HomeMy WebLinkAbout2013-02-12 - AGENDA REPORTS - ANNUAL CONCRETE REHAB (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
Agenda Item• 4
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval
Item to be presented by
February 12, 2013
A::
Curtis Nay
FISCAL YEAR 2012-13 ANNUAL CONCRETE
REHABILITATION PROGRAM (CITYWIDE), PROJECTS M0091,
M0092, AND T0038 - AWARD CONSTRUCTION CONTRACT
Public Works
RECOMMENDED ACTION
City Council approve the plans and specifications for the Fiscal Year 2012-13 Annual
Concrete Rehabilitation Program (Citywide), Projects M0091, M0092, and T0038.
2. Authorize the transfer of project savings from the 2011-12 Annual Concrete Rehabilitation
Program in the following amounts: $2,830 (Fund 356) Stormwater funds from expenditure
account M0086356-5161.001 to expenditure account M0092356-5161.001; and $49,320
(Fund 230) Gas Tax funds from expenditure account M0085230-5161.001 to
M0091230-5161.001.
3. Award the construction contract to the lowest responsible bidder, FS Construction, in the
amount of $486,154 and authorize additional work in the amount of $247,996, for a total
contract amount not to exceed $734,150.
Authorize the City Manager or designee to execute all contracts and associated documents, or
modify the awards in the event issues of impossibility of performance arise, contingent upon
the appropriation of funds by the City Council in the annual budget for such fiscal year, and
execute all documents subject to City Attorney approval.
BACKGROUND
The Annual Concrete Rehabilitation Program consists of three annual efforts awarded under one
contract to make the most efficient use of available funding. The Sidewalk Repair Program will
construct new wheelchair ramps and replace existing damaged sidewalks. The Curb and Gutter
Program will improve the drainage flow into local storm drains, thereby improving stormwater
quality and eliminating ponding water. The Access Ramp Program will serve our disabled
community through the installation of new access ramps, while meeting the requirements
outlined in Title 21 of the Americans with Disabilities Act.
The attached list of locations was generated by residents' requests to the Public Works
department and the City Manager's Office or were areas identified by staff as needing
restoration.
Substantial constraints and controls were established in the construction documents to reduce
potential impacts on local traffic and homeowners during the construction phase. Construction is
scheduled to begin March 2013 and is anticipated to be complete within 90 working days
following the Notice to Proceed. Staff will appoint inspectors to ensure proper work performance
by the contractor and to handle daily field issues.
An invitation to bid was published three times (December 8, December 10, and December 13,
2012) and noticed on the City's website. Plans and specifications were also sent to area plan
rooms. Six responsive bids were submitted to the City and opened by Purchasing on
January 17, 2013. The results are shown below;
Company Name
Location
Base Bid Amount
FS Construction
Sylmar
$486,153.95
R.C. Becker & Son, Inc.
Santa Clarita
$491,079.22
Kalban Inc.
Sun Valley
$511,250.25
Toro Enterprises Inc.
Oxnard
$539,089.60
ARC Construction Co.
La Cresenta
$552,904.95
C.S. Legacy Construction, Inc.
Chino
$944,112.00
Staff recommends the contract be awarded to FS Construction, the lowest responsible bidder.
This contractor possesses a valid state contractor's license and is in good standing with the
Contractors State License Board. The contractor's bid was reviewed for accuracy and
conformance to the contract documents and found to be complete.
The requested transfer of $52,150 combined with the current budget creates a total 2012-13
Annual Concrete Rehabilitation Program budget of $852,150, allowing for a contract amount not
to exceed $734,150. This provides funds for concrete work for additional sites, which will
include new curb ramps, curb and gutter repairs, and sidewalk maintenance at various locations
based on each program's prioritized list. The remaining budget of $118,000 is being utilized for
project administration and support items such as tree trimming, labor compliance, surveying, and
material testing.
While the City maintains a Support of Local Businesses policy that can be utilized by the City
Council when warranted, the City is governed by the California Public Contract Code with
regard to public works project procurement. In these types of procurement, the California Public
Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead
rA
requires the contract be awarded to the lowest responsible bidder. As confirmed by the City
Attorney's Office, this direction precludes the City from applying any superseding criteria for
award except in the case of a tie. In other words, in awarding of Public Works contracts, the City
is not permitted to award to a bidder just because they are local, as the California Public Contract
Code does not allow the City to recognize them as the "lowest" responsible bidder.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Funds in the amount of $800,000 have been appropriated in the various 2012-13 Concrete
Rehabilitation Program expenditure accounts. The requested transfers of $2,830 in Stormwater
(Fund 356) and $49,320 in Gas Tax (Fund 230) funds from M0086356-5161.001 to
M0092356-5161.001 and M0085230-5161.001 to M0091230-5161.001, respectively, create a
total 2012-13 Concrete Rehabilitation Program budget of $852,150. These funds will adequately
provide for the base contract amount, anticipated additional work, project administration and
support items such as tree trimming, labor compliance, surveying, and material testing.
ATTACHMENTS
List of Locations Award
FS Construction Bid Package available in the City Clerk's Reading File
Contract available in the City Clerk's Reading File
1
LIST OF LOCATIONS
FISCAL YEAR 2012-2013
ANNUAL CONCRETE REHABILITATION PROGRAM (CITYWIDE)
PROJECTS M0091, M0092, AND T0038
Abdale Street
Foxlane Drive
Santa Clarita Road
Abelia Road
Golden Triangle Road
Sarda Road
Alaminos Drive
Goodvale Road
Seco Canyon Road
Allenwick Avenue
Gray Lane
Sierra Highway
Altena Drive
Hob Court
Soledad Canyon Road
Annette Jo Circle
Isabella Parkway
Stillmore Street
Avenida Cappela
Ivrea Place
Strambino Court
Avenida Escalera
Juneda Drive
Valencia Boulevard
Avenida Ronada
Kenfel Drive
Valle Del Oro
Avenue Stanford
La Rochelle Drive
Valley Oak Court
Beachgrove Court
Lone Rock Street
Via Adorna
Bella Court
Lyons Avenue
Via Alcira
Bernina Avenue
Magic Mountain Parkway
Via Amado
Bonlee Avenue
Maplebay Court
Via Brava
Briardale Way
Marsala Drive
Via Calisero
Calgrove Boulevard
McBean Parkway
Via Copeta
Cedarcreek Street
Meadowcreek Road
Via Delfina
Clearbank Lane
Mentry Drive
Via Desca
Creekside Drive
Natalie Way
Via Flamenco
Crossglade Avenue
Newhall Avenue
Via Hamaca
Darcy Lane
Newhouse Street
Via Novia
Del Monte Drive
Nottingham Court
Vicci Street
Delight Street
Oakgale Avenue
Vilna Avenue
Deputy Jake Drive
Orchard Village Road
Walnut Springs Avenue
Drycliff Street
Parkview Drive
Wellston Drive
Ebelden Avenue
Plaza Gavilan
Wembley Court
Ermine Street
Ridgegrove Drive
White Oak Court
Fairweather Street
Rio Chico Drive
Whites Canyon Road
Featherstar Avenue
Rotunda Road
Wiley Canyon Road
Firenze Place
Ruether Avenue
Windsong Court
S:\PW\ENG-CIVI\ConcRehab 12-13\Council\List of Locations award.doc
SECTION C: PROPOSAL
For
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
TO THE CITY OF SANTA CLARITA, AS AGENCY
In accordance with AGENCY'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 AGENCY 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 AGENCY 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 AGENCY 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 prices bid include all
appurtenant expenses, taxes, royalties, and fees. In the 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 AGENCYs notice of award of contract to the BIDDER, the proceeds of the security
accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof
may, at the AGENCYs option, be considered null and void.
BIDDER agrees that the price bid for the project shall include all cost covering the performance of work
including the furnishing of labor, materials, tools, and equipment. BIDDER further agrees that the cost of
work necessary for the completion of a particular Bid Schedule item has been included in the price bid for
that Rem unless the work is specifically included in another Rem; and if there is no bid item for a particular
item of work, full compensation for such work shall be considered as included in the price bid for other items
of work.
Company Name: FS Ca S4yuc4t'
Company Address: 14833 Bledsoe Sf.
S Y✓to-r G 91342—
By: lt. rp_A
Print Name
Title: ()LO uef
Signature: liid"Z',
Date: 1 A-7 1-3
C-1
BID SCHEDULE
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Project Nos. M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
ITEM
DESCRIPTION
QTY
UNIT
UNIT PRICE
TOTAL
NO.
i
1
Mobilization
1
LS
$ �j OoL'.
�
$ �j C7C'(� o
o
2
Traffic Control
1
LS
$ p 0O_,`,
$ 3 67 p p, o
3
Implementation of Best Management Practices
1
LS
$ 2-000,, ,o
$ Z 0070 cn
4
Removal and Replacement of Portland Cement
44,929
SF
$ �, j 5
$ z31 30Y,35Concrete
Sidewalk
r
5
Removal of 4" PCC Sidewalk
620
SF
$ Z Z 5
$ j,395.
6
Removal and Replacement of Residential
9,004
SF
$ s . YQ
$ y O
Driveway Approach
7
Removal and Replacement of Commercial
763
SF
$ 6 _ L�
$
Driveway Approach
8
Removal and Replacement of 6" PCC Curb &
3,400
LF
$ Z2j £/C7
$ i p�_rn
Gutter
a
9
Removal and Replacement of 8" PCC Curb &
940
LF
$ Zg c z%
0
$ Z(j 7j Z Q- "
Gutter
10
Removal and Replacement of Asphalt Pavement
Section for Curb & Gutter and Cross Gutter
4,340
SF
$ 4. 0'2
$
Locations
11
Removal of 4" PCC Sidewalk/Curb & Gutter and
19
EA
$
Z
$
Construction of PCC Curb Ramp
(JCO
12
Removal and Replacement of Cross Gutter and
2 385
SF
$
�
$ 16 6 15 . on
Spandrel
i �
TOTAL
22 C
Y961
BID:
$
Total Bid in
V�✓.1hrP� L ��y ��1�Ge J�n�\rxJz G1y�cy v`��� `��e CP�i'S
C-2
DESIGNATION OF SUBCONTRACTORS
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
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.
Subcontractor J 4�57
DBE STATUS:
I Dollar Value of Work
Age of firm:
Certifying Agency:
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos: Description of Work
License No. Exp. Date: I /
Phone( )
ross
ne
DnM bidders shell fill out the Subcontractor's List in its entirety. The total dollar value of work to be performed by
Subcontractors shall be in conformance with Section 2-3 "Subcontracts" of General Provisions in these contract
documents.
(Use Additional Sheets if Necessary)
i
C-3
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Project Nos. M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
REFERENCES
i
The following are the names, addresses, and telephone numbers of three public agencies for which
BIDDER has performed similar work within the past 3 years: /
2.
250, V9. �FO
�a
3. %D% 2. ��/ir9Dyl�iS rn,92^��s
Name and Address of Owner / Agency
L� 1,
Sean 7117[Z 'p��7r� t/.�i l'"— /Ii/ 7 /le/ 6ZV / 7 T
Name and Telephorte Number of Persorf Familiar with Project
��,453 3C7 �7yo� �ixu^iD a. � —
ontract Amount Type 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:
C5Na�es/D
Contract me
C-4
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
The bidder under penalty of perjury, certified that except as noted below, he/she or any person
associated therewith in the capacity of owner, partner, director, office manager:
is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by
any federal AGENCY;
has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal
AGENCY within past three years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award, but will be considered in determining bidders'
responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and
dates of action.
NOTE: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification Is part of the Proposal. Signing this Proposal on the signature portion thereof
shall also constitute signature of this Certification.
C-5
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
This bidder Fs CO—Aw � j0 n , proposed subcontractor , hereby certifies
that he has ,, has notparticipated in a previous contract or subcontract subject to the�zqual
opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has _V , 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� ISMS MJ�Cr�
By: i—le�✓trS
Title:
Date: l �Il J3
�T
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 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 CONTRACTOR 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.
[Sr
BIDDER'S INFORMATION AND CERTIFICATION
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 AGENCY, 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.
Bidder's Name: FS 47n 5'ri V c `i
Business Address:
Telephone No.:
JX ���Soe
819 X3''--60¢0
C,� �/3
State CONTRACTOR's License No. & Class: % 7 7 126 C/as5 A - Cg-• C Z7
Original Date: V-30 - Z000 Expiration Date: V - 30 - ZD t S
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint venturers, and/or corporate officers having a principal interest in this proposal:
dFwtvs c7w��
13368 4
1,�,-r CA 9/ 3
2- ?,39
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
tlhis proposal was an owner, corporate officer, partner orjoint venture are as follows:
/Vrvte,
C-7
All. current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in
this proposal are as follows:
j ose. A"d rtes m 'P6A FS 6 5�-udL,
IN WITNESS WHEREOF, BIDDER executes and
bmits this proposal with the names, title, hands, and
i
seals of all aforementioned principals this 16 day of T6+A. 20L.
BIDDER:
Sign re , tn1
/ l _ I Q �1 i i tr
Name and Ve of Signatory
FS co,-,CAu��te T
Legal Name of Bidder
14939 BleJso e S f S1 /I.qo-j- CA 9/34Z
Address
818 339-60v o�- v69Z890
Telephone Number Federal Tax I. D. No,
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER
MUST BE ATTACHED
Subscribed and sworn to this
Notary
day of , 20_.
See Attached Notarization California Acknowledgment
C-8
(SEAL)
CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT
State of California
County of LOS ANGELES
On 01/16/2013 before me, NATHAN MAX OSORIO, NotaryPublic
Date Hem Insert Name and Title of Officer
personally appeared J. ANGEL FIERROS ------------------------------------------
Name (s) of Signer (s)
who proved to me on the basis of satisfactory evidence to
be the personal whose name(+ istam subscribed to the
within instrument and acknowledged to me that
he/stltlhey executed the same in his/her/their authorized
NATHAN MAX 08M capacity (ies); and that by his/lierMwir signatures) on -the
Col V W" i 1I1920Y9 instrument the person(;), or the entity upon behalf of
Notary PLbk- Cafth is which the persor(s acted. executed the instrument.
Los Ang" Counry
M Comm. e�Se 23, 2010 1 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 sea].
Signature
Place Nown' Seal Above Signature of>06ify Public
OPTIONAL
Though the information below is not required by law, it may rove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s): _President
ElPanner- ❑ Limited ❑ General
❑ Attorney in Attorney in Fact
❑ Trustee
Top of thumb here
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
❑ Individual
❑ Corporate Officer Title(s):
❑ Partner- El Limited ❑ General
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
NOTE: The following form shall be used in case Ghjck accomRanie� bid.
i . erg
Accompanying this Proposal is a 'cerWedk9ifiier's check payable to the order of the City of Santa
Clarita for: 10 �/O dollars ($ ), this amount
being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall
become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through
action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract
and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the
undersigned.
Project Name: Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
Address
roe- St.
Yyt0.r CA OI 13 q 2—
*
* Delete the inapplicable work.
NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The
sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.
PROPOSAL GUARANTEE
BID BOND
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
Bid No. ENG -12.13-A10091
BY THESE PRESENTS that FS Construction, as BIDDER.
'ance Coman as are and firmly
w n a Santa, as CY, in the penal sum of
dollars(
vehich is ten percent
amoum to Y for the a ove-state project. for the payment of
R and SURETY agree to be bound, jointly and severally, firmly by these presents,
of the Tntal Amount of the RiA in __
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid
to AGENCY for the above -stated p if said bid is rejected, or if said bid is accepted and e contract
to
is awarded and entered kby BIDDER Duin the manner and time specified. then this obligation shall be
null and vaad, otherwise it shad remain in full force and effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals. this
15th day of January, 2013.
SURETY'
(623) 412-5793
1
EnsaWe Salazar, Attorney -in -Fact, 1800 McCollum St., Los Angeles, CA
90026 M�i7 814
Subscribed antl sworn to this day of
NOTARY PUSUC
20_
`Provide &ODER and SURETY name. address, and telephone number and the name, title, address, and
telephone number for authorized representative.
IMPORTANT - Surely Companies executing Bonds must appear on the Treasury Departments most
current list (Circular 570, as amended) and be authorized to transact business in the State where the
project is locate.
C-10
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
.ti^rs'��.Fr - .Mm+i.Frfrf..et• z'<'z -^%�rr'cc^��-r�r �r=r�r-^ r ar.�� �.�.=aarxx.�r�r�r�
State of California
County of Los Aneelea
On -January 15, 2013 before me, 14 S Rodrisaez Notary Public
Dale Neie Innen Name aero Ttla of me ZMf r
personally appeared ELTSA E t r+ SAl
Narne(al of slenegs)
who proved to me on the basis of satisfactory evidence to
be the person(1) whose naml is/are subscribed to the
within instrument and acknowledged to me that
he/shaRhey executed the same in his/her/their authorized
capacity(ise), and that by 4allherMl signatures) on the
instrument the person(, or the entity upon behalf of
which the person(g) acted, executed the instrument.
M. S. RODRIGUEz I certify under PENALTY OF PERJURY under the laws
NOTARY PUBLIC - CALIFORNIA of the State of California that the foregoing paragraph is
LOS ANGELES COUNTY true and correct.
COMMISSION : 187; �-
MY COMM, EXPIRES )AN.2, 2014
WITNESS my hand and official sll.
Signature -
Place Notary Seal Apwe Sgnature of Nolary Puda
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date.
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signers Name:
i l Individual
J Corporate Officer—Title(s): —
L! Partner — C Limited LI General
Attorney in Fact
1 Trustee
Li Guardian or Conservator
IJ Other:
Signer Is Representing:
1—
�IGHTTHU[,IlulER
_ ____ ____ Number of Pages:
Signer's Name:
J Individual
!J Corporate Officer — Title(s):
Partner — FJ Limited DGeneral
1J Attorney in Fact
1.1 Trustee
D Guardian or Conservator
O Other:
Signer Is Representing:
RIGHTTHUNISPRINT.
OFSIGNER`
0200]National Mee, 0.Syo6alion•9350 De Solo A..PO. l 2402• Ceatsvolle. CA 91313.2402• v Iialunall o,l Item a590] ReoNer Call Toa -Free 1E 876 27
RL10. RLI Surety
P.O. Box 3967 I Peoria, IL 61612-3967
Phone: (800)645-2402 1 Fax: (309)689-2036
w ,.rlicorp.com
Know All Men by These Presents:
POWER OF ATTORNEY
RLI Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That RLI Insurance Company, a(n) Illinois corporation, does hereby make, constitute and appoint:
Patricia Zenizo Margaret Rodriguez, Pietro Micciche Gracie Lopez- Usabelc Salazar.Jointly or severally
in the City of _ Los Amreles , State of _ California its true and lawful Agent and Attorney in Fact, with full
power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for
any single obligation.
The acknowledgment and execution of such bond by the said Attomev in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of
Directors of RLI Insurance Company, and now in force to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate
name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the
Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the
name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of
Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by
facsimile."
ary w r t lve.ao writxirur, the RLI Insurance Company has caused these presents to be executed by its Vice President with its
corporate seal affixed this 21 St day of August 2012
a s�CE �0." RLI Insurance Company
. e
f �ppPolyrf •:�•�:
. SEAL
State of Illinois ) ; Roy C. Die Vice President
J} SS
County of Peoria 'I
NtS.
""""O"°�""
CERTIFICATE
On this 21st day of Aueust 2012 before me, a Notary Public,
personally appeared Row C. Die , who being by me duly swom,
acknowledged that he signed the above Power of Attorney as the aforesaid
officer of the RLI Insurance Company and acknowledged said instrument
to be the voluntary act and deed of said corporation.
lc2e.C,
lacyu ine M. Bockle Notary Public
,fa E 'OFFICIAL SEAL"
r .IACOVEt1NE M. BOCKLER
usd COMMISSION EXPIRF303/al/IX
I, the undersigned officer of RLI Insurance Company, a stock
corporation of the State of Illinois, do hereby certify that the attached
Power of Attorney is in full force and effect and is irrevocable; and
furthermore, that the Resolution of the Company as set forth in the
Power of Attorney, is now in force. in testimony whereof, I have
hereunto set my hand and the seal of the RLI Insurance Company
this 15th , day of January , 2013
RLI Insurance Company
Roy C. Die Vice President
caeseaoznzrz A0059411
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
To the CITY OF SANTA CIARITA:
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 FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE
CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION.
C-11
NON -COLLUSION AFFIDAVIT
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
O BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )1 §
`
Pure -S being first duly sworn deposes and says that he is
the 22- pmvitZ (sole owner, a partner, president, etc.) of
ESQ w 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 fox 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 his 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 AGENCY 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 AGENCY 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.
Signed: T er✓Z'i
Title V1 11 1_
Subscribed and sworn to and before me this day of 20_.
Seal of Notary
See Attached Notarization California Jurat
C-12
CALIFORNIA JURAT WITH AFFIANT STATEMENT
*See Attached Document (Notary to cross out lines 1-2 below)
❑ See Statement Below (Line I to be completed only by document signer(s), not Notary)
Signal of Document Signer No. 1
State of California
County of Los Angeles
NATHAN MAIC 0601410
Col noaalon s 11102096
-o Notary PuGic - California
Los Ang" County
M Comm. Ex ires Se 23, 2016
Place Notary Sea[ Above
Subscribed and sworn to (or affirmed) before me on
16'" day of JANUARY 2013 by
---------
ANGEL FIERROS-----------------
(1) . NemeoM5 ,
proved to me on the basis of satisfactory evidence
to be the person who appeared before me.
i
Signature
gigwure ofN
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the
document and could prevent fraudulent removal and reattachment
of this form to another document.
Further Description of Any Attached Document
Type of Document:
Document Date:
Signer(s) Other Than Named Above:
No. of Pages:
BIDDER'S QUESTIONNAIRE
Fiscal Year 2011-2012
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
If the bidder has answered the questionnaire within the past year and there are no significant changes in
the information requested, then the bidder need not file a new questionnaire. If there are changes,
indicate those changes. Should the space provided not be adequate, so indicate and complete
information on a se�par_atepp�age(s) and attach hereto.
1. Submitted by: '% '., -,n ` ka`vl,_� _ Te4ephone: 919
Principal Office�Acdress: J�(K3 e fsce- w WA' 13 L]
2. Type of Firm: T^ave�u°'-i
Corporate: Other:
Individual:
Partnership:
3a.
If a corporation, answer these questions:
Date of Incorporation: State of Incorporation:
President's Name:
Vice -President's Name:
Secretary or Clerk's .Name:
Treasurer's Name:
3b. If a partnership, answer these questions:
Date of organization:
State Organized in:
Name of all partners holding more than a 10% interest:
4. Designate which are General or Managing Partners. n p
Name of person holding CONTRACTOR's license: ' ` c {
License number: x-7:7 Z-& Class: A'GS-CZiExoiration Date: -30
C-13
BIDDER'S QUESTIONNAIRE
(cont'd)
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
5. CONTRACTOR's Representative:
Title: w t" i
Alternate:
Title:
6. List the major construction projects your organization has in progress as of this date:
Owner: (A) (B)
Project Location:
Type of Project:
i
C-14
CERTIFICATION OF NON -SEGREGATED FACILITIES
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
_.._ ____.—Bld_No._ENG-.12-13-M0091
The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not permit his employees to perform their
services at any location, under his control, where segregated facilities are maintained. The
CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perform their services
at any location, under his control, where segregated facilities are maintained. The CONTRACTOR
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 CONTRACTOR agrees that (except where he has obtained identical
certifications from proposed subcontractors for specific time periods) he 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 he will retain such
certifications in his files.
I evj
_6014TRACTCk
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).
C-15
ADDENDUM 1
For
Fiscal Year 2012-2013
Annual Concrete Rehabilitation Program (Citywide)
City Projects M0091, M0092, and T0038
Bid No. ENG -12-13-M0091
December 18, 2012
This Addendum form is a part of the Contract Documents Jor the above -identified project and inodiJies
the original Specifications and Contract Documents, as noted below. Poriioas of the Contract. not
specifically mentioned in the Addendum, remain in force. All trades affected shrill be fidly advised of
these changes, deletions, and additions.
A-1 Notice Inviting Bids:
This addendum changes the bid opening date to Thursday, January 17, 2013. Replace the first and fifth
paragraphs of the Notice Inviting Bids with the following new paragraphs.
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Santa Clarity for
the Fiscal Year 2012-2013 Annual Concrete Rehabilitation Program (Citywide). Bids must be
submitted to the Purchasing Division, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA, 91355,
before 11:00 a.m., on Thursday, January 17, 2013 at which time, or shortly thereafter, they will be
publicly opened and read in the City Clerk's Office, Suite 120.
Bidders may fax their questions to Christina Monde at (661) 255-4938 of e-mail at cmonde0santa-
clarita.cont until 5:00 p.m. on or before January 7, 2013. Any questions submitted after January 7, 2013
will not be answered. Addenda, if issued by the Agency, will be transmitted by electronic E-mail. All
plan holders shall provide a valid, accessible a -mail address in order to receive timely addenda. It is the
responsibility of the plan holder to provide a correct and monitored a -mail address. All signed addenda
must be submitted with the bid proposal. Failure to sign and return all addendunts shall render the bid
non-responsive.
Lt_ J
Robert G. Newman, Director of Public Works
City of Santa Clarita
BIDDER'S CERTIFICATE
I acknowledge receipt of this Addendum 1 and accept the aforementioned.
c��, I (� , 2013 � �� r
�
Date Bi er's Signature
THIS DOCUMENT TO BE SUBMITTED WITH BID
Annual Cunaeie Rehabilitation — Id0091, 1,10092, T0038 Page 1 of I
vp
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 13-00028
2012-2013 Annual Concrete Rehabilitation Program,
Project Numbers M0091, M0092 & T0038
This AGREEMENT is made and entered into for the above -stated project this day of
20, BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, and
FS Construction as CONTRACTOR.
CITY and CONTRACTOR have mutually agreed as follows:
ARTICLE I
That contract documents for the aforesaid project shall consist of the Notice Inviting Bids,
Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special
Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings,
appendices, and City's Labor Compliance Program; together with this AGREEMENT and all
required bonds, insurance certificates, permits, notices, and affidavits; and also including any and
all addenda or supplemental agreements clarifying or extending the work contemplated as may
be required to insure its completion in an acceptable manner. All of the provisions of said
AGREEMENT documents are made a part hereof as though fully set forth herein.
ARTICLE II
For and in consideration of the payments and agreements to be made and performed by CITY,
CONTRACTOR agrees to furnish all materials and perform all work required for the above -
stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents.
ARTICLE III
CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full
compensation for furnishing all materials, performing all work, and fulfilling all obligations
hereunder. Said compensation shall cover all expenses, losses, damages, and consequences
arising out of the nature of the work during its progress or prior to its acceptance including those
for well and faithfully completing the work and the whole thereof in the manner and time
specified in the aforesaid contract documents: and also including those arising from actions of
the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work,
suspension or discontinuance of the work, and all other unknowns or risks of any description
connected with the work.
Revised 1/2012 Pale I of 7
ARTICLE IV
CITY hereby promises and agrees to employ, and does hereby employ. CONTRACTOR to
provide the materials, do the work, and fulfill the obligations according to the terms and
conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay
the same at the time, in the manner, and upon the conditions set forth in the contract documents.
ARTICLE V
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.
ARTICLE VI
CONTRACTOR affirms that the signatures set forth hereinafter in execution of this
AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate
officers having principal interest herein.
ARTICLE VII
Nature of Relationship
CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees
or officials. CONTRACTOR shall perform services in accordance with the rules, regulations
Revised 1/2012 1 Page 2 of 7
and policies of CITY respecting such services, and in accordance with appropriate standards of
professional conduct, if any, applicable to the services provided. CITY shall not beresponsible
for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and
agreed that the CONTRACTOR is, and at all times shall be; an independent CONTRACTOR
and nothing contained herein shall be construed as making the CONTRACTOR, or any
individual whose compensation for services is paid by the CONTRACTOR, an agent or
employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of
liability for or on behalf of the CITY.
ARTICLE VIII
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.
Liability 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, mors or omissions, of the CITY, or CONTRACTOR or any person actino 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 legall 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:
A combined single limit liability policy in the amount of $2,000,000 or a commercial general
liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be
considered equivalent to the required minimum limits.
All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as
additional insured. A Certificate of Insurance and an additional insured endorsement (for general
and automobile liability), evidencing the above insurance coverage with a company acceptable to
the City's Risk Manager shall be submitted to City prior to execution of this Agreement on
behalf of the City.
Revised 1/3012 Paee3 of
Should CONTRACTOR for any reason, fail to obtain and maintain the insurance required by
this ALreement City may obtain coverage at CONTARCTOR'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 cancelled at any point prior to
expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of
cancellation. Furthermore CONTRACTOR must obtain replacement coverage that meets all
contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation
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 Manager, then the CONTRACTOR agrees that the minimum limits herein above
designated shall be changed accordingly upon request by the City Manager.
The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance -
shall not be construed as limiting in any way the extent to which the CONTRACTOR may be
held responsible for the payment of damages to persons or property resulting from the
CONTRACTOR's activities or the activities of any person or persons for which the
CONTRACTOR is otherwise responsible.
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, inure 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. All such insurance shall be primary insurance and shall name the City of Santa
Clarita as an additional insured.
Fire and Extended Coverage Insurance (Services involving real property only)
CONTRACTOR also 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.
Revised 1/2012 Page 4of7
ARTICLE IX
Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department
(EDD) of the State of California requires that a W-9 Form be filed by all vendors for all
AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required
forms necessary to comply with EDD regulations.
ARTICLE X
Term
This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to
Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless
sooner terminated.
Modification/Termination
No modification, amendment or other change in this AGREEMENT or any provision hereof
shall be effective for any purpose unless specifically set forth in writing and signed by duly
authorized representatives of the parties hereto. This AGREEMENT may be terminated with or
without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any
reduction of services shall require thirty (30) days advance written notice unless otherwise
agreed in writing between CONTRACTOR and CITY. In the event of termination,
CONTRACTOR shall be entitled to compensation for all satisfactory services completed and
materials provided to the date of the notice of termination.
Conflict of Interest
CONTRACTOR will comply with all conflict of interest laws and regulations including, without
limitation, CITY's conflict of interest regulations.
Non -Effect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms,
covenants, or conditions of this Agreement, or failure to exercise any rights or remedies
hereunder, shall not be construed as a waiver or relinquishment of the future performance of any
such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless
otherwise provided for herein.
Severability
In the event that any one or more of the provisions contained in this AGREEMENT shall for any
reason be held to be unenforceable in any respect by a court of competent jurisdiction, such
holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall
then be construed as if such unenforceable provisions are not a part hereof.
Govertin Law
Revised 1/2012 Pines of 7
This AGREEMENT shall be construed and interpreted and the legal relations created thereby
shall be determined in accordance with the laws of the State of California.
Compliance with Law
CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the
federal, state, and local government, including City's Labor Compliance Program.
CONTRACTOR shall comply with all aspects of the National Poll utant.Discharge Elimination
System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES
Requirements shall result in project delays through City issued Stop Work Notices and/or fines
levied against the CONTRACTOR.
Prevailing Wages
If required by applicable state law including, without limitation Labor Code §§ 1720 (as
amended by AB 975 (2001)), 1771, 1774, 1775, and -1776, CONTRACTOR must pay its
workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any
prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages
resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2,
copies of the prevailing rate of per diem wages are available upon request from CITY'S
Engineering Division or the website for State of California prevailing wage determination at
www.dir.ca.Qov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at
the job site.
This contract is subject to state prevailing wage requirements of the California Labor Code
including Sections 1770 and 1773, and the City's California Department of Industrial Relations
(DIR) approved Labor Compliance Program. All covered work classifications required in
performance of this contract will be subject to prevailing wage provisions. The Contractors and
its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to
the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of
the Labor Compliance Program is available for review upon request at the Office of the City
Clerk. All pertinent state statues and regulations, including, but not limited to those referred to
in this contract and in the City's Labor Compliance Program, are incorporated herein as though
set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current
edition of all applicable state statues and regulations and adhering to the latest editions of such.
Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which
includes provisions addressing employment eligibility, employment verification, and
nondiscrimination. Under the INA, employers may hire only persons who may legally work in
the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the
U.S.. The employer must verify the identity and employment eligibility of anyone to be hired,
which includes completing the Employment Eligibility Verification Form (I-9). The Contractor
shall establish appropriate procedures and controls so no services or products under the Contract
Revised 12012 Page 6 of 7
Documents will be performed or manufactured by any worker who is not legally eligible to
perform such services or employment.
The parties hereto for themselves. their heirs, executors, administrators, successors. and assigns do
hereby agree to the full performance of the covenants herein contained and have caused this
AGREEMENT to be executed in duplicate by setting hereunto their names and titles this
day of 20_.
CONTRACTOR: CONTRACTOR Name:
Address:
Phone & Fax No.
Art, SIGNATURES NIUST BE Signed By:
WITNESSED BI'NOTAR]'
CITY:
Attest:
Approved as to Form:
Print Name &
CONTRACTOR's License No.
Class
Date:
Mayor/City Manager of the City of Santa Clarita
Date:
City Clerk of the City of Santa Clarita
City Attorney of the City of Santa Clarita
Date:
Revised 1/2012 Page 7 of 7