orvalidity of that document. State of California ) ss County of Los Angeles ) On _ , before me, Noemi Quiroz Notary Public personally appeared Maria Pena who proved to me on the basis of satisfactory evidence to be the persons} whose name{} is/a-Fe subscribed to the within instrument and acknowledged to me that hoshe4hey executed the same in 4is�her#4e# authorized capacity, and that by #is/here+f signatures} on the instrument the person{-s-}, or the entity upon behalf of which the person(4 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) =..... a NOEMi QlblftoZ Public California 4 x Notary Los Angeles County Commission # 2454935 r My Comm. Expires Jul 25, 2027 Signature: MO� Noemi Quiroz, Notary Public ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companiest1), 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 Ely -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of September, A.D. 2019. 0�8 :, o ." AL ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President t"`"�..-JGUIhG 4 IdWYti_. By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 23rd of September, 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that 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. �1,pulgi,`' Constance A Dunn, Notary Public My Commission Expires: July 9, 2023 tt71111111�, EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, 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 I5th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of D 461 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.reportsfciaims@zurichna.com 800-626-4577 California All -Purpose Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles Onlb aq before me, Jackie GaceresPerpz Notary Pi ihlir, Name of Noter Public, Title personally appeared �� �M1,Q ( db"Ab who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to be within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. JACKIE CACERE5l Notary Public - California Witness my hand and official seal. Las Angeles County Commission # 2427938 My Comm. Expires Doc 19, 2026 Ignature o o ary Pubfic Seal OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment on unauthorized document and may prove useful to persons relying on the document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a !�>r op- st4 �D(&ra_r1+ex_ 1) i cL Tj,-.)Wcd Title or description of Document containing,pages, and dated_ 11-Ifgj�!t By: b rr a 1 (\�L rLY)0"e� M1B ' IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California As required by California Public Contract Code section 2204, Proposer certifies that the option checked below relating to Proposer's status in regard to the Iran Contracting Act of 2010 (Public Contract Code sections 2200 et seq.) is true and correct: Ill Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. O Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of California. Contractor R.C. Becker Inc. Firm 3/13/24 Date AAq�- Si d Lorraine Martinez - Secretary Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCURMENT) Bid #CIP-23-24-CO072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. (1) It will comply and facilitate compliance with U.S. DOT regulations, "Non procurement Suspension and Debarment," 2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," 2 CFR part 180, (2) To the best of its knowledge and belief, that its Principals and Subrecipients at the first tier: Are eligible to participate in covered transactions of any Federal department or agency and are not presently: (1) Debarred, (2) Suspended, (3) Proposed for debarment, (4) Declared ineligible, (5) Voluntarily excluded, or (6) Disqualified, b. Its management has not within a three-year period preceding its latest application or proposal been convicted of or had a civil judgment rendered against any of them for: (1) Commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction, or contract under a public transaction, (2) Violation of any Federal or State antitrust statute, or (3) Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making any false statement, or receiving stolen property, C. It is not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses listed in the preceding subsection 2.b of this Certification, d. It has not had one or more public transactions (Federal, State, or local) terminated for cause or default within a three-year period preceding this Certification, e. If, at a later time, it receives any information that contradicts the statements of subsections 2.a — 2.d above, it will promptly provide that information to FTA, f. It will treat each lower tier contract or lower tier subcontract under its Project as a covered lower tier contract for purposes of 2 CFR part 1200 and 2 CFR part 180 if it: (1) Equals or exceeds $25,000, (2) Is for audit services, or (3) Requires the consent of a Federal official, and g. It will require that each covered lower tier contractor and subcontractor: (1) Comply and facilitate compliance with the Federal requirements of 2 CFR parts 180 and 1200,and (2) Assure that each lower tier participant in its Project is not presently declared by any Federal department or agency to be: a. Debarred from participation in its federally funded Project, b. Suspended from participation in its federally funded Project, c. Proposed for debarment from participation in its federally funded Project, d. Declared ineligible to participate in its federally funded Project, e. Voluntarily excluded from participation in its federally funded Project, or f. Disqualified from participation in its federally funded Project, and (3) It will provide a written explanation as indicated on a page attached in FTA's TEAM -Web or the Signature Page if it or any of its principals, including any of its first tier Subrecipients or its Third Party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. Certification Contractor R.C. Becker Inc. Signature of Authorized Official Date 3 /13 /24 Name and Title of Contractor's Authorized Official Lorraine Martinez - Secretary CERTIFICATIONS AND RESTRICTIONS ON LOBBYING Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California 1, Lorraine Martinez - Secretary , hereby certify on behalf of R.C. Becker Inc. that: (Name of Proposer/Company Name) • No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. • If any funds other than federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form — LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including sub -contracts, sub -grants and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31 U.S. C. Section 3801, et seq., are applicable thereto. Name of Proposer/Company Name R.C. Becker Inc. Type or print name Lorraine Martinez - Secretary Signature of authorized representati __q�Date 3 13 2_/�4 Signature of notary and SEAL ticuktat CA California All -Purpose Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On ,� I 02y before me, Jackie Car,-rP_qPg=re7 C., Name of Nola Public, Title personally appeared Lc) r ra.a r\..C— ('�1 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to be within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. JACKIE CACERESRERE2 ;�No:ary PuU4ic -California m Witness m hand and official seal. _ mossos ion P 24279 _ y Cammissian !1 2427938 t AMy Comm, Expires Dec 19, 202d a natNotary Flublic Seal //1111 OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment on unauthorized document and may prove useful to persons relying on the document. Description of Attached Document TheC—c,4c.—C, preceding Certificate of Acknowledgment is attached to a Title or description of Document containing, pages, and dated b`' Local Assistance Procedures Manual N/A EXHBIT 10-Q Disclosure of Lobbying Activities EXIIIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 11.. Type of Federal Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee ❑ f. loan insurance 2. Status of Federal Action: ❑ a. bid/offer/application ❑ b. initial award ❑ c. post -award 4. Name and Address of Reporting Entity ❑ Prime ❑ Subawardee Tier . if known 3. Report Type: ❑ a. initial ❑ b. material change For Material Change Only: year quarter date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congressional District, if known Congressional District, if known 6. Federal Department/Agency: 7. Federal Program Name/Description: 8. Federal Action Number, if known: 10. Name and Address of Lobby Entity (If individual, last name, first name, MI) 12 13 15. CFDA Number, if applicable 9. Award Amount, if known: 11. Individuals Performing Services (including address if different from No. 10) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) Amount of Payment (check all that apply) 14. Type of Payment (check all that apply) S ❑ actual ❑ planned a. retainer b. one-time fee Form of Payment (check all that apply): c. commission ❑� a. cash d. contingent fee b. in -kind; specify: nature e deferred Value f other, specify Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: Yes ❑ No ❑ 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. Print Name: 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject Title: to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Telephone No.: Federal Use Only: Fn T.T.T. Rev 04-2R-OC Distribution: Orig- Local Agency Project Files Date: Authorized for Local Reproduction Standard Form - LLL Page 1 LPP 13-01 May 8, 2013 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities INSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S. C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. 11. Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 13. Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 14. Check all boxes that apply. If other, specify nature. 15. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 16. Check whether or not a continuation sheet(s) is attached. 17. The certifying official shall sign and date the form, and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SF- LLL-Instructions Rev.06-04 Page 2 LPP 13-01 May 8, 2013 BUY AMERICA CERTIFICATION (STEEL OR MANUFACTURED PRODUCTS) Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California General Requirement (as stated in 49 CFR 661.5) a. Except as provided in 49 CFR 661.7 and 49 CFR 661.11, no funds may be obligated by FTA for a grantee project unless all iron, steel, and manufactured products used in the project are produced in the United States. b. All steel and iron manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel additives. c. The steel and iron requirements apply to all construction materials made primarily of steel or iron and used in infrastructure projects such as, transit or maintenance facilities, rail lines, and bridges. These items include, but are not limited to, structural steel or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or iron used as components or subcomponents of other manufactured products or rolling stock, or to bimetallic power rail incorporating steel or iron components. d. For a manufactured product to be considered produced in the United States: 1. All of the manufacturing processes for the product must take place in the United States; and 2. All of the components of the product must be of U.S. origin. A component is considered of U.S. origin if it is manufactured in the United States, regardless of the origin of its subcomponents. If steel, iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each bidder or offeror in accordance with the requirement contained in 49 CFR 661.13(b). Certificate of Compliance with Buy America Requirements The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1), and the applicable regulations in 49 CFR part 661. Company: R.C. Becker Inc. Name: Lorraine Martine Title: Secretary of I Signature: Date: 3/13/24 Certificate of Non -Compliance with Buy America Steel or Manufactured Products Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2), as amended, and the applicable regulations in 49 C.F.R. 661.7. Company: Name: Title: Signature: Date: EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa C/arita, California This bidder R.C. Becker Inc. , proposed subcontractor I , hereby certifies that it has X has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has , has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Amer an L ndsca a Inc By: .—► �—r- David Price Title: Date: 03/13/24 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California This bidder R.C. Becker Inc. proposed subcontractor 11yf'%ZJ�`Hereby certifies that it has has not , participated in a previous contract or subcontrac subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract ompliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Title: I r V-�(('4k,/L / Date:/v? Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California This bidder R.C. Becker Inc. proposed subcontractor dl/f I,PJIT dfj hereby certifies that it has >C' has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has k., has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: lit/v1�6 (4J By: yn�6 U4rv& Title: &� OV41 r Date: s A-3 120 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California This bidder REsEtW O proposed subcontractorCipmeT- etmTrm- hereby certifies that it has ✓ , has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has , has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Cow%rT By: --FU JCa2 ay -No Title: C5T+V,P,TOe— Date: 3Z Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California This bidder R.C. Becker Inc. , proposed subcontractor Dirdy Deedz Dumping , hereby certifies that it has X , has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X , has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Dirdy Deedz Dumping By. 54&6, L Title: Sr. Contract Manager Date: 03/13/2024 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California This bidder R.C. Becker Inc. proposed subcontractor Granstrom Mason]hYre;,F�ertifies that it has X , has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X , has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Granstrom Masonry Inc By: Elliot Granstrom President Title: Date: 03/10/24 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-23-24-00072 2020-21 Circulation Improvement Program, Phase III City Project No. C0072 City of Santa Clarita, California This bidder RC Becker , proposed subcontractor Hun sake r&Associates Los Angeles Inc. , hereby certifies that it has X , has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has , has not X filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Hunsaker & Asso By: Jeannine Mowre Title: Principal Date: March 13. 2024 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DocuSign Envelope ID: 8DB7A3F8-55DA-4DC9-AAE9-FCC9EA7E7FE3 Addendum No. 1 February 22, 2024 Addendum No. 1 BID # CIP-23-24-CO072 2020-21 Circulation Improvement Program, Phase III City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on February 21, 2024 beginning at 10:30 AM. The meeting was held via Zoom. There were no questions asked. Attending Staff: • Leslie Frazier — Engineer, Public Works • Mike Kaczenski —Traffic Signal Specialist, Public Works • Dan Duncan — Environmental Administrator, Public Works • Evelyn Glasgow — Administrative Analyst, Public Works • Annette Guzman —Administrative Analyst, Public Works • Mariela Delgado — Buyer, Administrative Services • Jonathan Lirio — Mail Clerk, Administrative Services • Nicholas Echeverri —Administrative Analyst, Economic Development • Scott Bachrach — Project Technician, Neighborhood Services Attending Vendors: • Tyson Rising, Toro Enterprises Inc. The following was reviewed: • Project scope of work • Permit requirements • Bidding guidelines • Transit requirements • Labor compliance • DBE guidelines • B M P's • Environmental The following has been revised: Section F—General Provisions: Updated Title Information: • The Bid No. for this solicitation has been corrected to BID No. CIP-23-24-CO072 PH III, Project No. 00072. BID # CIP-23-24-CO072 DocuSign Envelope ID: 8DB7A3FB-560A-4DC9-AAE9-FCC9EA7E7FE3 II. Section F—General Provisions: Undated Proiect Constraints. Add the following note to subsection 2-1.1 Project Constraints: "5. Contractor may not begin the Valley Center Drive and Golden Valley Road location until the Traffic Signal Pole has been received by the City." Ill. Section G—Technical Specs: Updated Table of Contents and Bid Item Numbers • The bid item No. 23 for "PCC Curb and 1' Gutter (Type A2-8) has been removed from the specs. All following bid item numbers have been lowered by 1 for a total of 80 bid items. The bid item schedule remains unchanged. IV. Exhibit B—Updated CDMMP Form • Pease see the attached updated CDMMP form on Page 3 of this addendum. V. Revised Signal Modification Plan for The Newhall Ranch Road at Copper Hill Drive • Please see the updated Signal Modification Plan TS 1.1 for Newhall Ranch Road at Copper Hill Drive -Rye Canyon Road, Intersection #32, on page 5 of this addendum. Fprovtd: FSigned by: 0a*6lti td,� Damon Le°tz City Engineer END OF ADDENDUM This addendum must be acknowledged via Bid Net and should be included with the response, 3/ 13124 C ractor'S RepresUtative Date R.C. Becker Inc. Company Name BID f4 CIP-23-24-00072 aye,, Addendum No. 2 BID # CIP-23-24-CO072 2020-21 Circulation Improvement Program, Phase III City of Santa Clarita, California Addendum No. 2 March 1, 2024 This addendum must be acknowledged via Bid Net and should be included with the bid response. The purpose of this addendum is to address the following for this Invitation for Bid (IFB): I. FEDERAL PREVAILING WAGE DETERMINATIONS Please see the updated Prevailing Wage Determinations beginning on Page 2 of this addendum. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. rA�"7'— 3/ 13/24 Ca ractor's Re motive Date R.C. Becker Inc. Company Name BID tt CIP-23-24-00072 Addendum No. 3 March 6, 2024 Addendum No. 3 BID # CIP-23-24-CO072 2020-21 Circulation Improvement Program, Phase III City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Invitation for Bid (IFB): LETTER OF INTENT AND AFFIRMATION Please see the Letter of Intent and Affirmation form required to be submitted with the Bid Response on Page 2 of this Addendum. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. AM6-�Q— 311 3124 Can ctor's Represe atiue Date R.C. Becker inc. Company Name BID # CIP-23-24-00072