Loading...
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