HomeMy WebLinkAbout2013-03-26 - AGENDA REPORTS - HMNMH INTERMODAL ACCESS C1006 (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
Agenda Item: 4
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval:
Item to be presented by:
March 26, 2013
INTERMODAL ACCESS AT HENRY MAYO NEWHALL
MEMORIAL HOSPITAL, PROJECT C1006 - APPROVE THE
PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION
CONTRACT
Public Works
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the Intermodal Access at Henry Mayo Newhall
Memorial Hospital, Project C1006.
2. Award the construction contract to R.C. Becker & Son, Inc., in the amount of $174,123 and
authorize a contingency in the amount of $34,823 for a total contract amount not to exceed
$208,946.
Reduce expenditure account C1006302-5161.001 by $119,560; appropriate $89,381 from
Valencia Bridge and Thoroughfare fund balance (Fund 303) to expenditure account
C1006303-5161.001; and appropriate $49,125 from Developer Fee fund balance (Fund 306)
to expenditure account C1006306-5161.001.
4. 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 Intermodal Access at Henry Mayo Newhall Memorial Hospital (Henry Mayo) project will
construct a dedicated bus turnout along the west side of McBean Parkway south of Avenida
Navarre and an extension of the McBean Parkway northbound left -turn pocket at Avenida
APPROYED
Navarre. In addition, the portion of the median being modified for the left -turn pocket extension
will be landscaped to match the existing median landscaping. The project will improve the
overall safety and traffic flow along.McBean Parkway.
A portion of this project's total cost is federally funded under a Transportation, Community, and
System Preservation Program (TCSP) Grant. The TCSP Grant program is administered by the
Federal Highway Administration and managed by the California Department of Transportation
(Caltrans) with the purpose of improving the efficiency of the transportation systems, reducing
environmental impacts of transportation, reducing the need for costly future public infrastructure
investments, ensuring efficient access to jobs, services and centers of trade, examining
development patterns, and identifying strategies to encourage private sector development
patterns, which achieve these goals. The Intermodal Access at Henry Mayo project was selected
and awarded a TCSP grant in the amount of $130,440 in August 2011.
Consistent with the formation of the Bridge and Thoroughfare (B&T) Districts, the use of grant
funding for work on eligible roadways, such as McBean Parkway, reduces the local fee
contribution toward overall District costs. While some District projects are funded 100 percent
through District funds, in this case, eligible costs will be funded by the TCSP grant funds along
with Valencia B&T fees paid by Henry Mayo. As part of this project, there is no reduction in the
developer's (Henry Mayo/G&L) B&T obligation. In addition, this action is consistent with all
entitlements for Henry Mayo Master Plan and approved Development agreement.
The project was originally funded with Via Princessa B&T district funds. The recommended
action will correctly fund the project from the appropriate district.
On August 8, 2012, the City received authorization from Caltrans to proceed with an invitation to
bid for construction. An invitation to bid was published three times: January 11, January 13, and
January 19, 2013, and was noticed on the City's website. Plans and specifications were also sent
to area plan rooms. Seven bids were submitted to the City and opened by Purchasing on February
25. The results are shown below.
Company
R.C. Becker & Son, Inc.
Draper Construction Co.
Toro Construction
C.A. Rasmussen Inc.
Berry General Engineering Contractors
G2K Construction, Inc.
High Desert Contractors
Location
Bid Amount
Santa Clarita, CA
$174,123.00
Somis, CA
$197,465.00
Oxnard, CA
$217,631.00
Santa Clarita, CA
$239,707.00
Ventura, CA
$242,714.00
Encino, CA
$243,966.00
Lancaster, CA
$270,887.00
Staff recommends the project be awarded to R.C. Becker & Son, Inc., the lowest responsive
bidder. This contractor possesses a valid state contractor's license and is in good standing with
the Contractors State License Board. The contractor's bid was reviewed for accuracy and
conformance to the contract documents and found to be complete.
The construction contingency amount requested will cover costs of unforeseen site conditions,
such as removal of additional hardscaping to accommodate the proposed streetlight relocations,
L
and any other potential conflicts with existing utilities.
Expenditures in the amount of $60,000 are available for labor compliance services, staff
oversight, and construction. inspection.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
The project is currently funded with a combination of Federal Transportation, Community, and
System Preservation Program Grant Funds (Fund 229) and Via Princessa B&T District funds
(Fund 302). The requested reduction of the entire Via Princessa B&T District (Fund 302) budget
of $119,560 and subsequent appropriation of Valencia B&T (Fund 303) of $89,381 will fund the
project from the correct district. The appropriation of Developer Fee Funds (Fund 306) in the
amount of $49,125, in addition to the existing Federal Transportation, Community, and System
Preservation program funds of $130,440 will adequately provide for all anticipated project costs.
ATTACHMENTS
Project Location Map
R.C. Becker & Son, Inc. Bid Package available in the City Clerk's Reading File
R.C. Becker & Son, Inc. Contract available in the City Clerk's Reading File
3
SECTION C: PROPOSAL
FOR
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG -12-13-C1006
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
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 overfiigures.
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 AGENCY's 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 AGENCY's option, be
considered null and void.
Company Name: R.C. Becker and Son, Inc
Company Address: 28355 Kelly Johnson Parkway
Santa Clarita, CA 91355
By, John Becker
Print Name
Title. Vice President
Signature:
Date: 2-25-13�
INTERMODAL ACCESS AT HMNMH
Project C1008
C-1
BID SCHEDULE
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG -12-13-C1006
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
`� a Spec Item Q ""
Miscellaneous=
1 SP3.1 MDbilization, Bonds & Insurance 1
lint
LS
nrt Cost
$4,310.00
Tota
$4,310.00
2
SP3.2
Maintenance & Protection of Traffic
1
LS
$7,683.60
$7,683.60
3
Dan
pernolltlorrtand
SP3.3
.r r.
Rem'ovals,..x
Storm Water Best Management Practice
Compliance y
•n , FYI it# .[,'�i ,i' -Vrmg
,....... _., �..... t�.i.",.�r �.L_. ^............:�uu-..�....d_
1
-%g "p P'YI. 3.C�":.
LS
F li
$3,716.10
$492.78
$3,716.10
$492.78
4
SP3.4a
Adjust Manhole Cover
1
EA
5
SP3.5a
Unclassified Excavation
388
CY
$25.94
$10,064.72
6
SP3.41b
Remove Existing Signs (Complete)
3
EA
$20.00
$60.00
7
SP3.4c
Remove Parkway Drain
2
EA
$528.08
$1,056.16
8
SP3.4d
Remove Existing Tree
4
EA
$821.31
$3,285.24
9
SP3.4e
Remove Curb and Gutter (median)
280
LF
$7.75
$2,170.00
10
SP3.4f
I Remove Curb and Gutter (sidewalk)
317
LF
$7.34
$2,326.78
11
SP3.4g
Remove Landscaping
1430
SF
$1.53
$2,187.90
12
SP3.4h
Remove Sidewalk
2092
SF
$1.43
$2,991.56
13
Sfreet
SP3.4i
Light "Relocation
Sawcut Asphalt Concrete
MW
650
LF
$3.47
3r VA W
$2,255.50
��
14
SP3.6a
Coordinate Street Light Relocations with
Edison
1
LS
$506.00
$506.00
15
SP3.6b
Place New 2" Conduit Into Existing 5"
Duct/Sleeve to Vault Wall
1
LS
$450.24
$450.24
16
SP3.6c
Install 10"x17x24" Handhole
3
EA
$398.72
$1,196.16
17,
SP3.6d
Install 2" Conduit
360
LF
$7.85
$2,826.00
18
SP3.6e
Install 1.5" Conduit
180
LF
$6.72
$1,209.60
s. .-. v..-.
AsphaltRavuiYZ
-s.Ai
i F IZ ...i" F t2 i1]v!
a.I4:
4 hf"
70
fsY+ d'3
U,.,.,sa.._
TN
�- vn
$206.03
Sn➢ �'' t { 4. I:
$14,422.10
19 1
SP3.8a
AC -PG 64-10 (6" thick) includes 8" of CAB
20
SP3.81b
Cold Mill and Overlay 1 1/2" Minimum
Thickness of C2 -PG 64-10 Asphalt
3312
SF
$1.91
$6,325.92
a
Con
_ ..
H - S 3 t 3F3 8
r ,i,im.
baa
_., _.
A r x ^, pkv
x
x....„.u*ew. ..-.. .i_,-....C.Nt,s
�3'y'nn�P+g,�
..._...,,...x......i- .
z a
- - - --$3.14 --,-$E3,625.40.
-2-1 --SP-3.9a
- Construct Sidewalk -(4" thick) -T2110 ---- -SF- -
... ......k
a "^ ,e itl ScYedule contnued onrlollowing page;
..: .. . ..". ..__�..]. e. ... ......!: ..M A.: _.. ...o -,..._...r .. ..v..-.....:. .AY. n`e.. .." A ...-r(: X..A. n....... .._X -..0 Sv .....":.i1:... N. tSi...>n.
. x: n. r r ✓.. v Cr
C-2
INTERMODAL ACCESS AT HMNH
Project C1006
22 SP3.91b
Construct Bus Pad (8" thick) includes 6"
1010
SF
$9.35
$9,443.50
of CAB
23 SP3.9c
Construct stamped Concrete (4" thick)
1566
SF
$7.52
$11,776.32
24 SP3.9d
Construct PCC Curb [Type A1-200(8)]
115
LF
$31.31
$3,600.65
Construct PCC Curb and Gutter
25 SP3.9e
30
LF
$75.85
$2,275.50
Te Al -200(8))
26 SP3.9f
Construct Concrete Median Curb and
275
LF
$27.25
$7,493.75
Gutter Te B3-150(6)1
27 SP3.9g
Construct PCC Curb and Gutter
170
LF
$24.73
$4,204.10
T e A3-200(8)]
Construct 6' Wide Longitudinal Gutter includes
28 SP3.9h
1025
SF
$7.71
$7,902.75
6" of CAB
D�alna e:Faclllhes
VOR 1,7K11-111.1-
EN al
A
29 SP3.10 Construct Parkway Drain No. 1
36
1 LF 1 $156.96
$5,650.56
Signing,aricl'$tnpng.,"
_.
30
SP3.11a
Install Street Name Sign
1
EA
$364.00
$364.00
31
SP3.11b
Install 8" White Channelizing Stripe -
71
LF
$7.09
$503:39
Detail 38
32
SP3.11c
Install e Thermoplastic Pavement
lArrnw
84
SF
$8.12
$682.08
33
SP3.11d
lInstall RaisedPavement Marker-
n=i-Aii 13
310
LF
$1.61
$499.10
34
SP3.11e
Install 8" White Stripe w/ Reflectors -
165
LF
$2.98
$491.70
Detail 38C
35
SP3.11f
-
nsa Raised Pavementar er-
Detail 26
851
LF
$0.73
$621.23
36
SP3.11g
Install New Sign Complete
2
EA
$347.20
$694.40
.y... ..... ., tY.t ''�" Fi W Y F.
andscapmg &.Irngatidn:: ,.,'.: „ sr ..;.,, i�w
T
t =
37
SP3.12a
Tree Relocation
2
EA
$6,012.12
$12,024.24
38
SP3.12b
Install Automatic Irrigation System
2255
SF
$8.74
$19,708.70
39
SP3.12c
1 -gal Shrub
15
EA
$12.49
$187.35
40
SP3.12d
Flats (64 Plants per Flat)
52
EA
$53.54
52,784.08
41
SP3.12e
Sod
700
SF
$1.31
$917.00
42
SP3A2f
Fine Grade and Soil Preparation
2255
SF
$1.03
$2,322.65
43
SP3.12g
Bark Mulch Layer
1555
SF
$0.48
$746.40
44
SP3.13 90
-day Landscape Maintenance Period
1
LS
$3,067.72
$3,067.72
TOTAL BID IN FIGURES $ $174 122.93
**TOTAL BID IN WORDS: ONE HUNDRED SEVENTY FOUR THOUSAND ONE HUNDRED
TWENTY-TWO DOLLARS AND NINETY-THREE CENTS
C-3
INTERMODAL ACCESS AT HMNH
Project C'1 ooe
DESIGNATION OF SUBCONTRACTORS
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG -12-13-C7006
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
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 Y: 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.
SubcontractorLindy's Cold Planing
DBE STATUS: DBE 40089
Dollar Value of Work $3,950.00
Age of firm: 27 years
Certifying Agency: CA DOT
Annual Gross Receipts: 3.5 Million
Location and Place of Business
Certifying Agency: CA DOT
Annual Gross Receipts: 22 Million
625 W. Mountain View La Habra,
CA 90631
Bid Schedule Item Nos:
Description of Work
Bid Schedule Item Nos:
20
Cold Milling
8
License No.
Exp. Date: / /
Phone( )
754500
1 09/30/14
562-694-4015
Subcontractor
DBE STATUS: DBE 35817
Dollar Value of Work $2560.00
Treesmith Enterprises, Inc
DBE 7988
Annual Gross Receipts: >5 Million
Age offirm: 52 ears
Certifying Agency: CA DOT
Annual Gross Receipts: 22 Million
Location and Place of Business
1551 N. Miller St Anaheim, CA 92806
Bid Schedule Item Nos:
Description of Work
Description of Work
8
Removal of Trees
Trucking and Material Supply
License No.
Exp. Date: / !
Phone( )
802705
01/31/14
714-996-6037
Subcontractor
DBE STATUS:
—]
Dollar Value of Work $6,908.00
Rivera Trucking, LLC
DBE 7988
Age of firm: 4 ears
Certi in A enc : CA DOT
Annual Gross Receipts: 22 Million
Location and Place of Business
12645 Wells Place, Chino, CA 91710
Bid Schedule Item Nos:
Description of Work
5, 19
Trucking and Material Supply
License No.
Exp. Date: / /
Phone ( ) 851.212-5619
389777
09-30-14
C-4
INTERMODAL ACCESS AT HMNMH
Project C10M
DESIGNATION OF SUBCONTRACTORS
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG -12-13-C1006
Project C1006
Federal -Aid Project No. TCSPL - 6460(072)
City of Santa Clarita, California
Subcontractor
DBE STATUS:
Dollar Value of Work $36,737.10
American Landscape
N/A
Age of firm:
Certifying Agency:
Annual Gross Receipts:
Location and Place of Business
Exp. Date: / /
7013 Owensmouth Ave
Conoga Park, CA 91303
Bid Schedule Item Nos:
Description of Work
Description of Work
30-36
37-44
License No.
Landscape
Phone( )
License No.
09/31/2013
Exp. Date: / !
Phone ( )
288229
01/31/2015
(818)999-2041
Subcontractor
DBE STATUS: N/A
Dollar Value of Work $3,441.00
Superior Pavement Markings
Age of firm:
Certifying A enc :
Annual Gross Receipts:
Location and Place of Business
Exp. Date: / /
Phone ( )
5312 Cypress St Cypress, CA 90630
Bid Schedule Item Nos:
Description of Work
30-36
Pavement Marking and Sign Install
License No.
Exp. Date: / /
Phone( )
776306
09/31/2013
714-995-9100
C-5
INTERMODAL ACCESS AT HMNMH
Project 01005
DBE STATUS:WA
Dollar Value of Work $5,510.00
nd Company Incm:
os:
Cert' in A e :
Annual Gross Receipts:
and Place of Businessast
Exp. Date: / /
Phone ( )
Pactor
Garvey Ave Baldwin Park CA 91706ule
Item Nos:
Description of Work
Electrical
No.
Exp. Date: / /
Phone( )
161273
05-31-13
626-338-9923
C-5
INTERMODAL ACCESS AT HMNMH
Project 01005
DBE STATUS:
Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Ffirm:
of Business
os:
Description of Work
License No.
Exp. Date: / /
Phone ( )
C-5
INTERMODAL ACCESS AT HMNMH
Project 01005
DESIGNATION OF SUBCONTRACTORS
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG42-13-C1006
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
City of Santa Clarita, California
Subcontractor
Age of firm:
DBE STATUS:
Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
Age of firm:
DBE STATUS:
Certifying in Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date:
Phone( )
Subcontractor
Age of firm:
DBE STATUS:
Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone( )
Subcontractor
Age of firm:
DBE STATUS:
Certifying Age nc :
Dollar Valueof Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
C-6
INTERMODAL ACCESS AT HMNMH
Project 01006
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(MCBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG -12-13-C1006
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
City of Santa Clarita, California
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:
1, LAM
etro One Gateway Plaza Los Angeles CA 90012
Name and Address of Owner / Agency
Raul Pedroza 213-922-2000
Name and Telephone Number of Person Familiar with Project
$284,774.00 Bus Cutouts 2/2011
Contract Amount Type of Work Date Completed
2. Newhall Land 25124
nthia Raville 661-255-4000
3. Kern County Roads Department 2700 M Street Suit
Sam Lux 661-706-2064
Name and Telephone Number of Person Familiar with Project
$569,158.00 Street Improvements 5/2012
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:
Millennium Corporate Solutions Inc 550 N. Brand #1100 Glendale CA 91203
Brandt 818-844-4118
The G'uararitee-Company of North America USA i soo Sutler St #735 Concord, CA 94520 - -
Kevin Chambers 925-566-6040
C-7
INTERMODAL ACCESS AT HMNMH
Project CIODS
R.C. Becker and Son, Inc
Contractors Name
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
INTERMODAL (ACCESS AT HENRY YO McBEAN PARKWAY AT AVEN DAALL IAL HOSPITAL
NAVAR E)
Bid No. ENG-12-13-ClD06
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
City of Santa Clarita, California
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.
NONE
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-8
INTERMODAL ACCESS AT HMNMH
Project C10M
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
* * * (Must be filled out by the Bidder and ALL subcontractors over $10,000)
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAYAT AVENIDA NAVARRE)
City Bid No. ENG -12-13-C1006
City Project C1006
Federal -Aid Project No. TCSPL — 5450(072)
City of Santa Clarita, California
This bidder R.C. Becker and Son, Inc , proposed subcontractor
certifies
hereby
that he 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 he
has
X , has not , filed with the Joint Reporting Committee, and Director of Office of
-Federal 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 and Son, nc
By:
Title: Vice Eresldent _..
Date: 2-25-13
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.
C-9
INTERMODAL ACCESS AT HMNMH
Project C1006
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
* * *(Must be filled out by the Bidder and ALL subcontractors over $10,000) * * *
INTERMODAL ACCESS AT HENRYMAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
City Bid No. ENG -12-13-C1006
City Project C1006
Federal -Aid Project No. TCSPL — 5450(072)
City of Santa Clarita, California
This bidder proposed subcontractor Taft Electric Company , hereby
certifies
that he hasJ'!�' , 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 he
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' Committee on Equal Employment Opportunity, all reports that are under
the applicable f! 'ng re uirements.
Company: t .Electric comgan.
By. James Marsh
Title: President
Date., 2/2212013
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 60-1.6, (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.
C-9
INTERMODAL ACCESS AT HM NMH
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
* * (Must be filled out by the Bidder and ALL subcontractors over $10,000)
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
City Bid No. ENG -12-13-C1006
City Project C1006
Federal -Aid Project No. TCSPL — 5450(072)
City of Santa Clarita, California
This bidder American Landscape. Inc. , proposed subcontractor American Landscape. Inc. , hereby
certifies
that he 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 he
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: American Landscape, Inc.
By: VuLVl
i, 4Lr--
Gary Petel�' pn
Title: President. U.
Date: 2/22/13
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.
C-9
INTERMODALACCESS AT HMNMH
Project 01006
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: R.C. Becker and Son, Inc
Business Address: 28355 Kelly Johnson Parkway Santa Clarita CA 91355
Telephone No.:
661-259-4845
State CONTRACTOR's License No. & Class:.
Original Date:
7/22/1969
258762 Class A & C-12
Expiration Date:
6/30/2013
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:
Michael Becker President 23955 Wildwood Canyon Newhall CA 91321 661-296-4690
John Becker, Vice President, 23262 W. Lea Ct Valencia CA 91354 661-297-2187
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 orjoint venture are as
follows: _. -- -:
C-10
INTERMODAL ACCESS AT HMNMH
Project C1006
EL1NPI4
All current and prior DBAs, alias, and/or fictitious business names for any principal having an
interest in this proposal are as follows:
NONE
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title,
hands, and seals of all aforementioned principals this 25th day of 2 2013.
BIDDER:
John Becker, Vice President
Name and Title of Signatory
R.C. Becker and Son, Inc
,Legal Name of Bidder
28355 Kelly Johnson Parkway Santa Clarita, CA 91355
Address
661-259-4845 95-2567499
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
day of 2013.
Notary Public 5Ct c, *A a c h2 J (SEAL)
C-11
INTERMODAL ACCESS AT HMNM H
Project C1006
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On 2/25/13 before me, Lisa 0. Hertzing, Notary Public ,
Date Here Treed Neme end TIIIe of the office,
personally appeared John Becker
7 _
LISA 0.
71 Commission i 19b9170
Notify PUNIC - CN1tomN
Loo A0911" Gosmy
my Came.
who proved to me on the basis of satisfactory evidence to
be the person(e) whose name(&) is/are subscribed to the
within instrument and acknowledged to me that
he/s reAhey executed the same in his/hagt:^i: authorized
capacity(iee), and that by his/496signature(&; on the
instrument the person(*,, or the entity upon behalf of
which the person* acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my! /hand and official seal.
Signature C
Ptocc Nomry Scal Abom Signewreo Notary PUNi�`
OPTIONAL 1
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: Bidder's Information & Certification
Document Data: 2/25/13 Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: John Becker
❑ Individual
❑ Corporate Officer—Title(s): V.P.
❑ Partner — ❑Limited 0General
Attorney in Fact
D Trustee TOP of Thumb here
G Guardian or Conservator
D Other
Signer Is Representing:
R C Becker & Son Inc
Signer's Nat
❑ Individual
O Corporate Officer — Titie(s):
❑ Partner —❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
D Guardian or Conservator
❑ Other:
Signer Is Representing:
m2007Nationel Notary 0.ttocu4on• M3 MSd-Av...P.O. ear 24N•CMt.db, CA 913132492• viww.NallrmfWerynrg Item 45907 R..Mer.CWITOIFFree I -M87&6827
PROPOSAL GUARANTEE
BID BOND
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG -12-13-C1006
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that R.C. Becker and Son. Inc. , as BIDDER,
and The Guarantee ComOany of North America USA as SURETY, are held and
firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percent of Amount Bid
dollars ($ 10% ), which is ten percent (10%) of the total amount bid by BIDDER to AGENCY 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 AGENCY 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 AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
16th
Sohn V -Y ,V,Cr Vire 1�resiZPr�4
Name and Title of Signatory
28355 Kelly Johnson Parkway, Santa Clarita, CA 91355, Telephone: (661) 259-4845
Address
The Guarantee Company of North America USA
1800 Sutter Street, Suite 880. Concord. CA 945:
orney-In-F9t---_, Millennium Corporate Solutions, 550 North Brand Blvd., #1100, Glendale, CA 91203
sworn to this day of Telepho: (626) 275-3000
NOTARY PUBLIC See A (SEAL)
"Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and
telephone 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.
C-13
IN7rERMOUA1 ACCESS AT HMNMH
Projectciow
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
County of Los Angeles
On January 16 2013 before me, Corinne L Hernandez Note ry Puc ,
Date Here Insert Nambli
e and Title of the Officer
personally appeared William Syrkin
Neme(s) of Signer(s)
a..
Nom• CORINNE L. HER'N NOEZ
'�'•'� Commission # 1905205
a re - Notary Public - California z
Z : _ n
Los Angeles County
' My Comm. Expires Sep 24, 2014 –
who proved to me on the basis of satisfactory evidence to
be the persons) whose natne(s) is/&m subscribed to the
within instrument and acknowledged to me that he/sheHhey
executed the same in his/he#N"# authorized capacity(ies),
and that by his heOloefr signatures) on the instrument the
person(s), or the entity upon behalf of which the person(sj
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, hartd d official sell.
fu/ U
Signat P�l/4/fZ0
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below isnot 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
Signer(s) Other Than Named
Capacity(les) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s)
❑ Partner —❑Limited❑General
Q Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
--- The GuaranteeGompany----
of North America USA
Number of
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s):
❑ Partner— ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 Chatsworth, CA 91313-2402 w Nslionafttary.org Item tl5907 Reorder: Cae Tol6Free 1.600,876.6827
THE GUARANTEE COMPANY OF NORTH AMERICA USA
Southfield, Michigan
POWER OF ATTORNEY
KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the
laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint
IfIlliant Syokin, Sergio D. Bechara, Rebecca Ann Hans -Bates, Pabicio Ann Bauer, Richard Lerol, Atlair
/Nillennhon Corporate Solutions, Inc
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract
or otherwise.
The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA
USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the
principal office.
The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws
adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003.
The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority:
1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and allach the Seal of the Company thereto, bonds
and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and
2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below
3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and
construction contracts required by the Stale of Florida Department of Transportation. It is fully understood that consenting to the State of
Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety
company of any of its obligations under its bond.
4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to
the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner —
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting
duly called and held on the 6th day of December 2011, of which the following is a true excerpt:
RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification
thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and
such signature and seal when so used shall have the same force and effect as though manually affixed.
pxrcrr IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and
eits corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012.
G S THE GUARANTEE COMPANY OF NORTH AMERICA USA
`i
STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary
County of Oakland
On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me
duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said
instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of
Cynthia A. Takei IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee
a+r„=. Notary Public, State of Michigan Company of North America USA offices the day and year above written.
County of Oakland
My Commission Expires February 27, 2018
Acting in Oakland County
4+.yf4ATM •J
I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true
and correct copy bill Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect.
`smx+tarok IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 16 day of January . 2013
-------- .-----=---- --ter- �� ��-
^�°^n,"„�`'' Randall Musselman, Secretary
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On 2/25/13 before me, Lisa O. Hertzing, Notary Public
Date Here Insert Neme end Tille of the Officer
personally appeared John Becker
LISA 0. HEtITZ9iG
Commission 0 1959174
i MV Public - colt nt"
Lot An Cama
Place Notary Soal Abo
who proved to me on the basis of satisfactory evidence to
be the person(&) whose names) is/are subscribed to the
within instrument and acknowledged to me that
he/she" executed the same in his/her,ttheic authorized
capaciry(ies), and that by his/her,4h& signature(4 on the
instrument the person(s}, or the entity upon behalf of
which the person*acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS may phand and official seal.
Signature
we of Notary f is
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 o/ this form to another document.
Description of Attached Document
Title or Type of Document: Bid Bond
Document Date: 1/16/13 Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: John Becker
❑ Individual
Corporate Officer —Title(s): V.P.
❑ Partner — ❑Limited ❑General •�
1 Attorney in Fact
or
❑ 'Trustee
Guardian or Conservator
❑ Other:
Signer Is Representing:
R C Becker & Son Inc
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s):
❑ Partner —❑ Limited G General
LT Attorney in Fact
C. Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
0200 Na0conl Notary Asmciatian•MR)De Sata Aoe. P.O. Box 2402 •Chatswal0, CA 9Jn/ 2402-.NallonalN0lary.or9 1IM45907 R.gfw:CaIITb1Wl.l-800-876G827
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG -12-13-C1006
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
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 pard, 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-14
INTERMODAL ACCESS AT HMNMH
Project C1om
NON -COLLUSION AFFIDAVIT
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG -12-13-C1006
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES 3 §
John Becker being first duly sworn deposes and says that he is
the Vice President (sole owner, a partner, president, etc.) of
R.C. Becker and Son, Inc the party making the foregoing bid; that
such bid is not made in the interest of or behalf of any undisclosed, person, partnership, company,
association, organization or corporation, that such bid is genuine and not collusive or sham, that said
BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid,
or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly
sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or
of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any
other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone
interested in the proposed Contract; that all statements contained in such bid are true, and further, that
said BIDDER has not, directly or indirectly, submitted 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.
2-25-13
Bidder.
S n `
Title Vice President
Subscribed and sworn to and before me this day of 20_
C-15
INTERMODAL ACCESS AT HMNMH
Pmject cl om
CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE g 8202
)XrSee Attached Document (Notary to cross out lines 1-6 below)
❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary)
------------------------------------------------------
2
------------------------------ ---2
---��
----------------------------- -- --
3--------- --- .-- --"-- ---------------
--------------
Signature of Document Signer No. 1
State of California
County of LOS 1 t)!QPJ0-1
-------------------
i19A 0. HERRING It
Commission * 1959174
-e Notary Public • California
Los Ang" County
CaIto M -V 1 Z ----------
Place-
Place Notary Seal Above
Signature of Document Signer No. 2 (if any)
Subscribed and sworn to (or affirmed) before me
on this a day of �ekbr�_, 20J
v �J
b Date Mc'm Year
(i) Sohn 6e.cke,r
Name of Signer
proved to me on the basis of satisfactory evidence
to be the person who appeared before me (.) k}
(tond
Name of Signer
proved to me on the basis of satisfactory evidence
to be the person who appeared before me.)
Signature< Y
Signature of Notary Publ
OPTIONAL
Though the information below is not required by law, it may prove valuable Top of thumb here Top of thumb here
. to persons relying on the document and could prevent fraudulent removal
and reattachment of this form to another document.
Further Descrlption of Any Attached Document/�t� /� j
Title or Type of Document: $Von—�•)fk\ m, AYt1oiay4 -
Document Date: _-I d S l I 3 Number of Pages: (
Signer(s) Other Than Named Above:
0 2010 National Notary Msoclation • NationalNotary.org • 1 -600 -US NOTARY (1-800-8]6-682]) Item #5910
BIDDER'S QUESTIONNAIRE
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG -12-13-C1006
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
City of Santa Clarita, California
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 separate page(s) and attach hereto.
1. Submitted by: John Becker Telephone:661-259-4845
Principal Office Address: 28355 Kelly Johnson Parkway Santa Clarita CA 91355
2. Type of Firm:
Individual:
Partnership:
3a. If a corporation, answer these questions:
Date of Incorporation: 12/18/1968 State of Incorporation: California
President's Name: Michael Becker
Vice -President's Name: John Rprkpr
Secretary or Clerk's Name: Dan s hackart =—
Treasurer's Name: nan Rr h nk^rt --
3b. If a partnership, answer these questions:
Date of organization: State Organized in:
Name of all partnersholding more than a 10% interest:
Designate which are General or Managing Partners.
4. Name of person holding CONTRACTOR's license: John Becker
License number: 258762 Class: A, 6-12 Expiration Date: 6-30-13
5. CONTRACTOR's Representative: John Becker
Title: Vice President
Alternate: Vince Tellez
Title: Chief Estimator
6. List the major construction projects your organization has in progress as of this date:
----_.— _._.___ _ NewHall-Land-----
—
Owner: -(A) --Evans and`Sons. Inc -" -(B)— -- -
Project Location: malinu CA Santa Clarita, CA
Type of Project: Streat Improvemantc Street Improvernents
C-16
INTERMODAL ACCESS AT HMNMH
Project C1006
CERTIFICATION OF NON -SEGREGATED FACILITIES
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(McBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG -12-13-C1006
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
City of Santa Clarita, California
.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
T_-nTrB_,ecker� ONTRACTOR
R.C. Becker and Son, Inc
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-17
INTERMODAL ACCESS AT HMNMH
Project CI006
NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS
INTERMODAL ACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
(MCBEAN PARKWAY AT AVENIDA NAVARRE)
Bid No. ENG-12-13-CID06
Project C1006
Federal -Aid Project No. TCSPL - 5450(072)
City of Santa Clarita, California
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge
and belief, that:
(1) 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 Federal agency, a Member of Congress, an 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.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any Federal agency,
a Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form -LLL, "Disclosure of Lobbying
Activities," in conformance with its instructions.
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 Section 1352, Title 31, U.S. Code. 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 prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts, which exceed
$100,000 and that all such sub -recipients shall certify and disclose accordingly.
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 APART-OF..THE.P_ROPOSAL...BIDDER_ S_ARE CAUTIONED THAT MAKING A FALSE
CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION.
C-18
INTERMODAL ACCESS AT HMNMH
PrOJW C1006
DISCLOSURE OF LOBBYING ACTIVITIES
1. 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
11 Prime E]Subawardee
Tier_, if known
Congressional District, if known
6. Federal Department/Agency:
S. Federal Action Number, if known:
10. a. Name and Address of Lobby Entity
(If individual, last name, first name, MI)
I1.
12.
14.
31 U.S.C. 1352
3. Report Type:
Ela. initial .
b. material change
For Material ChangeOnly:
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
7. Federal Program Name/Description:
CFDA Number, if applicable
9. Award Amount, if known:
b. Individuals Performing Services (including .
address if different from No. I Oa)
(last name, first name, MI)
(attach Continuation Sheet(s) if necessary)
Amount of Payment (check all that apply) 13. Type of Payment (check all that apply)
$ actual planned a. retainer
b. one-time fee
Form of Payment (check all that apply): c. commission
ea. cash d. contingent fee
b. in-kind; specify: nature a 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 11:
(attach Continuation Sheet(s) if necessary)
15. Continuation Sheet(s) attached: Yes 11 No x
16. Information requested through this form is authorized by Title
31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: i
was placed by the tier above when his transaction was made '
or entered into. This disclosure is required pursuant to 31 print N e John Becker
U.S.C. 1352. This information will be reported to Congress
semiannually and will be available for public inspection. Any _ Vice President
person who fails to fie the required disclosure shall be subject Title:
to a civil penalty of not less than $10,000 and not more than — — ---
$1 OD,000 for each such failure. Telephone No.: 661-259-4845 Date: 2 -25 -
Federal
C-19
INTERMODAL ACCESS AT HMNMH
Projscl 01005
Authorized for Local Reproduction
Standard Form - LLL
INSTRUCTIONS FOR COMPLETION OF SF -LLL,
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 and/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. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified
in item 4 to influenced the covered Federal action.
(b) 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).
11. 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.
12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify
the nature and value of the in-kind payment.
13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.
14. 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.
15. Check whether or not a continuation sheet(s) is attached.
16. The certifying official shall sign and date the form, 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
--
ofinformation, including-su—ggege stions for reducing this burden, to the Offiee of Management and Bridget; Piipiawor
Reduction Project (0348-0046), Washington, D.C. 20503. SF-LLLdnsrmctons Rev. 06-0440aENDM,
C-20
INTERMODAL ACCESS AT HMNMH
Project C1006
EXHIBIT 15-G LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS)
NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM
LOCAL AGENCY: City of Santa Clarlta LOCATION: Sante Clarit2 CA
PROJECT DESCRIPTION: Intermodal Access At Henry Mave Newhall Memorial Hospital
TOTAL CONTRACT AMOUNT:$ $174,122,93
BIDDATE: 2-14-13
BIDDER'S NAME: R.C. Becker and Son Inc
CONTRACT DBE GOAL: 7.3%
CONTRACT ITEM OF WORK AND DESCRIPTION BE CERT NO.
AME OF EACH DBE DOLLAR AMOUNT
ITEM N0. R SERVICES TO BE AND EXPIRATION
(Must be certified on the date bids BE
UBCONTRACTED OR MATERIALS DATE
are opened - include DBE address
0 BE PROVIDED (or contracted if the
d phone number)
bidder is a DBE)
20 Cold Mill 40089 12-30-14
Lindv's Cold Planino $3,950.00
8 Removal of Trees 11,rP17 11-15-15
Treesmith Enterprises, In $2,560.00
5 19 Trucking and Material Supply 7.PRA 12-05-15
Rivera Trucking, LLC S6.908.00
For Local Agency to Complete:
Total Claimed DBE $ 13,418.00
Local Agency Contract Number:
Participation
7.70 %
Federal -aid Project Number:
Federal Share:
Contract Award Date:
Local Agency certifies that all DBE certifications have been verified and
Signature of Bidder
information is complete and accurate. -
2-25-13 (661) 259-4845
Dare (AreaWde)el..
Dan SchackartLocal
Print Name Signature Date
Agency RepresentativePerson
to Contact (Pleas)
(Area Code) Telephone Number:
Local Agency Bidder DBE Commitment (Construction Contracts)
(Rev 626/09)
Distribution: (I)Copy-Faxor scan scopy tothe Caltrans DistrtctLocal ASsistanceEiigineer(DliAE)withi"n"30 days of - contract execution.-Failure—
to send a copy to the DLAE within 30 days of contract execution may result in de -obligation of funds for this project.
(2) Copy -Include in award package to Caltrans District Local Assistance
(3) Original - Local agency files
C-21
INTERMODAL ACCESS AT HMNMH
Project C100a
Unified Certification Program
Back To Query Form
Search Returned 1 Records
Query Criteria
Firm ID: 40089
Firm Type: DBE
Firm ID
Firm/DBA Name
Address Line1
Address Line2
City
State
Zip Code1
Zip Code2
Mailing Address Line1
Mailing Address Line2
Mailing City
Mailing State
Mailing Zip Code1
Mailing Zip Code2
Certification Type
EMail
Contact Name
Area Code
Phone Number
Fax Area Code
Fax Phone Number
Agency Name
Counties
Districts
DBE NAICS
ACDBE NAICS
Work Codes
Licenses
Trucks
Gender
Ethnicity
Firm Type
40089
CINDY TRUMP INC DBA LINDY'S COLD PLANING
625 S. MOUNTAIN VIEW
LA HABRA
CA
90631
DBE
null null
LOS ANGELES COUNTY METRO TRANSPORTATION AUTHORITY (MTA)
10; 13; 14; 15; 19; 27; 29; 30; 33; 34; 35; 36; 37; 40; 42; 50; 53; 54:55;
02; 03; 05; 06; 07; 08; 09; 10; 11; 12;
237310;237990;238910;
Page 1 of 1
Mon Feb 25 09:11:10 PST 2013
C1531 PLANE ASPHALT CONCRETE; C1901 ROADWAY EXCAVATION; C2201 FINISHING ROADWAY;
C2401 LIME TREATMENT; C3910 PAVING ASPHALT (ASPHALT CONCRETE); C3990 RECYCLE, RECLAIM
ASPHALT CONCRETE; C4201 GROOVE & GRIND PAVEMENT; C9903 CONSTRUCTION CLEAN UP; C9905
CUTTING;
A General Engineering Contractor;
F
CAUCASIAN
DBE
Back To Query Form
http://www.dot.ca.gov/ucp/QuerySubmit.do 2/25/2013
Unified Certification Program
Back To Query Form
Search Returned 1 Records
Query Criteria
Firm ID: 35817
Firm Type: DBE
Firm ID
Firm/DBA Name
Address Linel
Address Line2
City
State
Zip Codel
Zip Code2
Mailing Address Line1
Mailing Address Line2
Mailing City
Mailing State
Mailing Zip Codel
Mailing Zip Code2
Certification Type
EMail
Contact Name
Area Code
Phone Number
Fax Area Code
Fax Phone Number
Agency Name
Counties
Districts
DBE NAICS
ACDBE NAICS
Work Codes
Licenses
Trucks
Gender
Ethnicity
Firm Type
35817
TREESMITH ENTERPRISES, INC
1551 N. MILLER ST
ANAHEIM
CA
92606
DBE
info@treesmith.net
JEANNETTE RAMIREZ
(714)
996-6037
(714)
996-6057
DEPARTMENT OF TRANSPORTATION
19; 30; 33; 36;
07; 08; 12;
561730;
Page 1 of 1
Mon Feb 25 09:11:38 PST 2013
A0780 LANDSCAPE & HORTICULTURAL SERVICES; A0781 Landscaping, Tree Services; C1601 CLEARING
& GRUBBING;
C27 Landscaping Contractor;
F
HISPANIC
DBE
Back To Query Form
http://www.dot.ca.goviucp/QuerySubmit.do 2/25/2013
Unified Certification Program
Back To Query Forn1
Search Returned 1 Records
Query Criteria
Firm ID: 7988
Firm Type: DBE
Firm ID
Firm/DBA Name
Address Line1
Address Line2
City
State
Zip Code1
Zip Code2
Mailing Address Lme1
Mailing Address Line2
Mailing City
Mailing State
Mailing Zip Code1
Mailing Zip Code2
Certification Type
Entail
Contact Name
Area Code
Phone Number
Fax Area Code
Fax Phone Number
Agency Name
Counties
Districts
DBE NAICS
ACDBE NAICS
Work Codes
Licenses
Trucks
Gender
Ethnicity
Firm Type
7988
RIVERA TRUCKING, LLC
12645 WELLS PLACE
CHINO
CA
91710
Page 1 of 1
Mon Feb 25 09:11:56 PST 2D13
DBE
riveratrkg@aol.com
CYNTHIA L. ZORN
(951)
212-5619
(909)
614-7073
DEPARTMENT OF TRANSPORTATION
01; 10; 12:13; 14; 15; 16; 19; 2t); 22; 23; 24; 27; 28; 30; 31; 33; 34; 36; 37; 40:41; 42
58;
D1; 03; 04; D5; 06; 07; 08; 09; 10; 11; 12;
484220;
43; 44; 49; 54; 55; 56; 57;
C9602 BOTTOM DUMP TRUCKING; C9605 FLAT BED TRUCKING; C9771 TRUCK BROKER; C9774
TRUCKER;
FOR HIRE - 3;
F
NATIVE AMERICAN
DBE
Back To Query Fonn
http://www.dot.ca.gov/ucp/QuerySubnait.do 2/25/2013
INSTRUCTIONS - LOCAL AGENCY BIDDER
DBE COMMITMENT (CONSTRUCTION CONTRACTS)
ALL BIDDERS:
PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder
or the second or third low bidder, it must submitted and received as specified in the Special Provisions. Failure to
submit the required DBE commitment will be grounds for finding the bid nonresponsive
The form requires specific information regarding the construction contract: Local Agency, Location, Project Description,
Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal.
The form has a column for the Contract Item Number and Item of Work and Description or.Services to be
Subcontracted or Materials to be provided by DBEs. Prime contractors shall indicate all work to be performed by
DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a
certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors'
certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must
be certified on the date bids are opened and include the DBE address and phone number).
IMPORTANT: Identify all DBE firms participating in the project regardless of tier. Names of the First -Tier
DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the
names and items of work in the "List of Subcontractors" submitted with your bid.
There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars
and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100% of
item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished
by the DBE.) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction
contracts), to determine how to count the participation of DBE firms.
Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the
name of the person to contact.
Local agencies should complete the Local Agency Contract Award, Federal -aid Project Number, Federal Share,
Contract Award Date fields and verify that all information is complete and accurate before signing and filing.
C-22
INTERMODAL ACCESS AT HMNMH
Project C1006
EXHIBIT 15-H DBE INFORMATION —GOOD FAITH EFFORTS.
DBE INFORMATION - GOOD FAITH EFFORTS
Federal -aid Project No. TCSPL No. 5450 (072) Bid Opening Date
2-25-13
The _ City of Santa Clarita established a Disadvantaged Business Enterprise (DBE)
goal of 7.3 % for this project. The information provided herein shows that a good faith effort was
made.
Lowest, second lowest and third lowest bidders shall submit the following information to document
adequate good faith efforts. Bidders should submit the following information even if the "Local Agency
Bidder DBE Commitment" form indicates that the bidder has met the DBE goal. This will protect the
bidder's eligibility for award.of the contract if the administering agency determines that the bidder failed
to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder
made a mathematical error.
Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient
documentation to demonstrate that adequate good faith efforts were made.
The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special
Provisions:
A. The names and dates of each publication in which a request for DBE participation for this project was
placed by the bidder (please attach copies of advertisements or proofs of publication):
Publications - Dates of Advertisement
Star
B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the
dates and methods used for following up initial solicitations to determine with certainty whether the
DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.):
Names of DBEs Solicited Date of Initial Follow Up Methods and Dates
Solicitation
**SEE ATTACHED**
C-23
INTERMODAL ACCESS AT HMNMH
Project C1006
Ex hi bit 15 -H t tcM 1�
Niki
From: Vince Tellez <vetrcb@gmail.com>
Sent: Tuesday, January 15, 2013 11:16 AM
To: nffrcb@gmail.com
Subject: FW: Weekly Bid Flash DBE Ad Affidavit - Intermodal Access at Henry Mayo Newhall
Memorial Hospital (McBean Pkwy at Avenida Navarre)
Vince Tellez
RC Becker and Son
28355 Kelley Johnson Parkway
Valencia, CA 91355
Office: 66J 2594845
Cell: 805 432 6433
Fax: 661 259 9869
email: vetrcb(@gmail.com
From: The Weekly Bid Flash[mailto:supportCa)theweeklvbidflash com]
Sent: Tuesday, January 15, 2013 10:48 AM
To: Vince Tellez
Subject: Weekly Bid Flash DBE Ad Affidavit - Intermodal Access at Henry Mayo Newhall Memorial Hospital (McBean Pkwy
at Avenida Navarre)
Proof of Publishing Affidavit
To Whom It May Concern:
Be it known that this is a sworn affidavit that R.C. Becker and Son, Inc did place an advertisement we published on 1/24/2013 in our
nationwide publications, Construction Star, Inc. and The Weekly Bid Flash, seeking Certified Disadvantaged subcontractors and/or
material suppliers for the project Intermodal Access at Henry Mayo Newhall Memorial Hospital (McBean Pkwy at Avenida
Navarre).
A copy of the advertisement is below:
Of
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
is requesting quotations from all qualified
DBE
sub -contractors and material suppliers for the following project:
Intermodal Access at Henry Mayo Newhall Memorial Hospital (McBean Pkwy at Avenida Navarre)
City/Location: Santa Clarita
County: Los Angeles
Owner: City of Santa Clarita
Date: _Thursd_ay2/14/20j$at11_00AM -
We are requesting bids for the following trades and/or supplies:
SWPPP, Underground, Cold Mill, Striping, Landscaping and Irrigation Subcontractors
Sector 23 --Construction
. Highway, Street, and Bridge Construction
Bid documents can be viewed at or obtained from:
Please request plans and spec's via contacts e-mail.
R.C. Becker and Son, Inc
28355 Kelly Johnson Parkway
Santa Clarita, CA 91355
Phone: (661) 259-4845 Fax: (661) 259-9869
Vince Tellez
vetrcbegmail.com
Published on 1/24/2013 1:00:00 AM
by The Weekly Bid Flash and The Construction Star
Trade and Focus Publications
located at www theweeklvbidflash.com and www.constarl.com
Phone: 1.800.479.5314 Fax: 1.619.688.0585
This solicitation Ad will run until the bid date
Our publication is a listed approved source by the State of CA , Dept. of General Services, Office of Small Business Certification &
Resources, in its Resource Packet,
Since, 1989 our firm has been proud to help businesses reach Certified Disadvantaged firms statewide.
If you should need any further information, please do not hesitate to contact us at 800-479-5314.
Thank you again!
Construction Bidboard Inc.
11622 EI Camino Real, Suite 100
San Diego, CA 92130
www.theweeklybidflash.com 800-479-5314
R)
txh16t lS-t-1 1tr ry, t)
C
C c c cc C c c c c c c L c C
l0 f0 M M M N M f0 (O N f0 -(6i —f0,
Y 7 — LL
c U W W W W W m W W W W W W W W m
k6
,O
W J
Q Q
� m
Z uOa a
U
C Z U Z U O U CL
Z w U U z— Z U Z O
Z_ Z ?
Z w Q Z a Z a Z
u z w Q u~ W U = w H
m a Z w a Z a0 w w cn 0 a N H
Z p v N
a
Z Z w z w 0¢ w 0 Z g Q w' w Q z
Q O Z w w U w w
U' Z O N w Z> 0¢ 0 0 0 w
E m vagi Z ui m U o v 2 i a ✓W~
LL Q Q Q U O z w N v¢i a vi m a vOi Q
O m N m N W V N M W H �D n N M H
O to
N N tD lD r O M N m W V lD H OVI
E m n m
Ow m m t0 O m m� N O
m .-1 v m m N m N m m m m a
v v ---
.0 0.o N N oLnoLum
0 m m m m '7-
0 0 0 0 0 0
U V U V U U U
O
O
O
0
O
O
O
O
0
0
0
0
U'
O
C
a
a
O.
a
a
Z
o.
a
a
a.
a
a
Q
o.
Z
a
a
N
G!
0
0
0
0
0
0
0
0
0
0
0
0
0
O
�
C
C
c
C
C
CO
C
C
C
c
C
C
C
c
CD
C
O.
.v
�
LL
LL
LL
LL
LL
N
LL
OJ
LL
N
LL
d
LL
N
LL
N
N
N
w
LL
LL
O
c
LD
t0
tD
lD
N
lO
tD
tD
tD
LD
LL
tD
LL
tD
LL
LD
m
LL
a
'(a
.�mm
y
m
(a
�a
m
m
m
m
mmfaro
x
N
N
N
E
E
E
E
2
E
O
N
N
N
N
v
N
M
C
C c c cc C c c c c c c L c C
l0 f0 M M M N M f0 (O N f0 -(6i —f0,
Y 7 — LL
c U W W W W W m W W W W W W W W m
k6
,O
W J
Q Q
� m
Z uOa a
U
C Z U Z U O U CL
Z w U U z— Z U Z O
Z_ Z ?
Z w Q Z a Z a Z
u z w Q u~ W U = w H
m a Z w a Z a0 w w cn 0 a N H
Z p v N
a
Z Z w z w 0¢ w 0 Z g Q w' w Q z
Q O Z w w U w w
U' Z O N w Z> 0¢ 0 0 0 w
E m vagi Z ui m U o v 2 i a ✓W~
LL Q Q Q U O z w N v¢i a vi m a vOi Q
O m N m N W V N M W H �D n N M H
O to
N N tD lD r O M N m W V lD H OVI
E m n m
Ow m m t0 O m m� N O
m .-1 v m m N m N m m m m a
v v ---
.0 0.o N N oLnoLum
0 m m m m '7-
0 0 0 0 0 0
U V U V U U U
E-A[ bi t 15-H 1b --m 6
Niki '&� 0 1p
From: Vince Tellez <vetrcb@gmail.com>
Sent: Friday, January 18, 2013 3:16 PM
To: nffrcb@gmail.com
Subject: FW: DBE Cold Milling Contractor
FYI
Vince Tellez
RC Becker and Son
28355 Kelley Johnson Parkway
Valencia, CA 91355
Office: 661 259 4845
Cell: 805 432 6433
Fax: 661 259 9869
email: vetrcba email.com
From: Daryl Vorne [mailto:daryl(alabslconstruction.com]
Sent: Friday, January 18, 2013 2:56 PM
To: Vince Tellez
Subject: RE: DBE Cold Milling Contractor
The job is too small for us to be competitive since we are out of the bay area and Sacramento.
Thanks for the bid invite though. We would love to bid on somelarger multi day jobs.
Thanks,
Daryl Vorne
ABSL Construction
510-727-0900
510-727-0912 fax
From: Vince Tellez [mailto:vetrcbCa)gmail,com]
Sent: Friday, January 18, 2013 12:54 PM
To: Daryl Vorne
Subject: RE: DBE Cold Milling Contractor
3,312 SF
Vince Tellez
RC Becher and Son
28355 Kelley Johnson Parkway
Valencia, CA 91355
Office: 661 259 4845
Cell: 805 432 6433
Fax: 661 259 9869
_email:.vetrcb@gmaH.com-- --
From: Daryl Vorne [mailto:darylCalabslconstruction.com]
Sent: Friday, January 18, 2013 11:30 AM
To: vetrcbCagmail.com
Subject: DBE Cold Milling Contractor
How much Cold Milling is needed on the Henry Mayo Newhall project?
Daryl Vorne
ABSL Construction
510-727-0900
510-727-0912 fax
Niki
From:
Niki <nffrcb@gmail.com>
Sent:
Friday, January 18, 2013 11:01 AM
To:
dar l@abslconstruction.com
Cc:
nffrcb@gmaii.com
Subject:
Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Cold Mill Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. C1006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
httos://rcbeckera ndso n.sha refi le.COM/d/sfa72elfbc2l4fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcbCWemall.com with any questions
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
JVaki Frarzkiin.
Contract .Admiin.istrator
R.C. Becker & Son, Inc.
28355 I<ellyJohnson Pkwy.
Santa Clarita, CA 91355
P 661-259-4845
F661-259-9869
14
Niki
From: Niki <nffrcb@gmail.com>
Sent: Wednesday, February 06, 2013 8:31 AM
To: rebecca@payco.biz
Cc: nffrcb@gmail.com
Subject: FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Attachments: Addendum l.pdf
Are you interested in bidding this project?
I've attached addendum no 1 changing the bid date to 2/25.
Thanks!
Niki Franklin
R.C. Becker & Son, Inc.
From: Niki [mailto:nffrcbcalomaiI&om]
Sent: Friday, January 18, 2013 11:09 AM
To: rebecca(doayco.biz
Cc: nffrcbCdomail.com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
is bidding as a Prime and is requesting quotation from all DBE qualified
Striping Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. C1006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
httos://rcbeckerandson.sharefile.com/d/sfa72elfbc2l4fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcb@gmail.com with any questions
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thankyou,
Contract s`id titt.rstrator
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
Santa Clarita, CA 91355
Niki
From: Niki <nffrcb@gmail.com>
Sent: Wednesday, February 06, 2013 8:30 AM
To: donnawatson52@yahoo.com
Cc: nffrcb@gmail.com
Subject: FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Are you interested in bidding this project?
I've attached addendum no 1 changing the bid date to 2/25.
Thanks!
Niki Fra.ildin
R.C. Becker & Son, Inc.
From: Niki [mailto•nffrcb@gmail.com]
Sent: Friday, January 18, 2013 11:08 AM
To: don nawatson520yahoo.com
Cc: nffrcb(o)omail.com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Striping Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. 01006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
httos://rcbeckerandson.sharefile.com/d/sfa_72elfbc214fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcb@Pmail.com with any questions
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
. ki Frankftn
---Contract-Adntinistratar -
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
Santa Clarita, CA 91355
P 661-259-4845
Niki
From:
Niki <.nffrcb@gmail.com>
Sent:
Wednesday, February 06, 2013 8:29 AM
To:
scyjunior@aol.com
Cc:
nffrcb@gmail.com
Subject:
FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Attachments:
Addendum l.pdf
Are you interested in bidding this project?
I've attached addendum no 1 changing the bid date to 2/25.
Thanks!
Niki Franklin
R.C. Becker & Son, Inc.
From: Niki rmaIIto:nffrcb0gmall.com]
Sent: Friday, January 18, 2013 11:07 AM
To: scyiunior(d)aol.com
Cc: nffrcb(&gmail.com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Landscaping Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. 01006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
https:Hrcbeckerandson.sharefile.com/d/sfa72elfbc2l4fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcb@gmail.com with any questions
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
Contract Ad)ninistrator
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
Santa Clarita, CA 91355
Niki
From: Niki <nffrcb@gmail.com>
Sent: Wednesday, February 06, 2013 8:29 AM
To: mpadilla@padillalandscape.com
Cc: nffrcb@gmail.com
Subject: FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Attachments: Addendum 1.pdf
Are you interested in bidding this project?
I've attached addendum no 1 changing the bid date to 2/25.
Thanks!
Niki Franklin
R.C. Becker & Son, Inc.
From: Niki fmailto:nffrcb@gmail.com]
Sent: Friday, January 18, 2013 11:07 AM
To: mpadilla padillalandscaoe com
Cc: nfPrcb(&gmail.com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Landscaping Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. C1006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
httr)s://rcbeckerandson.sharefile.com/d/�fa72elfbc2l4fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcb(aamail.com with any questions
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
iviki FrankCin
Contract .Adninistrator
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
Niki
From: Niki <nffrcb@gmail.com>
Sent: Wednesday, February 06, 2013 8:28 AM
To: Izimmermann@iepacific.com
Cc: nffrcb@gmail.com
Subject: FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Attachments: Addendum l.pdf
Are you interested in bidding this project?
I've attached addendum no 1 changing the bid date to 2/25.
Thanks!
Niki Frarddin
R.C. Becker & Son, Inc.
From: Niki rmailto:nffrc1b(0gmail.com]
Sent: Friday, January 18, 2013 11:06 AM
To: Izimmerman riCaliepacific.com
Cc: nffrcbCalgmail.com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Landscaping Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. 03006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
https:Hrcbeckerandson.sharefile.com/d/sfa72elfbc214fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcb@gmail.com with any questions
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
Mki Fra7,t0in
Contract .a dinin istrator
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
14
Niki
From: Niki <nffrcb@gmail.com>
Sent: Wednesday, February 06, 2013 8:28 AM
To: vince@sampoengineering.com
Cc: nffrcb@gmail.com
Subject: FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Attachments: Addendum 1.pdf
Are you interested in bidding this project?
I've attached addendum no 1 changing the bid date to 2/25.
Thanks!
Niki Frattidin
R.C. Becker & Son, Inc.
From: Niki (mailto•nffrcb(alamail.com]
Sent: Friday, January 18, 2013 11:05 AM
To:yince(alsamooengineerinq.com
Cc: nffrcb(@gmail.com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Irrigation Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. C1006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
httr)s://rcbeckerandson.sharefile.com/d/sfa72elfbc2l4fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcb@gmail.com with any questions
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thankyou,
_NikiFrank_Cin __ __ _ _
Contract Adnin.istrator
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
Santa Clarita, CA 91355
16
Niki
From: Niki <nffrcb@gmail.com>
Sent: Wednesday, February 06, 2013 8:27 AM
To: scenv@verizon.net
Cc: nffrcb@gmail.com
Subject: FW: Request for Sub -Bid City of Santa Clar to Henry Mayo Memorial Hospital
Attachments: Addendum l.pdf
Are you interested in bidding this project?
I've attached addendum no 1 changing the bid date to 2/25.
Thanks!
Niki Frattklin
R.C. Becker & Son, Inc.
From: Niki [mailto:nffrc:Vbgmail.com]
Sent: Friday, January 18, 2013 11:05 AM
To: scenv(&verizon net
Cc: nffrcb &Qmaii.com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Irrigation Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. C1006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
https://rc eckerandson.sharefile.com/d/sfa72elfbc2l4fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcb(@gmail.com with any questions
PLEASE REPLYTO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
'NriCi 'ranFaLin_.-___.-----__-
Contract Adta.inistratml
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
Santa Clarita, CA 91355
18
Niki
From:
Niki <nffrcb@gmail.com>
Sent:
Wednesday, February 06, 2013 8:26 AM
To:
info@exbon.com
Cc:
nffrcb@gmail.com
Subject:
FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Attachments:
Addendum l.pdf
Are you interested in bidding this project?
I've attached addendum no 1 changing the bid date to 2/25.
Thanks!
Niki Franklin
R.C. Becker & Son, Inc.
From: Niki [mailto:nffrcb mail.corn
Sent: Friday, January 18, 2013 11:05 AM
To: infoC5)exbon.com
Cc: nffrcbCalgmail.com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Irrigation Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. C1006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
htt;)s://rcbeckerandson.sharefile.com/d/sfa7261fbc2l4fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcbCNgmaiI.com with any questions.
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
Niki Fra7skCin
Contract Adntinistrcctor
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
20
Niki
From: Niki <nffrcb@gmail.com>
Sent: Wednesday, February 06, 2013 8:25 AM
To: ricky@reserrano.com
Cc: nffrcb@gmail.com
Subject: FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Attachments: Addendum l.pdf
.Are you interested in bidding this project?
I've attached addendum no 1 changing the bid date to 2/25.
Thanks—
Niki Franklin
R.C. Becker & Son, Inc.
From: Niki [mailto:nffrcbCalgmail.com]
Sent: Friday, January 18, 2013 11:04 AM
To: rickyCplreserrano.com
Cc: nffrcbTocimail com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Cold Mill Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. 01006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
https:Hrcbeci<eraridson.sharefile.com/d/sfa72elfbc2l4fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcbpgmail.com with any questions.
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
.Niki FranFCin
Contract Administrator
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
22
Niki
From:
Niki <nffrcb@gmail.com>
Sent:
Wednesday, February 06, 2013 8:25 AM
To:
dreambuilder.construction@gmail.com
Cc:
nffrcb@gmail.com
Subject:
FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Attachments:
Addendum l.pdf
Are you interested in bidding this project?
I've attached addendum no 1 changing the bid date to 2/25.
iiifTil!�
Niki Franklin
R.C. Becker & Son, Inc
From: Niki [me !Ito:nffrcbCabamail.com]
Sent: Friday, January 18, 2013 11:03 AM
To: dreambuilder.constructionCagmail.com
Cc: nfPrcbp mail.com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Cold Mill Subcontractors for the fallowing project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. C1006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
https://rcbeckerandson.sherefile.com/d/sfa72elfbc2l4fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellei,
Via phone 661-259-4845 or e-mail vetrcbCdemail.com with any questions.
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
.Niki FrankCin
Contract Administrator
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
24
Niki
From: Niki <nffrcb@gmail.com>
Sent: Wednesday, February 06, 2013 8:23 AM
To: daniel@union-ccc.com
Cc: nffrcb@gmail.com
Subject: FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Attachments: Addendum 1.pdf
Are you interested in bidding this project?
I've attached addendum No 1 changing the bid date to 2/25.
Thanks.
Niki Franklin
R.C. Becker & Son, Inc.
From: Niki [mailto:nffrcbaomail.coml
Sent: Friday, January 18, 2013 11:02 AM
To: daniel(a)union-ccc.com
Cc: nffrcb(o)gmail.com
Subject: Request for Sub -Sid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Cold Mill Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. C1006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
httos://rcbeci(erandson.sharefile.com/d/sf@72elfbc214fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcb@gmail.com with any questions
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
Contmct Adininistmtoir
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
Santa Clarita, CA 91355
26
Niki
From: Niki <nffrcb@gmail.com>
Sent: Wednesday, February 06, 2013 8:22 AM
To: paustin@austin-enterprise.com
Cc: nffrcb@gmail.com
Subject: FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Attachments: Addendum l.pdf
Are you interested in bidding this project?
I've attached Addendum No 1 changing the bid date to 2/25.
Thanks.
Niki Franldin
R.C. Becker & Son, Inc.
From: Niki [ma ilto•nffrcb(algmail.coml
Sent: Friday, January 18, 2013 11:02 AM
To: paustin(a)austin-enterprise.com
Cc: nffrcb@gmail.com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
Is bidding as a Prime and is requesting quotation from all DBE qualified
Cold Mill Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. C1006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
https://rcbeckerandson.sharefile.com/d/sfa72elfbc2l4fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcbCW¢mail.com with any questions.
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
Niki FrankCin
Coittractd7nDgistrator
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
28
Niki
From: Niki <nffrcb@gmail.com>
Sent: Wednesday, February 06, 2013 8:22 AM
To: asapgeneng@aol.com
Cc: nffrcb@gmaitcom
Subject: FW: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
Attachments: Addendum l.pdf
Are you interested in bidding this project?
See attached Addendum No 1, changing the bid date to 2/25.
Thanks!
Niki Franklin
R.C. Becker & Son, Inc.
From: Niki rmailto:nffrcbfalgma!I.coml
Sent: Friday, January 18, 2013 11:02 AM
To: asaogeneng anaol.com
Cc: nffrcb(&gmail.com
Subject: Request for Sub -Bid City of Santa Clarita Henry Mayo Memorial Hospital
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
is bidding as a Prime and is requesting quotation from all DBE qualified
Cold Mill Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. C1006
Bidding 2-14-13
Specifications and Plans for the project are available at the link below:
https://rcbeckerandson.sharefile.com/d/sfa72elfbc2l4fc6a
Please contact myself or R.C. Becker's Chief Estimator, Vince Tellez,
Via phone 661-259-4845 or e-mail vetrcb@gmail.com with any questions.
PLEASE REPLY TO THIS EMAIL STATING WHETHER YOU ARE
INTERESTED OR NOT INTERESTED
Thank you,
-- .Niki Fmiifimn
Contract Adinilzistrator
R.C. Becker & Son, Inc.
28355 Kelly Johnson Pkwy.
30
R.C. BECKER and SON, Inc.
28355 Kelly Johnson Parkway
Santa Clarita, CA 91355
License 258762 Class A, C-12
Phone: 661-259-4845
Fax: 661-259-9869
www.rcbeckerandson.com
A
ATTN: SALES / ESTIMATING `M`
Company: L.A. CONCRETE & GRINDING
Fax number: 951-734-6243
Email:
From: Niki Franklin nffrcb gmail.com
Fax number: 661-259-9869
Date: 2/6/13
Total pgs: 1
t- aIIgli3
RE: REQUEST FOR QUOTE / PRICING
Phone number for follow-up: 661-259-4845
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
is requesting quotations from all qualified Cold Mill DBE
Subcontractors for the following project:
City of Santa Clarita
Henry Mayo Newhall Memorial Hospital
Project No. C1006
Bidding 2-25-13
Specifications and Plans for the project are available at:
https://rcbeckerandson.sharefile..com/d/`s06e33Ob4d994d3O8
Please contact R.C. Becker's Chief Estimator, Vince Tellez, via phone 661-
259-4845 or e-mail vetrcb amail.com with any questions.
PLEASE -IN DICATE INTEREST. AND. -FAX
YES — WILL BID NO — WILL NOT BID
TRANSMISSION VERIFICATION REPORT
TIME
02/06/2013 09:56
NAME
RC BECKER
FAX
6612599269
TEL
6612594845
SEP..#
BROH9J962722
DATE,TIME
02/06 09:56
FAX NO./IJAME
19517346243
C
PAGE(S)N
000:00:35
1 00:35
RESULT
OK
MODE
STANDARD
ECM
AL us400rJ
ATTN.- SALES / ESTIMATING —'" w'
F A X Company: L.A. CONCRETE & GRINDING
Fax number: 951-734-6243
R.C. BECKER and SON, Inc. Email:
28355 Kelly Johnson Parkway From: Niki Franklin nffrcbCd)gmail.com
Santa Clarita, CA 91355 1 Fax number: 661-259-9869
License 258762 Class A, C-12
Phone: 661-259-4845
Fax: 661-259-9869
www.rcbeckerandson.com
Date: 2/6/13
Total Dos: 1
RE: REQUEST FOR QUOTE / PRICING
Phone number for follow-up: 661-259-4845
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
is requesting quotations from all qualified Cold Mill DBE
Subcontractors for the following project:
City of Santa Clarita
U, m. , KAmxf, NIMIAthall Mamnrial HnSnitril
TRANSMISSION VERIFICATION REPORT
TIME
02/19/2013 14:42
NAME
RC BECKER
FAX
6612599669
TEL
6612594845
SER.4
BROHSJ962722
DATE,TIME
02/19 14:42
FAX NO./NAME
19517346243
DURATION
00:00:35
RAGE(S)
01
RESULT
OK
MODE
STANDARD
ECM
R.C. BECKER and SON, Inc.
28355 Kelly Johnson Parkway
Santa Clarita, CA 91355
License 258762 Class A, C-12
Phone: 661-259-4845
Fax: 661-259-9869
www, rcbeckerandson.com
ATTN: SALES / ESTIMATING -"W'-
Company: L.A. CONCRETE & GRINDING
Fax number: 951-734-6243
Email:
From: Niki Franklin nfPrcb@gmail.com
Fax number: 661-259-9869
Date: 2/6/13 #- `oZ 11q 113
Total pgs: 1 FDWDV.) �,
RE: REQUEST FOR QUOTE / PRICING
Phone number for follow-up: 661-259-4845
R.C. Becker and Son, Inc
An Equal Opportunity Employer,
is requesting quotations from all qualified Cold Mill DBE
Subcontractors for the following project:
City of Santa Clarita
Wenry Mavn NPIAlhall Mpmnrial Hncnital
C. The items of work which the bidder made available to DBE firms including, where appropriate, any ,
breaking down of the contract work items (including those items normally performed by the bidder with
its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's
responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to
DBE firms.
Items of Work Bidder Normally
Performs Item
OR
Breakdown of Amount Percentage
Items ($) Of
Contract
Cold Mill $3,950.00 2.26%
D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of
the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and
the price difference for each DBE if the selected firm is not a DBE:
Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection
of the DBEs:
Super Seal and Stripe PO Box 755 Fillmore CA 93016 805-524-7345 - Bid $1,262.82 higher
than selected firm.
Names, addresses and phone numbers of firms selected for the work above:
Lindy's Cold Planing 625W. Mountain View, La Habra, CA 90631 562-694-4015
Superior Pavement Markings 5312 Cypress st Cypress, CA 90630 714-995-9100
E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any
technical assistance or information related to the plans, specifications and requirements for the work
which was provided to DBEs:
As per Advertisement in Weekly Bid Flash and Construction Star, plans and spec's are
available online or via e-mail when requested.
C-24
INTERMODAL ACCESS AT HMNMH
Project C1005
j - -
02/2212013 14:06 SUPER SEAL AND STRIPE tFM18055247428 P.0011003
{ Airport' Highway" Street' Parking Lot
oil'
Striping " Markers 4 Thermoplastic
r Signs' Sealcoat ` Crackfill
3 LIC. # 396627 *MSE/SBE/ UDSE #2003
I I _ ESTIMATE
COMPANY:
ATTN: CITY:
PHONE: FAX: ZIP:
JOB NAME: CITY OF SANTA CLARITA - INTERMODALACCESS AT HENRY MAYO NEWHALL MEMORIAL HOSPITAL
ADDRESS: MC BEAN PARKWAY & AVENIDA NAVARRE CITY: SANTA CLARITA, CA
PLANS:YES SPECS: YES
ESTIMATOR: TREVOR EMAIL: trevor(alsupersealandstripe.com
BID DATE
ACCEPTANCE
START DATE COMPLETION DATE
2/25/13
ITEM #
IDESCRIPTION
QTY U/M
I U. C.
TOTAL
INSTALL IN THERMOPLASTIC MATERIAL
1
MOBILIZATION
1 LS
$2,106.00
$2,106.00
30
INSTALL STREET NAME SIGN (SIGN FURNISHED BY OTHERS)
1 EA
$390.00
$390.00
31
INSTALL 8" WHITE CHANNELIZING STRIPE - DETAIL 38
71 LF
$4.88
$346.13
32
INSTALL WHITE THERMOPLASTIC PAVEMENT ARROW
84 SF
$7.80
$655.20
33
INSTALL RAISED PAVEMENT MARKER - DETAIL 13
310 LF
$0.78
$241.80
34
INSTALL 8" WHITE STRIPE W/ REFLECTORS - DETAIL 38C
165 LF
$2.60
$429.00
35
INSTALL RAISED PAVEMENT MARKER - DETAIL 26
851 LF
$0.33
$276.58
36
INSTALL NEW SIGN COMPLETE
2 EA
$130.00
$260.00
THIS PROPOSAL EXCLUDES THE FOLLOWING:
REMOVAL OF EXISTING STRIPING/PAVEMENT MARKINGS
TEMPORARY STRIPING
CONSTRUCTION AREA SIGNAGE
POSTING OF TEMPORARY NO PARKING SIGNS
MESSAGE BOARDS
TRAFFIC CONTROL PLAN
SURFACE PREP PRIOR TO STRIPING
REMOVAL CF CURING COMPOUND
CURB PAINTING 1 MARKINGS
BASED ON ONE MOVE -IN, ADDITIONAL MOVE- INS @ $1,620/EA
EXCLUDES REMOVAL, NONE ARE SHOWN ON PLANS.
PRICE INCLUDES TRAFFIC CONTROL FOR OUR WORK ONLY
PRICE COVERS LISTED ITEMS ONLY.
TEMPORARY PAINTED TRAFFIC STRIPES (CAT TRACKS) WILL BE
DONE PRIOR TO OPENING ROADWAY TO TRAFFIC. THIS WORK
WILL BE BILLED AT THE RATES BELOW.
COST FOR TEMP STRIPING WILL BE $1,20DISHIFT (2 MAN CREW)
COST FOR MATERIALS FOR TEMP STRIPING WILL BE $150
DOWN TIME CAUSED BY ANYTHING BEYOND THE CONTROL OF
SUPER SEAL AND STRIPE WILL BE BILLED AT $125/MAN HOUR
PRICE DOES NOT INCLUDE PREMIUM FOR SATURDAY OR SUNDAY WORK HOURS
CALL TIM TANNER FOR SCHEDULING • 805 432-3620 PAGE 1 OF 2
TOTAL $4,704.70
A CONTRACT AND FIFTEEN (15) WORKING DANS NOTICE MUST BE GIVEN PRIOR TO STARTING WORK
UPON ACCEPTANCE PLEASE SIGN AND RETURN. ABOVE PRICE NOT VALID AFTER 30 DAYS.
P.O. BOX 755,FILLMORE,CA 93016-0755
(805) 524-7345 - FAX (805) 524-7428
LIC. 4395627 SBE/DBE/WBE CCA -8087
Superior Pavement Markings
�t a 5312 Cypress St
Cypress, Ca 90630
Phone 714.995.9100
License# 776306 Fax 714.995.9400
Union Local 1184
darren@superiorpavementmarkings.com Proposal & Contract 17748
Submit To' Contact.
RC Becker and Son Eugene Hernandez -Office Intermodal Access At Henry Mayo Newhall
22422 12th Street 661-317-9033•Fax 661-259 Memorial Hospital
Newhall, CA 91321-1102 -9869 Mcbean Parkway At Avenida Navarre
Santa Clarita
TG: C1006
One week day mobilization is included.
Additional mobilizations at $950.00 ea.
Traffic control for Superior work areas during Superior work hours only.
A Minimum Of TWO WEEKS NOTICE Is Required Prior To Move In.
Quote Includes: Traffic Paint [NO] - Thermoplastic [YES] - Rpm's [YES] - Removals [NO]
Signing [YES] - Furnish Mast Arm Signs [NO] - Temp Striping [NO]
Superior Pavement Markings Total $3,441.88
by:
Estimator Superior Pavement NIarkin'gs (Sublectto"office approval), �Proposal'valid for -30 days from 2/22/2013'.
All areas to be free and clear off ALL debris prior to Superior Pavement Markings' crews arriving on-site. All moves andjob requirement are mentioned in notes- nothing is
implied unless specifically noted. Not responsible for scheduling other sub's work or scheduling conflicts with other subs. We DOT NOT provide shop drawings of any type
unless prior arran-gements are made. Not responsible for removing temporary striping or temporary "tabs", tape or chip seal markers unless specifically noted. Signs on signal
poles, overhead or truss structures not included unless specifically mentioned in proposal. Superior Pavement Markings is a union company and alljobs are bid using current
union or prevailing wage rates.
Acceptance of Prnnnsal and Con tra rt: I/we accept the within proposal. You are authorized to perform the work comprehended here under and 1/we agree to pay the said
amount in accordance with the terms set forth. By signing this Proposal/Contract below I/we agree to the attached Terms and Conditions.
Date: OwnerlCustomer: Print:
PLEASE SIGNAND REMIT THIS��1 PAGE DOCUMENT TO A80VE ADDRESS.
page 1 of 1
F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or
related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or
leases from the prime contractor or its affiliate:
As per Advertisement in Weekly Bid Flash and The Construction Star.
G. The names of agencies, organizations or groups contacted to provide assistance in contacting,
recruiting and using DBE firms (please attach copies of requests to agencies.and any responses
received, i.e., lists, Internet page download, etc.):
Name of Agency/Organization Method/Date of Contact Results
NONE
H. Any additional data to support a demonstration of good faith efforts (use additional sheets if
necessary):
As per Advertisement in Weekly Bid Flash and The Construction Star P -mail and faxing follow-ups
to ensure all interested DBE's are able to submit a bid.
NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.
C-25
INTERMODAL ACCESS AT HMNMH
Project C1006
ADDENDUM No. 1
INTERMODAL ACCESS AT HENRY MAYO MEMORIAL HOSPITAL
Project No. C1006
Bid No. ENG -12-13-0006
City of Santa Clarita, California
February 4, 2013
This Addendum form is a part of the Contract Documents for the above -identified project and
modifies the original Specifications and Contract Documents, as noted below. Portions of the
Contract, not specifically mentioned in the Addendum, remain in force. All trades affected shall
be fully advised of these changes, deletions, and additions.
NOTICE INVITING BIDS
A-1 Notice Inviting Bids:
This addendum changes the bid opening date to Monday, February 25, 2013. Replace the first and
eighth 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 Intermodal Access at Henry Mayo Newhall Memorial Hospital (McBean Parkway at Avenida
Navarre) project. Bids must be submitted to the Purchasing Division, 23920 Valencia Boulevard,
Suite 120, Santa Clarita, CA, 91355, before 11:00 a.m., on Monday, February 25, 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 Trolis Niebla at (661) 255-4938 or e-mail at tniebla�a Santa-clarita.com
until 1:00 p.m. on or before Monday February 18. 2013. Any questions submitted after February 18, 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 e-mail address in order to receive timely addenda. It is the
responsibility of the plan holder to provide a correct and monitored e-mail address. All signed addenda
must be submitted with the bid proposal. Failure to sign and return all addendums shall render the bid
non-responsive.
SPECIFICATIONS
2. SECTION "C"- PROPOSAL — Replace pages C-9 and C-11 with the attached, revised Equal
Employment Opportunity Certification.
Attachments:
Bid Schedule Pages C-9 — C-11
Intermodal Access at Henry Mayo Memorial Hospital— C1006
Page i oft
Robert G. Ne , Director of Public Works,
Addendum No. 1
City of Santa Clarita
BIDDER'S CERTIFICATE
I acknowledge receipt of this Addendum No.1 and accept the aforementioned.
a- a5 .12013 fIL�GiC
Date B#per's Signature
THIS DOCUMENT TO BE SUBMITTED WITH BID
Intermodal Access at Henry Mayo Memorial Hospital— C1006
Page 2 of 2
Addendum No.1
ADDENDUM No. 2
INTERMODAL ACCESS AT HENRY MAYO MEMORIAL HOSPITAL
Project No. C1006,
Bid No. ENG -12-13-C1006
City of Santa Clarita, California
February 15, 2013
This Addendum form is a part of the Contract Documents for the above -identified project and
modifies the original Specifications and Contract Documents, as noted below. Portions of the
Contract, not specifically mentioned in the Addendum, remain in. force. All trades affected shall
be fully advised of these changes, deletions, and additions.
SPECIFICATIONS
APPENDIX B- FEDERAL PREVAILING WAGES –Replace the entire appendix with
the attached, revised Appendix B.
Attachments:
APPENDIX B
Robert G. Newman, Director of Public Works,
City of Santa Clarita
BIDDER'S CERTIFICATE
I acknowledge receipt of this Addendum No. 1 and accept the aforementicrh • .
�.- a 1j 2013 —lz4
Date B' der's Signature
THIS DOCUMENT TO BE SUBMITTED WITH BID
Intermodal Access at Henry Mayo Memorial Hospital— C1006 Addendum No. 2
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 13-00092
Intermodal Access at Henri, Mavo Newhall Memorial Hospital City Project CI006 (Svstem
Preservation Program Grant Fund 229)
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 R.C.
Becker and Son. Inc.. 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, damaees, 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 lune 2011 Page I of 13
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 Relationshiu
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 and
Revised lune 2011 Page 2 of 13
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 be responsible 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 oil 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.
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.
Should CONTRACTOR. for anv reason. fail to obtain and maintain the insurance required by this
Agreement. Citv 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.
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:
Revised June 2011 Page 3 of 13
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.
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 tern 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 tenn of this
Agreement, and any extension thereof. a policy of fire, extended coverage and vandalism insurance.
Revised June 2011 Page 4 of 13
ARTICLE IX
Pursuant to Senate Bill 541 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.
Non -Effect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terns.
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.
Severabi I ity
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.
Governing Law.
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.
Revised lune 2011 Page 5 of 13
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 (LCP).
CONTRACTOR shall comply with all aspects of the National Pollutant 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.
Conflict of Interest
CONSULTANT will comply with all conflict of interest laws and regulations including, without
limitation, CITY's conflict of interest regulations.
Prevai lin>W aces
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 C1TY's
Ensineering Division or the website for State of California prevailing wage determination at
,ANvw.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at
thejob site.
This contract is subject to both federal and state prevailing wage requirements of the California
Labor Code including Sections 1770 and 1773, the Davis -Bacon and Related Acts 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. If there is a difference between the federal and state wage rates, the Contract and
its subcontractors shall pay not less than the higher wage rate. Contractor shall further adhere to the
requirements contained in the City'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 federal
and State of California 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 federal and State of California 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.
Revised June 2011 Page 6 of 13
The employer must verify the identity, and employment eligibility of anyone to be hired, which
includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall
establish appropriate procedures and controls.so no services or products under the Contract
Documents will be performed or manufactured by any worker who is not legally eligible to
perform such services or employment.
Federal Prevailing Wages
The work being done pursuant to this Contract is paid for in part by the United States of America.
Therefore, pursuant to the provisions applicable to such federal assistance. Contractor
acknowledges and agrees that the services, construction, and maintenance pursuant to this Contract
is. or may become,. subject to certain federal laws and re_ulations, including. but not limited to.
provisions of the Davis -Bacon Act, and particularly 29 Code of Federal Regulations Section 5.5 in
part as follows:
(a) The Agency head shall cause or require the contracting officer to insert in full in any contract in
excess of $2.000 which is entered into for the actual construction. alteration and/or repair, including
painting and decorating, of a public building or public work, or building or wort: financed in whole
or in part from federal funds or in accordance with guarantees of a federal agency or financed from
funds obtained by pledge of any contract of a federal agency to make a loan. grant or annual
contribution (except where a different meaning is expressly indicated), and which is subject to the
labor standards provisions of any of the acts listed in Section 5. 1. the following clauses (or any
modifications thereof to meet the particular needs of the agency provided that such modifications
are first approved by the Department of Labor):
(1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work
(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the
construction or development of the project); will be paid unconditionally and not less often than
once a week, and without subsequent deduction or rebate on any account (except such payroll
deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act
(29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment computed at rates not less than those contained in the wage
determination of the Secretary of Labor which is attached hereto and made a part hereof. regardless
of any contractual relationship which may be alleged to exist between the contractor and such
laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe
benefits under Section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are
considered wages paid to such laborers or mechanics, subject to the provisions of paragraph
(a)(] )(iv) of this section: also, regular contributions made or costs incurred for more than a weekly
period (but not less often than quarterly) under plans, funds, or programs which cover the particular
weekly period, are deemed to be constructively made or incurred during such weekly period. Such
laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage _
determination for the classification of work actually performed, without regard to skill, except as
provided in Section 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time actually
worked therein: provided that the employer's payroll records accurately set forth the time spent in
each classification in which work is performed. The wage determination (including any additional
Revised June 2011 Page 7 of 13
classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis -
Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the
site of the work in a prominent and accessible place where it can be easily seen by the workers.
(ii)(A) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefore only when the
following criteria have been met: (1) The work to be performed by the classification requested is not
performed by a classification in the -wage determination; and (2) The classification is utilized in the
area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B)
If the contractor and the laborers and mechanics to be employed in the classification (if known), or
their representatives, and the contracting officer agree on the classification and wage rate (including
the amount designated for fringe benefits where appropriate), a report of the action taken shall be
sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment
Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator,
or an authorized representative, will approve, modify, or disapprove every additional classification
action within 30 days of receipt and so advise the contracting officer or will notify the contracting
officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the
laborers or mechanics to be employed in the classification or their representatives, and the
contracting officer do not agree on the proposed classification and wage rate (including the amount
designated for fringe benefits, where appropriate), the contracting officer shall refer the questions,
including the views of all interested parties and the recommendation of the contracting officer, to
the Administrator for determination. The Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advice the contracting officer or will notify the
contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate
(including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C)
of this section, shall be paid to all workers performing work in the classification under this contract
from the first day on which work is performed in the classification. (iii) Whenever the minimum
wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit
which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the
wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent
thereof. (iv) If the contractor does not make payments to a trustee or other third person, the
contractor may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that
the Secretary of Labor has found, upon the written request of the contractor, that the applicable
standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor
to set aside in a separate account assets for the meeting of obligations under the plan or program.
(2) Withholding. The CITY shall upon its own action or upon written request of an authorized
representative of the Department of Labor withhold or cause to be withheld from the contractor
under this contract or any other federal contract with the same prime contractor, or any other
federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by
the same prime contractor, so much of the accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by
the contractor or any subcontractor the full amount of wages required by the contract. In the event
Revised June 2011 Not 8 of 13
of failure to pay any laborer or mechanic. including any apprentice. trainee, or helper, employed or
working on the site of the wort: (or under the United States Housing Act of 1937 or under the
Housing Act of 1949 in the construction or development of the project); all or part of the wages
required by the contract, the CITY may, after written notice to the contractor. take such action as
may be necessary to cause the suspension of any further payment, advance, or guarantee of funds
until such violations have ceased.
(3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by
the contractor during the course of the work and preserved for a period of three years thereafter for
all laborers and mechanics working at the site of the work (or under the United States Housing Act
of 1937. or under the Housing Act of 1949, in the construction or development of the project). Such
records shall contain the name. address, and social security number of each such worker. his or her
correct classification, hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section
I(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked. deductions made
and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that
the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in
providing benefits under a plan or program described in Section I (b)(2)(B) of the Davis -Bacon Act,
the contractor shall maintain records which show that the commitment to provide such benefits is
enforceable. that the plan or program is financially responsible, and that the plan or program has
been communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall maintain- written evidence of the registration
of apprenticeship programs and certification of trainee programs, the registration of the apprentices
and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The
contractor shall submit weekly for each week in which any contract work is performed a copy of all
payrolls to the City. The payrolls submitted shall set out accurately and completely all of the
information required to be maintained under Section 5.5(a)(3)(i) of Regulations 29 CFR Part 5. This
information may be submitted in any form desired. Optional Form WH -347 is available for this
purpose and may be purchased from the Superintendent of Documents (federal stock number
029-005-00014-1), U.S. Government Printing Office, Washington; DC 20402. The prime contractor
is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll
submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or
subcontractor or his or her agent who pays or supervises the payment of the persons employed
under the contract and shall certify the following: (1) That the payroll for the payroll period contains
the information required to be maintained under Section 5.5(a)(3)(i) of Regulations 29 CFR Part 5
and that such information is correct and complete; (2) That each laborer or mechanic (including
each helper, apprentice, and trainee) employed on the contract during the payroll period has been
paid the full weekly wages earned, without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the full wages earned, other than
permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic
has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the
classification of work performed, as specified in the applicable wage determination incorporated
into the contract. (C) The weekly submission of a properly executed certification set forth on the
reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification
Revised lune 2011 Page 9 of 13
of any of the above certifications may subject the contractor or subcontractor to civil or criminal
prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code.
(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this
section available for inspection, copying, or transcription by authorized representatives of the CITY
or Department of Labor, and shall permit such representatives to interview employees during
working hours on the job. If the contractor or subcontractor fails to submit the required records or to
make them available, the CITY may, after written notice to the contractor, take such action as may
be necessary to cause the suspension of any further payment, advance, or guarantee of funds.
Furthennore, failure to submit the required records upon request or to make such records available
may be grounds for debarment action pursuant to 29 CFR 5.12.
(4) Apprentices and trainees --(i) Apprentices. Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are employed pursuant to and
individually registered in a bona fide apprenticeship program registered with the U.S. Department
of Labor, Employment and Training Administration. Office of Apprenticeship Training, Employer
and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person
is employed in his or her first 90 days of probationary employment as an apprentice in such an
apprenticeship program, who is not individually registered in the program, but who has been
certified by the Office of Apprenticeship Training, Employer and Labor Services, or. a State
Apprenticeship Agency to be eligible for probationary employment as an apprentice. The allowable
ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than
the ratio permitted to the contractor as to the entire work force under the registered program. Any
worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed
as stated above, shall be paid not less than the applicable wage rate on the wage determination for
the classification of work actually performed. In addition, any apprentice performing work on the
job site in excess of the ratio permitted under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work actually performed. Where a
contractor is performing construction on a project in a locality other than that in which its program
is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate)
specified in the contractor's or subcontractor's registered program shall be observed. Every
apprentice must be paid at not less than the rate specified in the registered program for the
apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in
the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. if the apprenticeship program does not specify fringe
benefits, apprentices must be paid the full amount of fringe benefits listed on the wage
determination for the applicable classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with
that determination. In the event the Office of Apprenticeship Training, Employer and Labor
Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an
apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than
the applicable predetermined rate for the work performed until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than
the predetermined rate for the work performed unless they are employed pursuant to and
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration. The ratio
of trainees to journeymen on thejob site shall not be greater than permitted under the plan approved
Revised June 2011 . Page 10 of 13
by the Employment and Training Administration. Every trainee must be paid at not less than the
rate specified in the approved program for the trainee's level of progress, expressed as a percentage
of the journeyman hourly, rate specified in the applicable wage determination. Trainees shall be paid
fringe benefits in accordance with the provisions of the trainee program. If the trainee program does
not mention fringe benefits. trainees shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administrator of the Wage and Hour Division determines that there
is an apprenticeship program associated with the correspondingjourneyman wage rate on the wage
determination which provides for less than full fringe benefits for apprentices. Any, employee listed
on the payroll at a trainee rate who is not registered and participating in a training plan approved by
the Employment and Training Administration shall be paid not less than the applicable wage rate on
the wage determination for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the registered program shall
be paid not less than the applicable wage rate on the wage determination for the work actually
performed. In the event the Employment and Training Administration withdraws approval of a
training program, the contractor will no longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an acceptable program is approved. (iii)
Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this
part shall be in conformity with the equal employment opportunity requirements of Executive Order
11246, as amended. and 29 CFR Part 30.
(5) Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR Part 3, which are incorporated by reference in this contract.
(6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Highway
Administration(type in the name of the federal agency) may by appropriate instructions require; and
also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.
The prime contractor shall be responsible for the compliance by any subcontractor or lower tier
subcontractor with all the contract clauses in 29 CFR 5.5.
(7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract. and for debarment as a contractor and a subcontractor as
provided in 29 CFR 5.12.
(8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of
the Davis -Bacon and Related Acts contained in 29 CFR Parts 1. 3, and 5 are herein incorporated by
reference in this contract.
(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of
this contract shall not be subject to the general disputes clause of this contract. Such disputes shall
be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts
5. 6, and 7. Disputes within the meaning of this clause include disputes between.the contractor (or
any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the
employees or their representatives.
Revised lune 2011 Pa -e I1 or 13
(10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither
it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or
firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon
Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm
ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or
29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal
Code, 1 S U.S,C. 1001.
(b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the
contracting officer to. insert the following clauses set forth in paragraphs (b)(1), (2), (3), and (4) of
this section in full in any contract in an amount in excess of $100,000 and subject to the overtime
provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in
addition to the clauses required by Section 5.5(a) or 4.6 of Part 4 of this title. As used in this
paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime
requirements. No contractor or subcontractor contracting for any part of the contract work which
may require or involve the employment of laborers or mechanics shall require or permit any such
laborer or mechanic in any workweek in which he or she is employed on such work to work in
excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a
rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty
hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event
of any violation of the clause set forth in paragraph (b)(1) of this section, the contractor and any
subcontractor responsible therefor shall be liable for the unpaid wages. (3) Withholding for unpaid
wages and liquidated damages. The CITY shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld, from any
moneys payable on account of work performed by the contractor or subcontractor under any such
contract or any other federal contract with the same prime contractor, or any other federally -assisted
contract subject to the Contract Work Hours and Safety Standards Act; which is held by the same
prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set
forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall
insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and
also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.
The prime contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section.
Revised June 2011 Page 12 of 13
The parties hereto for themselves. their heirs. executors. administrators. successors, and assigns do
hereby agree to the full perfornlance 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.
ALL SIGNATURES MUST BE SI_ned By:
XVI I NESSED BlNOTARY
Print Name & Title:
CONTRACTOR's License No.
Class
CITY:
Mayor/City Manager of the City of Santa Clarita
Attest:
City Clerk of the City of Santa Clarita
Approved as to Form:
City Attorney of the City of Santa Clarita
Revised June 2011
Date:
Date:
Date:
Page 13 of 13