Loading...
HomeMy WebLinkAbout2013-06-25 - AGENDA REPORTS - MCBEAN BRIDGE CONTR PROJ S1037 (2)Agenda Item: 10 CITY OF SANTA CLARITA AGENDA REPORT n� CONSENT CALENDAR City Manager Approval: 71 Item to be presented by: Curtis Nay DATE: June 25. 2013 SUBJECT: MCBEAN PARKWAY BRIDGE WIDENING OVER THE RIVER, PROJECT S1037 - AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the McBean Parkway Bridge Widening Over the River, Project S1037. Award the construction contract to Security Paving Company, Inc., in the amount of $6,728,472, and authorize a contingency in the amount of $1,009,301 for a total contract amount not to exceed $7,737,773, and waive the minor irregularities in the Security Paving Company, Inc., bid regarding the mobilization item and Addendum No. 4 and the Designation of Subcontractors for Bid Items 66, 67, and 68. 3. Authorize expenditures for construction support contracts totaling $623,385 to: • Geocon Consultants Inc. in the amount of $103,000 for material and soils testing and inspection service. • Dokken Engineering in the amount of $245,000 for construction surveying, staking service, and engineering design construction support service. • Impact Sciences in the amount of $230,385 for environmental consulting service. • Padilla & Associates in the amount of $45,000 for labor compliance consulting service. 4. Authorize an increased expenditure in the amount of $430,000 to the existing contract with MNS Engineers, Inc., for construction inspection, environmental support, and project support services. U t: v G l,./ ED 5. Increase Miscellaneous Revenue Account 601-4621.001 by $78,500, and appropriate $78,500 to Expenditure Account S1037601-5161.001. 6. Authorize the transfer of $731,363 from the 2012-13 Overlay Program Account M0090233-5161.001 to Account S1037233-5161.001 for the overlay of McBean Parkway from Avenue Scott to Magic Mountain Parkway. Appropriate $224,063 from Landscape Maintenance District fund balance (357) to expenditure account S1037357-5161.001 for the construction of landscaped raised medians from Avenue Scott to Creekside Road. 8. Authorize the City Manager or designee to execute all necessary documents subject to the approval of the City Attorney. 9. Authorize the City Manager or designee to modify all documents to contract with the next lowest and/or qualified bidder/proposer in the event the awardee is unable to fulfill its obligations or perform, subject to City Attorney final document approval, contingent upon the appropriation of funds by the City Council in the annual budget for such fiscal year. BACKGROUND The McBean Parkway Bridge Widening Over the River project is partially funded by a regionally competitive grant from the 2009 Metro Call for Projects. The funding agency is Metro, and the project is under their local oversight. The City of Santa Clarita (City) applied for a Metro Call for Projects grant in January 2009 for the construction of the McBean Parkway Bridge Widening Over the River project and received a construction grant in the amount of $3,775,000. The Metro grant funding is through Proposition 25 with the local required match being City Bridge & Thoroughfare fees. The bridge over the Santa Clara River was constructed in 1985 with three lanes in the northbound direction and three lanes in the southbound direction. A fourth northbound lane was added in 2009 by redelineating a portion of the striped center median to provide interim traffic relief until the bridge widening was complete. The existing bridge measures 590 feet long by 102 feet wide. Immediately north and south of the bridge, McBean Parkway has already been widened to its ultimate eight -lane sections. Lanes are delineated with the existing paved area to accommodate safe and efficient traffic flow through the transitions. McBean Parkway is a major arterial roadway with increasingly severe traffic congestion, particularly during the evening commute hours. The McBean Parkway Bridge Widening Over the River project mitigates several independent but related deficiencies in the McBean Parkway corridor, from Avenue Scott to Creekside Road and within the City trail system. The existing bridge does not have barriers separating high speed vehicular traffic from pedestrians on the sidewalks. The Santa Clara River Trail exists both east 2 and west of McBean Parkway. However, no direct connection is under the bridge, forcing trail users to make a circuitous connection through the nearest roadway intersections. Also, no direct trail connection exists between the Santa Clara River Trail and the South River Trail. The current Level of Service is "D." Level of Service (LOS) is a measure of the quality of traffic flow through an intersection or along a roadway segment. LOS "A" represents free flow conditions with minimal delay to motorists. LOS "F" represents severe traffic congestion with gridlock conditions. This project will improve the deficiencies by widening the existing 102 -foot -wide bridge by 31 feet, allowing for the addition of a fourth southbound travel lane, which will raise the LOS to "C." A direct connection between segments of the Santa Clara River Trail will be constructed beneath the McBean Parkway bridge and a new 16 foot -wide Class I trail will be installed on the bridge, which will be protected by a barrier. The Class I trail on the bridge will provide a new direct trail connection from the Santa Clara River Trail to the South River Trail. An additional beautification improvement is the construction of a landscaped median from Avenue Scott to Creekside Road. As part of this project, new asphalt will be installed on McBean Parkway from Avenue Scott to Magic Mountain Parkway. An invitation to bid was published three times: May 5, May 7, and May 10, 2013, and was noticed on the City's website. Plans and specifications were also sent to area plan rooms. Five bids were submitted to the City and opened by Purchasing on June 5. The results of the bids are shown below: Rankine Company 1. Security Paving Company, Inc. 2. C.A. Rasmussen Inc. 3. Los Angeles Engineering Inc. 4. Shimmick Construction Co. 5. C.C. Myers Inc. Location Bid Amount Sylmar, CA $6,728,471.75 Valencia, CA $7,634,310.64 Covina, CA $7,781,898.00 Irvine, CA $8,645,690.50 Rancho Cordova, CA $9,999,975.00 Staff recommends the project be awarded to Security Paving Company, Inc., the lowest responsive bidder. This contractor possesses a valid state contractor's license and is in good , standing with the Contractor State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and found to be complete. There are three minor irregularities in the Security Paving Company, Inc., bid. One minor irregularity is in regard to the bid item for the mobilization in the amount of $820,000, which exceeds five percent of the total value of the based bid. The second minor irregularity is Security Paving Company, Inc., did not sign and return Addendum No. 4, which clarifies the Equal Employment Opportunity Certification (EEOC) submittal process. Addendum No. 4 states the EEOC for the subcontractor must be submitted to the City four business days after the bid opening date. The third minor irregularity is related to the listing of the dollar amount for Comet Electrical in the Designation of Subcontractors. City staff recommends the City Council waive these three minor irregularities, because they are not material, do not affect the amount of the bid, the Security Paving Company, Inc., bid is clear on its face, the legal requirements of the Public Contract Code have been satisfied, and Security Paving Company, Inc., remains the lowest bidder at $6,728,471.75, which is $905,838.89 less than the next lowest bid. 0 Besides widening the bridge, the project will also rehabilitate the paving on McBean Parkway from Avenue Scott to Magic Mountain Parkway. The overlay of this area will provide a smoother ride for traffic, enhance the appearance of the roadway and surrounding areas, and extend the life of the roadway. The work will include pavement preparation, dig outs and rubberized hot mixed asphalt. Staff recommends an appropriation from the 2012-13 Overlay Program to perform all work associated with overlay of McBean Parkway. In addition, funding from the Landscape Maintenance District will be utilized to construct a landscaped median from Avenue Scott to Creekside Road. The construction contingency amount requested will cover costs of unforeseen site conditions, such as potential utility conflicts and removal of unsuitable soil. The actual volume of unsuitable soil will be determined during grading operations and conflicting private utility lines may be discovered during construction. Staff recommends expenditures totaling $623,385 for construction support contracts including: material and soils testing and inspection'service to Geocon Consultants Inc.; construction surveying, staking service, and engineering design construction support service to Dokken Engineering; environmental consulting service to Impact Sciences; and labor compliance consulting service to Padilla & Associates. The California Environmental Quality Act requirement was met through a mitigated negative declaration certified by Planning on January 12, 2012, and the environmental impact report for the Natural River Management Plan, certified December 2, 1998, which evaluated the McBean Parkway Bridge Widening Over the River project. The project's permanent impact mitigation will be completed both adjacent to the project through exotic vegetation abatement with ongoing maintenance and upstream where the replacement trees will be planted and maintained. The exotic vegetation abatement program will take seven years and the replacement tree activities will take approximately five years. As part of this project, the City has agreed to perform work on behalf of Castaic Lake Water Agency (CLWA). The work in question was designed by CLWA's civil engineer and paid by CLWA. The construction, which includes protection, replacement and relocation of an existing line, will be fully reimbursed by CLWA. The cost for this work is $78,500. A budget of $401,092 is available for staff oversight related to construction and project management, public works inspection, CLWA water connection fee, Valencia Water meter fee, City and Los Angeles County encroachment permits, streetlight relocation costs, and clerical support. While the City maintains a "Support of Local Businesses" policy that can be utilized by the City Council when warranted, the City is governed by the State Public Contract Code with regard to public works project procurement. In these types of procurement, the Public Contract Code does not permit a City to utilize a "Support of Local Businesses" policy and instead requires the a contract be awarded to the "lowest responsible bidder." As confirmed by the City Attorney's office, this direction precludes the City from applying any superseding criteria for award except in the case of a tie. Thus, in the awarding of Public Works contracts, the City is not permitted to award to a bidder just because they are local as the State Public Contract Code does not allow the City to recognize them as the "lowest" responsive bidder. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT The existing budget of $8,624,359 plus the requested appropriations of $1,033,926 creates a total budget of $9,658,285. Expenditures to date are $466,035. The remaining budget of $9,192,250 is anticipated to adequately provide for the construction contract in an amount not to exceed $7,737,773; $623,385 for material and soils testing, geotechnical inspection services, construction surveying, staking and design construction support services, environmental consulting services, and labor compliance; $430,000 for construction inspection and project support services; and $401,092 for project oversight. ATTACHMENTS Location Map Addendum 4 Bid Proposal for Security Paving Company, Inc., available in the City Clerk's Reading File Contract for Security Paving Company, Inc., available in the City Clerk's Reading File 5 V' �snn J DIP �e r 0 �o lry�� 1 °HatsrM �� R 3� ;ga 3a J �y cn � ro •c � IL` m3a v � U W Bid No. ENCS -12-13-51037 Addendum #4 May 31, 2013 ADDENDUM No. 4 McBean Parkway Bridge Widening Project Bid No. ENG -12-13-51037 City Project No. S1037 City of Santa Clarita, California May 31'r, 2013 —This-Addendum-forms-a-part-ofthe-ContractDocuments-forthe-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. 1. REPLACE ITEM 2 IN ADDENDUM NO.3 WITH: EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Page C-11 add note "ALL PRIME BIDDERS ARE REQUIRED TO SUBMIT EEO Certification at the time that the bids are. submitted. The Agency will require the TOP 5 LOWEST BIDDERS to submit EEO certification for the subcontractors uerforming work valued over $10,000 four (4) business dais after bid opening that is scheduled at 11AM. June 5, 2013. Please submit to the City's Clerk office in Suite 120 of the City Hall building, Attn. Hoon Hahn." Robert G. Newman �w Director of Public Works t �� City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 4 and accept the aforementioned. l %3 2013 Da '�--)-�Bidder's Signature THIS DOCUMENT TO BE SUBMITTED WITH BID Pago 1 of 1 I SECTION B: INSTRUCTIONS TO BIDDERS MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -1243-51037 Project No. 51037 City of Santa Clarita, California 1. PROPOSAL FORMS Bids shall be submitted in writing and on the PROPOSAL forms (see Section C) provided by the AGENCY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The AGENCY will not consider any proposal not meeting these requirements. 2. PROPOSAL GUARANTEE Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the AGENCY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Proposals not accompanied by such a guarantee will be, deemed non-responsive and will not be considered. If a BIDDER to whom a contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in those documents, the proposal guarantee shall be forfeited to the AGENCY. Proposal guarantees of all BIDDERS will be held until the successful BIDDER has properly executed all contract documents. The bonding company must be listed on Treasury Circular 570 and licensed to conduct business in the state of California, or licensed by the California State Department of Insurance to issue sureties. 3. DELIVERY OF PROPOSAL Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR McBean Parkway Bridge Widening Project, City Bid No. ENG12.13-S1037; City Project No. 51037 City of Santa Clarita, California — DO NOT OPEN WITH REGULAR MAIL." Proposals may be mailed or delivered by messenger; however, it is the BIDDER's responsibility alone to ensure delivery of the proposal to the hands of the AGENCY's Purchasing Office, Suite 245, prior to the bid opening hour stipulated in the Notice Inviting Bids. Late proposals will be deemed non-responsive and will not be considered. 4. WPI'HDRAWALOFPROPOSALS A proposal may be withdrawn by a written request signed by the BIDDER Such requests must be delivered to the AGENCY's designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. The withdrawal of the proposal will not prejudice the right of the BIDDER to submit a new proposal, providing there is time to do so. 5. IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineations, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. McBean Parkway Bridge Widening Project Project No. S 1037 B-1 w 6. TAXES No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. 7. DISOUALIFICATION OF BIDDERS In the event that any BIDDER acting as a prime CONTRACTOR has an interest in more than one proposal, all such proposals will be rejected, and the BIDDER will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one BIDDER and, while doing so, may also submit a formal proposal as a prime CONTRACTOR. Proposals will be accepted from BIDDERS who are not licensed in accordance with the provisions of the State Business and Professions Code; however, the successful BIDDER shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State CONTRACTOR's license, Class A at the time a contract for this work is awarded. It is the intention of the AGENCY to award a contract to a BIDDER who furnished satisfactory evidence that he/she has the requisite experience and ability, and that he/she has sufficient and services, except as may be provided otherwise in the Contract Documents. In the event of a difference between a price quoted in words and a price quoted in figures for the same quotation, the words shall be the amount bid. At the time of the bid opening, BIDDER shall provide documentation with references to substantiate his experience including job location, size, schedule and owner's name, address and telephone number for the above items. Before entering into a Contract, the successful bidder shall furnish a statement of his financial condition as may be required by the AGENCY. The AGENCY may conduct investigations as it deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the BIDDER to do the Work in accordance with the Contract Documents to the AGENCY's satisfaction within the prescribed time. To determine the degree of responsibility to be credited to the BIDDER, the AGENCY will weigh any evidence including but not limited to evidence of suspension, debarment, exclusion, or determination of ineligibility by any other AGENCY. Any BIDDER which is currently debarred by any PUBLIC AGENCY is deemed not to be a qualified BIDDER for the purposes of this project. If in the opinion of the AGENCY, a BIDDER is determined to be insufficiently qualified, then that bid will not be considered for award of the contract. 8. EXAMINATION OF CONTRACT DOCUMENTS BIDDER shall examine carefully the entire site of the work, including but not restricted to the conditions and encumbrances related thereto, the plans and specifications, and the proposal and contract forms therefore. The submission of a bid shall be conclusive evidence that BIDDER has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of the work to be performed, the quantities of material to be furnished, and as to the requirements of the proposal, plans, specifications, and other contract documents. BIDDERS must satisfy themselves by personal examination of the work site, plans, specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements, and difficulties under which the work must be performed. No BIDDER shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the AGENCY by fax as instructed and with the date and time given for BIDDERS questions in the most current NOTICE INVITING SEALED BIDS. McBean Parkway Bridge Widening Project Project No. S1037 B-2 9. EMPLOYMENT OF LOCAL LABOR AND BUSINESSES All BIDDERS are encouraged to utilize Santa Clarita Valley subcontractors and suppliers to the extent they are available, competitive and qualified. However, no bid will be affected either positively or negatively by the inclusion or exclusion of such Santa Clarita Valley businesses. 10. LEGAL RESPONSIBILITIES Proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature, whether the same are expressly referred to herein or not. BIDDERS submitting a proposal shall, by such action thereby, agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the plans, specifications, and other contract documents, and to full compliance therewith. Additionally, BIDDERS submitting a proposal shall, by such action thereby, agree to pay at least the minimum prevailing per diem wages as provided in Section 1773, et. seq. of the Labor Code for each craft, classification, or type of workman required, as set forth by the Director of Industrial Relations of the State of California. 11. NON-DISCRDYUNATION In the performance of this Contract, CONTRACTOR shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et sea.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. CONTRACTOR shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The -employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 13. AWARD OF CONTRACT The award of contract, if made, will be to the lowest responsible BIDDER.as determined solely by the AGENCY. Additionally, the AGENCY reserves the right to reject any or all proposals, to waive any irregularity, and to take the bids under advisement for a period of 90 days, all as may be required to provide for the best interests of the AGENCY. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the bidder to whom the award is contemplated. All bids will be compared with the Engineer's Estimate. The acceptance of a proposal will be evidenced by a Notice of Award of Contract in writing, delivered by mail to the BIDDER whose proposal is accepted. No other act of the AGENCY shall constitute McBean Parkway Bridge Widening Project Project No. 51037 B-3 acceptance of a proposal. The award of contract shall obligate the BIDDER, whose proposal is accepted to furnish all required bonds, as well as evidences of insurance and execute the contract set forth herein. The successful BIDDER will be required to furnish a Labor and Material Bond in an amount equal to one hundred percent (100%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the contract price. Also, the successful BIDDER will be required to submit worker's compensation insurance, and liability insurance with the contract. Surety bonds shall be signed by a guaranty or surety company listed in the latest issue of the U.S. Treasury Circular 570 and satisfactory to the City of Santa Clarita. 14. ASSIGNMENT OF CONTRACT The Contract may not be assigned without the written consent of the AGENCY, provided that this shall not preclude the assignment of the Contract as security or the assignment of the whole or any part of the proceeds of the Contract including monies, assessment, partial assessment, reassessment, or any bonds which may be issued and represent any assessment or reassessment due or to be due under the Contract. 15. REGISTRATION OF CONTRACTORS The successful BIDDER shall possess a State Contractor's license, Class A at the time that a contract for this work is awarded, CONTRACTORS shall be licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. 16. AGENCY CONTRACTOR MEETING The CONTRACTOR to whom the award is made will be notified to meet with the AGENCY's Representative for the purpose of reviewing of plans and specifications and instructions on procedures. 17. MODIFICATIONS PRIOR TO DATE SET FOR OPENING BIDS The right is reserved, as the interest of the AGENCY may require, to amend the specifications and/or drawings prior to the date set for opening bids. Such revisions and amendments, if any, will be announced by an addendum, or addenda. Copies of such addenda as may be issued will be furnished to all prospective BIDDERS. If the revisions and amendments are of a nature which require material changes in quantities or price bid, or both, the date set for opening bids may be postponed by such number of days as, in the opinion of the AGENCY, will enable BIDDERS to revise their bids. In such cases, the addendum will include an announcement of the new date for opening bids. 18. LIST OF SUBCONTRACTORS Each BIDDER must submit with his bid the following: a) The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. b) The address of each firm c) The telephone number at the place of business. d) Work to be performed by each subcontracting firm. e) Total approximate dollar amount of each subcontract. Submit the "Subcontractor's List" form enclosed herewith. No Contract shall be considered unless such list is submitted as required. McBean Parkway Bridge Widening Project Project No. S1037 B11 The City of Santa Clarita reserves the right to reject any and all bids, or delete portions of any and all bids, or waive any informality in the bid not affected by law. Before entering into a Contract, the successful BIDDER shall furnish a statement of his financial condition and previous construction experience or such evidence of his qualifications as may be required by the contracting AGENCY. 19. UNFAIR BUSINESS PRACTICES CLAIMS: ASSIGNMENT TO AWARDING BODY Pursuant to Section 7103 of the Public Contracts Code, the contract to be awarded will be defined as a "public works contract". In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the CONTRACTOR or subcontractor offers and agrees to assign to the awarding body all rights, tine, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or under the Cartwright Act (Chapter 2 commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the CONTRACTOR, without further acknowledgment by the parties. 20. GENERAL The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall cavy out applicable requirements of Title 49 CFR (Code of Federal Regulations) part 26 in the award and administration of US DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Each subcontract signed by the bidder must include this assurance. Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to escrowed bid documents, where applicable, may subject the bidder to a determination of the bidder's responsibility in the event it is the apparent low bidder on a future public works contracts. The form of Bidder's Bond provided in Section C, "Proposal," of the Standard Specifications shall be included with the Proposal. In conformance with Public Contract Code Section 7106, a Non -collusion Affidavit is included in the Proposal. Signing the Proposal shall also constitute signature of the Non -collusion Affidavit. 21. AWARD AND EXECUTION OF CONTRACT The bidder's attention is directed to the provisions in Section 2-1, "Award and Execution of Contract," of the Standard Specification of Public Works Construction (SSWPC), 2012 Edition, and these special provisions for the requirements and conditions concerning award and execution of contract. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid complies with all the requirements prescribed. The contract shall be executed by the successful bidder and shall be returned, together with the contract bonds, to the Agency so that it is received within 10 days, not including Saturdays, Sundays and legal McBean Parkway Bridge Widening Project Project No. 51037 B-5 le holidays, after the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty. The executed contract documents shall be delivered to Agency's mailing address. 22. PERFORMANCE OF SUBCONTRACTORS The subcontractors listed by the Contractor in conformance with Section 2-3.1, "Subcontracts" of the (SSPWC), shall perform the work and supply the materials for which they are listed, unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. The Contractor should notify the Engineer in writing of any changes to its anticipated DBE participation. This notice should be provided prior to the commencement of that portion of the work. The subcontractors listed by you in THE Contract Documents shall list therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of the Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. 23. PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS A prime contractor or subcontractor shall pay any subcontractor not later than 10 days of receipt of each progress payment in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The 10 days is applicable unless a longer period is agreed to in writing. Any delay or postponement of payment over 30 days may take place only for good cause and with the agency's prior written approval. Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that section. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non -DBE subcontractors. 24. PROMPT PAYMENT OF FUNDS WrrHBELD TO SUBCONTRACTORS The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The prime contractor, or subcontractor, shall return all monies withheld in retention from a subcontractor within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Federal law (49CFR26.29) requires that any delay or postponement of payment over 30 days may take place only for good cause and with the agency's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or McBean Parkway Bridge Widening Project Project No. S1037 B-6 noncompliance by a subcontractor. This provision applies to both DBE and non -DBE prime contractors and subcontractors. 25. PROTEST PROCEDURES. Any person or entity may present a formal protest to the City with respect to solicitations being conducted by staff. The protest must be in writing, on business letterhead addressed to the City Manager and delivered to the City Clerk. Definitions. Bidder means any person or firm providing a timely, written response to the City solicitation. Bid response means the written response to the City solicitation provided by a person or firm. Protest means a statement of protest, dispute, challenge, disagreement, disapproval or other objection regarding documents, determinations or actions taken or contemplated by the City with respect to a solicitation. Solicitation means the document (Invitation for Bid, Request for Quote or Request for Proposal) by which the City identifies goods, services or public construction projects for which it seeks a bid response. Timeframes. Protests of any kind regarding the solicitation including, but not limited to, specifications, scope of work or process, must be received by the City not more than five business days after the last day for questions or the last addendum is issued, which ever is later. Protests regarding bid responses or award of contract must be received by the City within five business days of when the protester knew or should have known of the facts and circumstances on which the protest is based. For information that is made public, the time will start from the date the information is made public. Format. The protest must include the following information at a minimum: 1. The name, address and phone number of the protester, or the authorized representative of the protester; 2. The signature of the protester or authorized representative of the protester; 3. The Invitation for Bid (IFB) or request for Proposal (RFP) number and title under which the protest is submitted; 4. A detailed description of the legal and/or factual grounds for the protest and all supporting documentation. For protests containing elements not based on publicly released information the protest must contain documentation clearly showing the date on which the protester received the information; and 5. The form of relief requested. McBean Parkway Bridge Widening Project Project No. S 1037 B-7 Protest Review. The City will provide a written response to the protester within ten business days. Mandatory Procedure. This administrative procedure and the time limits set forth herein are mandatory. Failure to comply with these mandatory procedures shall constitute a waiver of any right to pursue the bid protest, including filing a Government Code claim or any legal proceedings or actions. McBean Parkway Bridge Widening Project Project No. S1037 B-8 26. PRECONSTRUCTION DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. With Bid Proposal (All Bidders) McBean Parkway Bridge Widening Project Project No. S1037 B-9 With Agreement (Awardee only) Prior to Starting Construction (Awardee only) Post Starting Construction (Awardee only) X Proposal Forms (Cover Sheet, Bid Schedule, References, Bidders Certification) X Non -collusion Affidavit, Certification of Non -Segregated Facilities X Debarment and Suspension X All Signed Addendums (If any) X Designation of Subcontractors X Bidder's Bond or Bidder's Security X Equal Employment Opportunity Certifications (Prime Contractor Only) X Contract Agreement X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance (services involving real properties only) X Subcontractor's EEO Certification with Regard to the Performance of Previous Contracts or Subcontracts (Required for all over $10,000) X Construction Schedule X SWPPP/Water Pollution Control Program X List of all Subcontractors X Materials List and Manufacturer's Brochures (As Required) X Permits X Emergency Contact Information X Construction and Demolition Materials Management Plan McBean Parkway Bridge Widening Project Project No. S1037 B-9 SECTION ® C Proposal SECTION C: PROPOSAL FOR MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No: ENG -12-13-S1037 Project No. 51037 TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCYs NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidders 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: SECURITY.PAVING COMPANY, INC. Company Address: 13170 TELFAIR AVENUE SYLMAR, CA 91342 By; JOSEPH FERNDINO Print Name - .:..:.. I' Title: VJ1q PRESIDENT Signature: Date: JUNJ 5, 2.013 McBean Parkway Bridge Widening Project C-1 Project No. S 1037 (lQ�erk A,4W . 3 BID SCHEDULE MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-51037 Proiect No. S1037 ITEM NO. ITEM DESCRIPTION ,,.. UNITS QTY. UNIT COST - TOTALrCOST ,. 1 MOBILIZATION LS 1 2 TRAFFIC CONTROL LS 1 3 'STORM WATER POLLUTION CONTROL MEASURES LS 1 4C G AND GRUBBING LS 1 CIVIL EvIPROVEMMTS 5 REMOVE AC SF 21,50 6 REMOVE AC DM LF 0 7 REMOVE CONCRETE MRIAN & CURB SF 120 8 REMOVE CONCRETE DRIVE Y S 1,190 9 REMOVE CONCRETE SIDEWALK SF 3,604 10 REMOVE CONCRETE CURB AND GUTl LF 788 11 REMOVE FENCE LF 543 12 REMOVE M 3GR LF 103 13 CHAIN LINK FENCE LF 42 14 HEADER BOARD LF 1,830 15 LODGEPOLE FENCE LF 16 TUBULAR HAND RAILING LF I 17 CHAIN LINK GATE EA 2 18 BOLLARD EA 1 . 19 IMPORT BORROW CY 9,200 20 UNCLASSIFIED EXCAVATION CY 700 21 CRUSHED AGGREGATE BASE CY 1,100 22 AC D2 PG70-10 TON 3,700 23 ARHM TON 3,200 24 COLD P ANE 2" AC SF 2,285 25 COLD PLANE 3" AC SF 15,160 26 COLD PLANE 4" AC SF 21,737 McBean Parkway Bridge Widening Project C-2 Project No. S1037 Bid No. ENG -12-13-51037 Addendum 43 May 31, 2013 SECTION C - PROPOSAL . (Items which have been added or changed are underlined) The BID SCHEDULE is amended as follows: BID SCHEDULE MCBEAN PARKWAY BRIDGE WIDENING PROTECT CITY PROJECT NO. S1037 BID NO. ENG -12-13-51037 ITEM NO. (Pl (Fl _ — ITEM DESCRIPTION UNITS QT1'• UNIT TOTAL COST COST S 1 MOBILIZATION LS 1 $ZD ocv SZv 2 S TRAFFIC CONTROL LS 1 3 STORM WATER POLLUTION CONTROL LS 1 5000 5,000' MEASURES 4 CLEARING AND GRUBBING LS 1 Gv w oua CIVIL EWPRO VEMENTS 5 REMOVEAC SF 21,500 6 REMOVE AC DIKE LF 40 DD 7 REMOVE CONCRETE MEDIAN & CURB SF 120 W 8 REMOVE CONCRETE DRIVEWAY SF 1,190 9 REMOVE CONCRETE SIDEWALK SF 3,604 10 REMOVE CONCRETE CURB AND GUTTER LF 788 11 REMOVE FENCE LF 543 D Gc' c� 3D 12 REMOVEMBGR LF 103 Z.T �- �t 57.5 13 S CHAIN LINK FENCE IF 42 60 — 3601 14 HEADERBOARD LF 1,830 /f �0 130 rti 15 S LODGEPOLE FENCE LF 520 L/ O 17,699- Z b-16 16 TUBULAR HAND RAILING LF 810 5' 9 W 4k.Q1 17 S CHAIN LINK GATE EA 2 2 ys 18 BOLLARD RA 1 qys Gyy a Page 2 of 7 Bid No. ENG -12-13-51037 Addendum #3 May 31, 2013 19 IMPORTBORROW CY 11,600 B7 3° ?Q 3,,aw 20 UNCLASSIFIED EXCAVATION CY 700 121 70p- 21 CRUSHED AGGREGATE BASE CY 1 1,100 22 AC D2 P070-10 TON 1 3,700 9D 10 23 S ARHM I TON 1 3,200 0,32o 24 S COLD PLANE 2" AC SF 2,285 25:..._ S---- --_ _COLDPLANE.3-AC.-,-__... _ _..._.._ _..-------..__.._SF-..._..15,161P..2_��._.. .... -.�, 26 S COLD PLANE 4" AC SF 21,737 27 $ COLD PLANE 5' AND REPLACE 5" AC SF 35,288 5� EE (TRANSITION A) lZ3 28 S KEYCUTAI LF 2,413 29 S - KEYCUTBI LF 21 u� w 30 LOWER MANHOLE COVER PRIOR TO COLD PLANE EA 5 31 ADJUST MANHOLE COVER TO FINISH GRADE EA 5 3� r X50' 32 ADJUST GAS VALVE COVER TO FINISH GRADE EA I Z00� 2aD 33 LOWER WATER VALVE COVER PRIOR TO COLD EA 3 er PLANE 34 ADJUST WATER VALVE COVER TO FINISH EA 14 w SSD GRADE 35 LOWER TELEPHONE MANHOLE COVER PRIOR EA 1 TO COLD PLANE 36 ADJUST TELEPHONE MANHOLE COVER TO EA 2 n, v FINISH GRADE 5D 37 LOWER UTILITY VAULT COVER PRIOR TO E A 7 COLD PLANE 000 ODo 38 ADJUST UTILITY VAULT COVER TO FINISH GRADE EA 6 r 9 UUU 39 MINOR CONCRETE (CURB) LF 70 6 �J 40 MINOR CONCRETE (CURB AND GUTTER) LF 3,040 �U Z I2 41 MINOR CONCRETE (SIDEWALK) SF 6,850 SU 42 . MINOR CONCRETE (DRIVEWAY) SF 1,420 b'° Sr 43 MINOR CONCRETE (MEDIAN) SF 4,900 70 7 �. 30' 44 F MINOR CONCRETE (MINOR STRUCTURE) CY 40 360 !J 45 S -F MISC IRON & STEEL LB 4,387 %Oryr�, Page 3 of 7 r - Bid No. ENG -12-13-51037 Addendum #3 May 31, 2013 46 ABANDON PIPE LF 20 47 24 CMP LF 30 6 48 12" RCP LF 254 48A 24" STEEL CASING LF Lo 1 70 ^ 49 181,RCP LF 344 604�' 0 4TUw 49A 30" STEEL CASING LF 70 — gab ._-- -50..._._._-......_ 36"RCP_......_.._.__....._...._ __..._._..._.....--- -..........LE._._._,.... 6......_ OD ,.- ...S*4/U19-.�_... 51 CONCRETE FES EA 2 / Q�t7 a 020 52 ROCK SLOPE PROTECTION(LIGHT) CY 129 53 TEMPORARY CONSTRUCTION ENTRANCE EA I r Sbb 54 TEMPORARY INLET PROTECTION EA 14 349 1� y Zd0 55 TEMPORARY HYDROSEED SY 5,000 Z 5 2 50,;, 56 TEMPORARY FIBER ROLL LF 1,300& ya 57 TEMPORARY SILT FENCING LF 1,000 8� Sb 58 TEMPORARY FENCING (TYPE ESA) LF 2,000 �Z G SUU r 59 REMOVE SLOPE PAVING CY 130 S %� 75( 60 SLOPE PAVING CY 860 5ZSO? 5 500% 61 S CRASH CUSHION (QUADGUARD) EA 2 Igo 62 �, CLWA FACILITIES - PROTECTION, LS 1 y� REPLACEMENT AND RELOCATION SIGNING AND STRIPING 63 S REMOVE EXISTING STRIPING, MARKERS AND LS 1, %UOU IS�UUO PAVEMENT MARKINGS 64 S - INSTALL VARIOUS STRIPING, PAVEMENT LS 1 �- MARKERS AND PAVEMENT MARKINGS 65 S FURI�NSISH, INSTALL, REMOVE AND RELOCATE LS 1 5SIG5.5 SIGNAL AND LIGHTING 66 $ MODIFY INTERCONNECT SYSTEM LS 1 3c�2p> ZOO°= 67 S BRIDGE AND STREET LIGHTING LS 1 158 I a ltvll 68 S - MODIFY WIRELESS VEHICLE DETECTION LS 1 SYSTEM Page 4 of 7 Bid No. ENG -12-13-S 1037 Addendum #3 May 31, 2013 LANDSCAPING AND RZRIGATION 69 S LANDSCAPING LS I 70 CY IRRIGATION LS 1 s' 5- gad Page 5 of 7 mlo 1Sy .0 75 = 31774 7r� BRIDGE IMPROVEMENTS 71 REMOVE CONCRETE CY 1 299 Svo- 72 CLEAN BRIDGE DECK SQFT 51,330 0/ -,....-.73.__..F _-...__ .STRUCTURE EXCAVATIONw _(BRIDGE)._ . ......_. �Y___ _ 377 74 F STRUCTURE EXCAVATION (TYPE D) CY 1,558 ?� 75 F STRUCTURE EXCAVATION (RETAINING WALL) CY 237 76 F STRUCTURE BACKFILL (BRIDGE) CY 222 77 F STRUCTURE BACKFILL (RETAINING WALL) CY 235 Z 78 S FURNISH STEEL PILING (HP 12 x 53) LF 6,654 79 S DRIVE STEEL PILING (14P 12 x 53) EA 174 80 F STRUCTURAL CONCRETE, BRIDGE FOOTING CY 182 z9�J 81 F STRUCTURAL CONCRETE, BRIDGE CY 1,235 70'7 8' 82 F STRUCTURAL CONCRETE, RETAINING WALL CY 82 83 F _ STRUCTURAL CONCRETE, APPROACH SLAB CY 19 / v -- 6 SU TYPE EQ) 1 84 ARCHITECTURAL SURFACE (BARRIER) SOFT 9,000 �� G 85 DRILL AND BOND DOWEL LF 1,008 9 86 CLEAN EXPANSION JOINT LF 204 A6 Lv 87 FURNISHPRECAST PRESTRESSED CONCRETE EA 28 j2 7S �J GIRDER 88 ERECT PRECAST PRESTRESSED CONCRETE EA 28 1475 y GIRDER 89 REFINISH BRIDGE DECK SQFT 1,695'aq 1 90 F JOINT SEAL (MR 1 ") LF 266 2 qS 91 F JOINT SEAL (MR 2") LF 266 D 92 P—F BAR REINFORCING STEEL (BRIDGE) LB 410,00 05 93 P=F BAR REINFORCING STEEL (RETAINING WALL) LB 8,599 Page 5 of 7 mlo 1Sy .0 75 = 31774 7r� AMOUNT OF BASE BID IN WORDS: Notes: 1) Items designated with a (P) are eligible for compensation prior to incorporation into the work, as described in Section 9-3.3 of the Standard Specifications. 2) Items designated with a (S) are considered Specialty Items, as described in Section 2-3.2 of the Standard Specifications. Page 6 of 7 Bid No. ENG-12-13-51037 Addendum #3 May 31, 2013 94 F TREAT BRIDGE DECK SQFT 51,330 95 FURNISH BRIDGE DECK TREATMENT MATERIAL GAL 685 r3 50 6 y� 96 24" WELDED STEEL PIPE (.250" THICK) LF 101 97 MINOR CONCRETE (MISCELLANEOUS CONSTRUCTION) CY 130 / C� ✓u 98 P_F MISSCE) LLANEOUS METAL (RESTRAINER - CABLE LB 824 4 q0 3 i0 ZS 99 P=F BRIDGE DECK DRAINAGE SYSTEM LB 31,000 6; /00 75'U 100..-- P.__, --.--CHAIN LINK-FENCE (TYPE CL-6)--._-_._....._ _.-- ._._._LF-._ _..26.... [Z12_. 101 "-F TUBULAR HAND RAILING (MODIFIED) LF 60056 0 (yt7 102 METAL RAILING LF 1,209 71 to ga'lo 103 CABLE RAILING LF 22 104 F CONCRETE BARRIER TYPE 742 (MOD) LF I 1,220 S6 TOTAL BASE BID IN FIGURES: $ �/ —� z 8/ y 7 r 7 S AMOUNT OF BASE BID IN WORDS: Notes: 1) Items designated with a (P) are eligible for compensation prior to incorporation into the work, as described in Section 9-3.3 of the Standard Specifications. 2) Items designated with a (S) are considered Specialty Items, as described in Section 2-3.2 of the Standard Specifications. Page 6 of 7 85 DRILL AND BOND DOWEL LF I 1,008 86 CLEAN ANSION JOINT LF 204 87 FURNISH P CAST PRESTRESSED CONCRETE GIRDER EA 28 88 ERECT PRECAS PRESTRESSED CONCRETE GIRDER EA 28 89 REFIIVISHBRIDGE CK SQFT 1,695 90 JOINT SEAL (MR 1") LF 266 91 JOINT SEAL (MR 2") LF 266 92 BAR REINFORCING STEEL (B GE) P-F LB 4i9,0/0/0 93 BAR REINFORCING STEEL (RET G WALL) P-F I LB 1 599 94 TREAT BRIDGE DECK F SQFT Y51,330 95 FURNISH BRIDGE DECK TREATMENT G 685 96 24" WELDED STEEL PIPE (.250" THICK) 101 97 MINOR CONCRETE (NIISCELLANEOUS CONSTRUCTION)CY 130 98 MISCELLANEOUS METAL (RESTRAINER - CABLE TYPE) P-F LB 824 99 BRIDGE DECK DRAINAGE SYSTEM P-F LB 31,000 100 CHAIN LINK FENCE (TYPE CL-6) P 26 101 TUBULAR HAND RAILING (MODIFIED) P LF 600 102 METAL RAILING LF 1,209 103 CABLE RAILING LF 22 104 CONCRETE BARRIER TYPE 742 OD) F LF 1, 20 TOTAL BASE BID IN FIG TOTAL AMOUNT OF BASE BID IN WORDS: Notes: 1) Items/degnateld d with a (P) are eligible for compensation prior to incorpo tion into the work, as described in -3.3 of the Standard Specifications. 2) Items with a (S) are considered Specialty Items, as described in Section 2-3.2 of the Standard SDes. McBean Parkway Bridge Widening Project C-5 Project No. 51037 DESIGNATION OF SUBCONTRACTORS MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-S1037 Project No. 51037 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 /3 of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub contractor is participating as a DBE. Subcontractor 65CPAV DBE STATUS: N/A Age off=: Certifying Agency: Dollar Value of Wor gyy� Annual Gross Receipt 7-17 ted Location and Place of Business 10M MogwkLv- Dew . 59, r aFi� Svw tins e?6po Bid Schedule Item Nos: ci3/ 97 60 6Z g3 � Z� Description of Work eih �prrtr Sf��/ License No. q12o2 Exp.Date:6 /3o/�j�i Phone( iz 677- B7�zG Subcontractor �oViJDh9DN 0ti I NL. DBE STATUS: A Dollar Value of WorkF3 6 11 351=' Age of firm: Certifying Agency: Annual Gross Receiptd,f g DUD n Location and Place of Business y375 F41,M>iklp Avr, fontth) A, CA �Z3 +v Ur-91-vRJ} l le7z,6 SAW--Vl>D. %' y,:AMA,a omt6 / 7r I -+* Bid Schedule Item Nos: Description of Work Description of Work `fC�� a 70 /� `f License o. 3; b ��b Exp. Date: $ / 3 I / ZZ) t Phone ( Subcontractor(AAgXL"e- DBE STATUS: U J f} Dollar Value of Wor q� 67 j, U(� 6oMaex 61&vft GS Age of fum: ?5 YRS C Agency: Annual Gross Receipt Location and Place of Business +v Ur-91-vRJ} l le7z,6 SAW--Vl>D. %' y,:AMA,a omt6 / 7r I -+* Bid Schedule Item Nos: Description of Work `fC�� a 70 /� `f License No. I Exp. Date: / 3 / J�(�j� Phone (glg yDS n 60 Note: Bidders shall fill out the Subcontractor's List in its entirety. The total dollar value of work to be performed by Subcontractors shall be in conformance with Section 2-3 "Subcontracts" of General Provisions in these contract documents. McBean Parkway Bridge Widening Project C-6 Project No. S1037 DESIGNATION OF SUBCONTRACTORS MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-S1037 Project No. 51037 City of Santa Clarita, California Subcontractor Am Coad DBE STATUS: /I/.�. Dollar Value of Work �Q �i✓ 7G0 Age of firm; f.3o Certi Agency' Annual Gross Receipts: �Z1/&v/ 000 Location and Place of Business Description of Work 6e nr� 7-160 %",m6 Atc . (At v6p, ?pr1✓L, lA q13o� 13170 7%{¢1~,4,X, .sy/�di- %/3VZ Bid Schedule Item Nos: Bid Schedule Item Nos: 3 I? . 49-7 Description of Work ft %�/%/nz,Ir e " eye, Licen�eSN�� �O Exp. Date: /g0 / 3 Phone ( )���,��36Z- 306 Subcontractor (nmjb Erkawt. M^ DBE STATUS: p/�� Dollar Value of Wor 775/3;00 Age of firm: 2O y¢s Certifying A enc : Annual Gross Receipts 6, DOO OUO Location and Place of Business Bid Schedule Item Nos: Description of Work 6e nr� 7-160 %",m6 Atc . (At v6p, ?pr1✓L, lA q13o� License No. 13I ` Bid Schedule Item Nos: Description of Work -/C bb - bz z7 License No. 69187,11 Exp. Date: 12/31 / 13 1 Phone( 8)$ 3yo-ov6 — Subcontractor(p.,owv Age of firm: (7 �2S DBE STATUS: k)/A CertifyingAgency: Age of firm: 30 `-r, t- S Certi in A enc Dollar Value of Work yy $� Z7f e - Annual Gross Receipts: +I 20, OUg 000 Location and Place of Business' ZIbg �?WC'MrIUD Stl^fit ✓�'"x si 9UG70 Bid Schedule Item Nos: Description of Work 6e License No.377 o License No. 13I ` Phone f00 7116 — 03,s6 Exp. Date: 3 /3 1 / LDl y Phone Subcontractor 6+J910P (4AppNIj DBE STATUS: nJ A Dollar Value of Work&O, at(8_°n- Age of firm: 30 `-r, t- S Certi in A enc Annual Gross Receipt% OUd Location and Place of Business ZZSO apo h{ 1 tq f _ . {JLQ%ta1N6TON� lA b temNo : Bid Schedule Item Nos 7�y 63,65 Description of Work J 11 License No.377 o Exp. Date: $ l71 l Zol r Phone f00 7116 — 03,s6 Note. Bidders shall fill out the Subcontractor's List in its entirety. The total dollar value of work to be performed by Subcontractors shall be in conformance with Section 2-3 "Subcontracts " of General Provisions in these contract documents. McBean Parkway Bridge Widening Project C-7 Project No. S 1037 DESIGNATION OF SUBCONTRACTORS MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12.13-51037 Project No. S1037 SubcontractorQ&v"6u DBE STATUS: JA Dollar Value of Wor 3y7 f711p?? Age of firm: j 5 W�l Cerci A enc : Annual Gross Receipts1l S DOt7 0aUa:v Location and Place of Business (OM &OK sow f��IS / GA �i25'►Z Bid Schedule Item Nos: Exp. Date: / / Description of Wo k 7 &!r ��eeaXl License No. Q Q' r Exp. Date: L lv� l I 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 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 ( ) Note: Bidders shall fill out the Subcontractor's List in its entirety. The total dollar value of work to be performed by Subcontractors shall be in conformance with Section 2-3 "Subcontracts" of General Provisions in these contract documents. McBean Parkway Bridge Widening Project C-8 Project No. S 1037 DESIGNATION OF SUBCONTRACTORS MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-S1037 Project No. 51037 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 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: CertifyingA enc : Dollar Vaiue of Work Annual Cross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) Subcontractor Age of firm: DBE STATUS: Certifft A enc : Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) Note: Bidders shall fill out the Subcontractor's List in its entirety. The total dollar value of work to be performed by Subcontractors shall be in conformance with Section 2-3 "Subcontracts" of General Provisions in these contract documents. McBean Parkway Bridge Widening Project C-8 Project No. S1037 MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-51037 Project No. S1037 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: T. R. 1. P. Name and Address of Owner/ )0 TRUXTUN ROAD, SHITE 200, BAKERSFIELD, CA 93301 PROJECT #08-214 WESTSIDE PARKWAY, PHASE 1, MOHAWK EXTENSION TODD GEORGE (661(588-6652 Name and Telephone Number of Person Familiar with Project BRIDGE Amount' Type of Work Date Completed GRADE SEPARATION INTERCHANGE t05-447804 2. GALTRANS 1120 N STREET, SACRAMENTO, CA 94273 Name and Address of Owner / Agency DAN MILLER (805)471-2100 Name and Telephone Number of Person Familiar with Project 469.59 RECONSTRUCT 2 Contract Amount ADD LANES & RDOS-03 PROJ. #5093 3. COUNTY OF VENTURA, 800 S. VICTORIA, VENTURA, CA 93002 Name and Address of Owner / Agency ALISON SWEET (805)654-2049 Name and Telephone Project Date Completed 12 $11,959,642.75 REINF. CONCRETE BOX CULVERT 12/28/11 FIELD COMPLETION 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: SURETY: FEDERAL INSURANCE COMPANY BROKER: VENBROOK INSURANCE SERVICES 555 S. FLOWER ST. 445 MARINE VIEW AVENUE #200 LOS ANGELES, CA 90017 DEL MAR CA 92014 AGENT: STEVE CRELLA BROKER: LARRY COGDILL (213)612-5573 (858)764-7446 McBean Parkway Bridge Widening Project C-9 Project No. 51037 SECURITY PAVING COMPANY, INC. Contractors Name TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-51037 Project No. S1037. 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 bad 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. NONE Exceptions will not necessarily result in denial of award, but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. McBean Parkway Bridge Widening Project C-10 Project No. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-51037 Project No. S1037 SECURITY PAVING COMPANY, INC.. This bidder , proposed subcontractor 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: SECURITY PAVING COMPANY, INC. By: Title: JOS E PERNDINO, VICE PRESIDENT Date: JUNE 5, 2013 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. McBean Parkway Bridge Widening Project C-11 Project No. 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. Bidders Name: SECURITY PAVING COMPANY, INC. Business Address: 13170 TELFAIR AVENUE, SYLMAR, CA 91342 Telephone No.: 818-362-9200 State CONTRACTOWs License No. & Class: 116307 A C12 Original Date: 12/24/49 Expiration Date: 3131114 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: (818)481-1823 MICHAEL MATTIVI PRESIDENT, CFO, CEO, 2412 WALDEHAR ST, WESTLAKE VILLAGE, CA 91361 JOSEPH FERNDINO VICE PRES 27353 LINDEN IN, VALENCIA, CA 91354 (661)297-4484 ANTHONY MATTIVI, VICE PRES.. 5763 NORTHRIDGE DRIVE,SOMIS, CA 93066 (818)612-5526 MICHELE THOMAS, SECRETARY, 1351 AZALEA CT, CAMARILLO, CA 93010 (805)377-8867 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: McBean Parkway Bridge Widening Project C-12 Project No. CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT State of. California 1 , County of LOS ANGELES J} on JM 5, 2013 before me, IJIGHM J. THOyAS NOTARY PUBLIC Dais ,' Nan Ineert Nuns entl T]. of Neo.r . - personally appeared JOSEPH F=190 Neme(e) o elpner(a who proved to me.on the basis of satisfactory evidence to ., be.the person(9) whose name(e) is/afe subscribed to the. within .:instrument .and .acknowledged to me that hel;he/they executed the samean hisulw/thele authorized capacity(ies), and that by his/her/Otefrsignature(s),on the*.!' ' Instrument the person(e), or, the entity upon: behalf of . which the person(e)'acted,'.executed the Instrument MICHELE 1. THOMAS I certify. under PENALTY OF`PERJURY under.the;laws . �. COMM #1881650 z ; of the. State of California that the foregoing paragraph is Notary Public California o true and collect. '- s - Los Angeles County M Comm: Expires Apr. ],'2014 WITNESS m - hand and official seat. Signature ."Ploae Novy ectal AEove Ip lure of Notary PUWlO. OPTIONAL Though the information below is not ,requirad by law, !t may prove valuable to persons retying on the document ., . and oculd prevent fraudulent removal and reattachment o/ this form to another document. Description otAttached Document Title or Type of Document- '.. Document bats - ;Number of Pages .Signer(s) Other Than Named Above Capacity(les)_Claimed_by Signers) Signer's Name, JOSEPH FERNDINO Slgnes Name: [I -Individual:',: Individual ®' Corporate; Officer-Sltle(s): VICE PRESIDENT p Corporate office, = Title(s)i %"' 11 Partner =❑limited0Genera Lr- OPartner.-❑Limited,O.General .'` 0. Attorney-inFact '-' OABomeyfdFaot To or Numb here 0 Trustee ', ..D.Tfustse O Guardian or ConservatoY ❑ Guardian or Conservator.: ❑ ,Other: ...; .. .-J].Other: Other: --' Signer Is Representing. Slgnerls RepresenLng ' URI SECTY PAVING COMPANY,IA 020071itltf, lNolery Amode8on-8050 Do $010 Ave.,P.0.11c2402-ChauWOM,CA 91018.2402'v NeBa1edNoluy.0ry Ilam 45907' Reorder. Calf"Poil-Fare1-80087&6827 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NONE IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 5TH day of JUNE 20 13 . BIDDER: JOSEPH FERNDINO, VICE PRESIDENT Name and Title of Signatory SECURITY PAVING COMPANY, INC. Legal Name of Bidder 13170 TELFAIR AVENUE, SYLMAR, CA 91342 Address (818)362-9200 Telephone Number 95-1615343 Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this 5th_ day of Notary Public MICHELE J. 15lbMAS McBean Parkway Bridge Widening Project C-13 Project No. 2013 (SEAL) MICHELEJ.THOMAS COMM. #7881650 z Notary Public - California o Los Angeles County — My Comm. Expires Apr. 1, 2014 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. N/A Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: McBean Parkway Bridge Widening Project BID No. ENG -12-13-51037 Project No. S1037 Bidder's Signature CONTRACTOR Address City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. McBean Parkway Bridge Widening Project C-14 Project No. PROPOSAL GUARANTEE BID BOND MCBEANPARKWAY BRIDGE WIDENING PROJECT BID No. ENG12-13-S1037 Project No. S1037 City of Santa Clarita, California Bid Date: June 5, 2013 KNOW ALL MEN BY THESE PRESENTS that Security Paving Company, Inc. as BIDDER; and Federal Insurance Company as SURETY,are held and . firmly bound,unto. the City. of. Santa Clarita, as AGENCY, in the penal sunt of Ten Percent of the total amout bid :dollars �D%atbld m..M which ch is ten.percent (10%) of the total, amount bid by PMDER 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 pKeseriml THE CONDITIONS OF TWS OBLIGATION ARE,,:SUCH;that whereas::BIDDER is about to.submit a bid:;to AGENCY for the above-stated.prcject, if said bid is rejected„or i£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 nulland void,.otherwise it shall remain in full force. and effect in favor of AGENCY: . IN WITNESS WBEREA'S,:the parties; hereto have set their names, titles, hands, and;seals;'this :.May .. 'nn 11: .. .. SURETY* Company 15 Mountain View Road, Warren, NJ 07059 'y TO No.: 213.612.5574 Glady_ ogers, Attorney -in -tact See California Jurat required wording Subscribed and.swom to this —day of 20_ NOT.9IIYPUBLIC (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 370, as amended) and be authorized to transact business in the State where the project is located.. McBcanParkway,BridgoWidening Project C-14 Project No. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of LOS ANGELES J} On 6/3/13 before me, EFMY M. EDNARDS, NOTARY PUBLIC Dale Hero Insert Name and Tule of the Officer personally appeared JOSEPH FERNDINO Nama(a) of Signerys) KEELY N. EDWARDS .� COMM. #1934371 = - Notary Public - cmilorr" o Los Angdles CowAy M r Comm. Ery ices r. 29 2015 Place Notary Seal Ahme who proved to me on the basis of satisfactory evidence to be the personX whose nameK is/are subscribed to the within instrument and acknowledged to me that he/94@4hey executed the same in his/herltheir authorized capacity(, and that by hisl4eOH+& signatureN on the instrument the person(zS}, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hanq and official seal. �Signature CC nature of Notary Putottc OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual M Corporate Officer—Title(s): VICE PRESIDENT ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: SECURITY PAVING COMPANY INC. OF SIGNER Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER 'v<v"vGCHt\'C!Gv�✓0.:tiel<Ce/'vA0.�tie[tia 'r4:d 'vvh'YC :�Gv6:YG\: 'el-xG�.<LGVGLtZL..A:�'v-✓G'v0.'%"t�'ei<"J' '+l/qv, 'M<'+�G(✓CL/. a D . State of: California COUnty.of SAN DIEGO Subscribed and,sworn to (or,affirmed) before me orytlis, 31ST day of MAY 2013 .,,by. GLADYS ROGERS proved to., me on.the, basis of satisfactory evidence to'be'the Person( s) who appeared fiefo,re me. (Seal) Signature L B. LAFRENZ, N ARY P LIC B.LAFREN2 Commission M 2014352 Notary Public • California San Diego County M Comm. Expires Mar 24, 2017' SREF!nS v; %14 MIT,." vm Chubb _.F igil.ntin_urance__...pan OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 CHUB)3 Know All by These .Prasenta, That .FEDERAL INSURANCE COMPANY; an Indiana corwpporation, VIGILANT INSURANCE. COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wlscons)n corporalton, do each hereby constilule.and appoint Larry Cogdill, Srooke.Lafrenz, Gladys Rogers and Michael Thomas of. Dal Mar, California - oath as their two and lawful Amway; In- Fact to er"uta under such designation In their names and to affixthelr corporals, scale to and deliver for and on thcir behalf as surely IhefBon'ur otherwise, bondiand undmaldrigs and oOlofwrafrpsvbegaloryinlho'oalura Momor(ogiorlhan'haEfbonda)'9Nettarexeculed M fico coot" of buclaoss, and any Inst ummig amending al ohodng the same, and cmuonte to the modification or aharetbn of any Instrument refuted to in said bondc or obligation. In wllnese Wheloor, sold FEDERAL INSURANCE COMPANY, VIGILANT those WosonicandaMxod Nolrwrpomlesoalsonthls .22nd. daYol t ennalh C, We near, Asa abnl5auolery STATE OF NEW JERSEY County of Smnorsol onlha 22nd dayof ;March,.2010 .known to be Asselant.Secretary of FEdERAL INSURANCE COMPANY, V .oxo Wlsd the foregoing Power of Attorney, and tho said Kenneth 0.War INSURANCE.COMPANY. VIGILANT INSURANCE COMPANY. end PACif foregoing Per .Assislanl Sec ilgnaturo of [ ',LAMS and in d being by me duty sworn; INDEMNITY COMPANYan by authority of the By. Lew.+ ,d with David 8. Nonls, Jr.. e PACIFIC INDEMNITY. COMPANY have' each an culed and emoted say dol, to me' ilea which FEOERAL ad to the Aamoy as 'Natadatseac - KATHERINEJ.'ADELW NOTMAJIBUC OF NEW JERSEY No'231US5 %.:. CommnoT.6gTtw,duFjd8;2014. �V,\ Notary Public ' .r.. CERTIFICATION Exlmcl Iron the er Lavm of FEDERAL INSURANCE COMPANY, VIGILANT; INSURANCEOOMPANY aid PACIFIC .INDEMNITY COMPANY: 'Ail powers of ahomoy for and on behalf of the_Onmpany may and shall tie executed id the name and on behalf of the.Oomdamv, either by BIB Chairman or tho: President or a'Am President or an AasklMi Via Areddanl; jointly with the secretary or an Assistant Secretary, under 'meirrospecUve dastgnadans. The. 1, Komoth 0. Wendel, AssWant 800rolaryof FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY; end PACIF16 INDEMNITY, COMP ANY. (Wo'Companlea7 do hereby eadlly lhal 'N - thelologelnseaVsctAtheSy.LamoftheCampantoekWeandcorrect: (II) the CompWas aro duly licensed and authorized to transact suroy buslness'In all Sa of the Ungad Slates of America and the Dlsirtd of Columbia and aro authorized by Iha U.S. Tranwy Department; further, Federal and Vigilant aro Ikensed In Puerto Rim and tho U.S. Virgin Islands, and Federal Is Ikmsad In, American Samoa, Guam, and each of the Provinces of. Canada except Prince Edward Island; and; (0). the loegolag Power of Attorney Is We, correct And In full force and eBecL (Given under my hand and male of said Companlas at Warron, NJ this 31st day of May, 2013. IP , �'rt'alANa •i a • Se�MYesi'e ���� Kenneth C, Wendel, Aselatanl secmlory IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE AO CONTACT US AT OV" OR BY Telephone (808) 903- 3493 Fax (908) 903.3658 e•mall: sucah'®chubb.win Form:15-10-022611• U (Ed, 6r 03) CONSENT. I—, '. PROPOSAL GUARANTEE . BID BOND MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-S1037 Project No. S1037 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that , as BIDDER, and as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars fJ I 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 day of .20 BIDDER: Signature Name and Title of Signatory Address SURETY* Subscribed and sworn to this day of NOTARY PUBLIC (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. McBean Parkway Bridge Widening Project C-15 Project No. NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-51037 Project No. S1037 City of Santa Clarita, California To the CITY OF SANTA CLARiTA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. McBean Parkway Bridge Widening Project C-16 Project No. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I State of California 1 County of LOS ANGELES J} On. JUNE 5. 2013 before me,, 14IGMX J. THOMAS NOTARY PUBLIC Ove en Yuen Neme we Tme of the V.I., personally appeared JOSEPH FERNDSNO - Neme(e)o Ipner(e t who proved to me on the basis of satisfactory evidence to ." .. %be the person(&) whose'name(e) isfare subscribed to the within instrument " and acknowledged to me that heL WRe ey executed the same in Iiilt er/94ok authorized. .'. . capaclty.(ies), and that by hisaw/gieirsignature(s) on the...::, Instrument the person(e), or the :entity .upon behalf of which the person(e):acted,.executed'the instrument. MICHELE J. THOMAS.I certify:under PENALTY OF PERJURY under the laws COMM #1881650 Notary Public' Californiaof the.State, of California that the foregoing paragraph IS z a Cos,Angeles County:. `.true:and Correct.. -.. .. . . M Comm. ExPiresA r. 1, 2014 WITNESS myy.hand.an/d ofrr1fcial seal. - ... Signature -'Ll �i Plan NouryBnl Above U12.eWre elNotary PLI 11c OPTIONAL .. Though the information below Is not required by law, It may prove valuableto persons mly/ng on the document, . _ and -could prevent fraudulent removal and reattachment of lhls form to another document - ... Description of Attached Document. Ttle orType of Document: " " . 1 Document Date:-: - Numb er;of:Pages:` signer(s) OtherThan Named Above; Capacity(les) Claimed by Signers) Signer's Name:' JOSEPH FERNDINO SlgnelsName: O Individual. , ❑ Individual ®' orate officer Tltle(s) VICE. PRESIDENT O Corporate Ofticbl=Title(s): t7_ Partner '=❑ Llmlted O General ❑ Partner—O Limited ❑ General . 11All In Fact ❑Attorney In Fact e - ;Top of thumb here ❑. Trustee To11 .p of thumb here ❑ Trustee O: Guardiadorconservator 0 Guardian or Conservator " 4 Other: 0Other:: . Signer Is Representing:: Signer Is Representing SECURITY:RWING COMPANYeIN :. . 02007 N tOM Notary Auodatlai • 9050 De Soto AW., R0. Bce 240T-CtutmvrN, CA B18112402•. v ..Nd0nlNoLW.are Item.#5907. Reerdahc,4To9.Free 1-000.8788827 NON -COLLUSION AFFIDAVIT MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-S1037 Project No. S1037 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) JOSEPH FERNDINO being fust duly sworn deposes and says that he is the VICE PRESIDENT (sole owner, a partner, president, etc.) of SECURITY PAVING COMPANY, 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. Bidder: Title Signature I JOSEPH FERNDINO [-and swom to aA before me this 5TH day of JUNE 2013, Seal'ofNotary QACHELE .J THOMAS, NOTARY PUBLIC McBean Parkway Bridge Widening Project C-17 Project No. BIDDER'S QUESTIONNAIRE MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-51037 Project No. 51037 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: JOSEPH FERNDINO Telephone: (818)362-9200 Principal Office Address: 13170 TELFAIR AVENUE, SYLNAR, CA 91342 2. Type of Firm: CORPORATION Corporate: II Other: Individual: Partnership: 3a. If a corporation, answer these questions: Date of Incorporation: 11/1/1949 State of Incorporation: CA President's Name: MICHAEL MATTIVI Vice -President's Name: JOSEPH FERNDINO: ANTHONY J. MATTIVI Secretary or Clerk's Name: MICHELE J. THOMAS Treasurer's Name: MICHAEL MATTIVI 3b. If a partnership, answer these questions: Date of organization: State Organized Name of all painters holding more than a 10% interest: Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR'S license: MICHAEL NATTIVI, SECURITY PAVING COMPANY INC. Ucensenumber: 116307 Class: A C12 Expiration Date: 3/31/14 McBean Parkway Bridge Widening Project C-18 Project No. CONTINUATION PAGE OF C19 (ATTACHED) BIDDER'S QUESTIONNAIRE (cont'd) MCBE,kN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-51037 Project No. 51037 City of Santa Clarita, California 5. CONTRACTOR's Representative: JOSEPH FEENDINo Title: VICE PRESIDENT Alternate: MICHAEL MATTIVI Title: PRESIDENT, CFO, CFA 6. List the major construction projects your organization has in progress as of this date: Owner. (A) Project Location: Type of Project: CONTINUED FROM PAGE C19: 0. CITY OF BAKERSFIELD WESTSIDE PKWY PRASE 6C MEND FRWY, 0/c STRUCTURE, CONCRETE BOK CULVERT, WALLS M P. CALTRANS 106-471004 MADERA COUNTY RT 99/AVE 12 INTERCHANGE Q. CALTRANS #07-252614 R. CALTRANS #06-008404 RT 5 WELDON CANYON, L.A.CO. RT 99@OLIVE DRIVE, BAKERSFIELD REPLACE CONCRETE SLABS WITH CONSTRUCT INSIDE LANES, SHOULDERS, PRECAST CONCRETE PANELS AND CONCRETE BARRIER McBean Parkway Bridge Widening Project C-19 A ProjectNo. BIDDER'S QUESTIONNAIRE (cont'd) MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-S1037 Project No. 51037 City of Santa Clarita, California 5. CONTRACTOR'S Representative: JOSEPH FERNDINO Title: VICE PRESIDENT Alternate: MICHAEL MATTIVI Tide: PRESIDENT, CFO, GEO 6. List the major construction projects your organization has in progress as of this date: Owner: (A) GALTRANS 007-1218V4 (B) GALTRANS 1107-121844 Project Location: I-5BURBANK @ COHASSET RT 5/134 SEP Type of Project: CONSTR HOV LANES, HOV LANES, SOUND WALLS, BET. WALLS SOUND WALLS, RET. WALLS C. CITY:OF_;BAEERSFIELD OT9WP20 D. CITY OF BAKERSFIELD 6T9WP40 WESTSIDE PARKWAY PHASE 2 WESTSIDE PKWY PHASE 4 CONSTR. 6 LANE FRWY, CONSTR. 4 LANE FREEWAY, INTERCHANGES INGL. 3 BRIDGES E. CITY OF BAKERSFIELD VT9WP6B E. CALTRANS 006—OL6404 WESTSIDE PKWY PHASE 6B RT 99, BEARDSLEY CANAL BRIDGE NEW BRIDGE, WALLS, DRAINAGE, REPLACE EXISTING PVMT W/ RAMPS CONCRETE G. CALTRANS 008—OK2404 H. CITY OF RIVERSIDE 07040 RT 40, SAN BERNARDINO CO. IOWA AVE. GRADE SEP. @BNSF RR COLD PLANE, OVERLAY, 6 CONSTR. GRADE SEP. METAL BEAM GUARD RAILING 2. CALTRANS 010-415804 J. CALTRANS 007-215944 RT 99 CHOWCHILLA, MERCED CO. RT 5, NORWALK, L.A. CO. CONSTR. FRWY, INTERCHANGE, RECONSTRUCT 6 WIDEN FRWY & BRIDGES UNDERCROSSING STRUCTURES K. LOS ANGELES WORLD AIRPORTS CALTRANS 1106—OG8304 VAN NUYS AIRPORT RUNWAY 16R RT 99 WIDENING IN SO BAKERSFIELD REHABILITATION FR 6 TO 8 LANES W/ PCC S HNA M. SANBAG (SAN BERNARDINO ASSOC. N. CALTRANS 007-1218W4 GOVERNMENTS) OC13001 HESPERIA RT 5 BURBANK I-15 RANCHERO RD INTERCHANGE REALIGN RT 5 & RR TRACKS, CONSTRUCTION RECONFIGURE ON 6 OFF RAMPS (CONTINUED, C -19A, ATTACHED) McBean Parkway Bridge Widening Project C-19 Project No. CERTIFICATION OF NON -SEGREGATED FACILITIES MCBEAN PARKWAY BRIDGE WIDENING PROJECT BID No. ENG -12-13-51037 Project No. 51037 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. SECURITY PAVING COMPANY, INC. CONTRACTOR 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). McBean Parkway Bridge Widening Project C-20 Project No. AD ENDUM No.1 MCBEAN ARKWAY BIUDGEVffiENING PROJECT No. ENG-12-13-SIO37 Project No. 51037 City of Santa Clarita, California May 13, 2013 This Addendum forms as a part of the Contract Documents for the above -identified project and modifies the original Plans, 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. 1. Chanee Bid Ooenine Date: a. The new bid opening date is June 5, 2013. b. Bids must be submitted to Purchasing, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355, before 11:00 a.m. on June 5, 2013 at which time, or shortly thereafter, they will be publicly opened and read in Suite 304. Bidders shall acknowledge Addendum No. 1 by executing Addendum 1 and returning with the bid. Robert G. an, P.E., L.S. Director of Public.Worke City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. JUNE 5 2013 Date Bid is Signature JOS PH FERND NO, VICE PRESIDENT THIS DOCUMENT TO BE SUBMITTED WITH BID Page 1 of 1 Bid No. ENG -12-13-S1037 Addendum 42 May 29, 2013 bottom is approximately 1086 so that would make the top of the water line approximately 1076 not the 1094.5 that you indicate on this drawing. You need to indicate that the toe down line and the waterline is not to scale on this drawing.. Response: The depth of the toe down slope protection shall be per the elevations provided, and not as it scales graphically on the sheet. The drawing is shown to scale with the exception of the toe down slope protection, which was included as the sheet allowed. 39. Question: YOUR ITEM 101 SAYS THAT THE TUBULAR HANDRAIL ITEM IS ODIFIED WHAT IS THE MODIFICATION AS IT CALLS FOR STD B 11-51 ON _--._...ICE3'NO.TE_...IS.=S_1NE01; A-ION-ONS-BID..SCI-EDULE_MODIFIED___.. INCORRECT? Response: The Tubular Hand Railing is modified as per Note 4 on Sheet 87, regarding how it is installed. No other modifications to the Tubular Hand Railing from the standard plan are included. 40. Can I get a copy of the pre-bid meeting and job work sign in sheet? Res onset The sign in sheet is included as an attachment to Addendum 2. Director of Public Works City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of t s Addendum No. 2 d accept the of rementioned: .7IINE 5 12013 Date idder's Signature THIS DOCUMENT TO BE SUBMITTED WITH BID Page 20 of 20 Bid No. ENG -12-13-S1037 Addendum 43 May 31, 2013 SECTION G - SPECIAL PROVISIONS 1. Add Section G1-41, STEEL CASING _-._.-__..... _.._._...._....G1-41 STEEL _CASIWG--_.__ _.._.----.---._ ..._. .,_...-.._._-.- -..,......___............. The scope of work under the relevant bid items includes the construction of steel casing Ripe pipe per the sizes indicated on the project plans and at the locations shown on the plans or as directed by the Engineer. Steel casing pipe shall be welded steel pipe conforming to the provisions in Section 70-3 of the State Standard Specifications PAYMENT The contract price paid per Linear Foot for the various sizes of steel ATTACHMENTS: Federal Prevailing Wage Rates dated 5/10/2013 Revised Plans Sheets 14, 15 and 17. Robert G. Newman Director of Public Works BIDDER'S CERTIFICCity of Santa Clarita AT acknowledge receipt this Addendum No. 3 a d acceptthe forementioned. JUNE 5 ,2013 Date Bidder's Signature THIS DOCUMENT TO BE SUBMITTED WITH BID Page 7 of 7 CAPITAL IMPROVEMENT PROJECT AGREEMENT Contract MCBEAN PARKA'AY BRIDGE WIDENING PROJECT BID No. ENG -12-13-51037 Project No. 51037 City of Santa Clarita, California) 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 as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE 1 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 Il For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above - stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. Revised 1/2012 Page 1 of ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VII Nature of Relationship CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations Revised 1/2012 Page 2 of 7 and policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not 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 they CONTRACTOR, an agent or employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. ARTICLE VIII CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liabilitv Insurance During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the AGREEMENT and any extension thereof in the amount indicated above or the following minimum limits: A combined single limit liability policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. Revised 112012 Page 3 of 7 Should CONTRACTOR for any reason fail to obtain and maintain the insurance required by this Agreement City may obtain coverage at CONTARCTOR'S expense and deduct the cost of such insurance from moments due to CONTRACTOR under this Agreement or terminate. In the alternative should CONTRACTOR fail to meet any of the insurance requirements under this agreement City may cancel the Agreement immediately with no penalty. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify; inure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Revised 112012 Page 4 of 7 ARTICLE IX Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD) of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. ARTICLE X Term This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless sooner terminated. M odi fi cation/Terminati on 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 sigmed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Severability In the event that any one or more of the provisions contained in this AGREEMENT shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be construed as if such unenforceable provisions arc not a part hereof. Govcrnini; Law Revised 1/2012 Page 5 of 7 This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Conmhance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local government, including City's Labor Compliance Program. CONTRACTOR shall comply with all aspects of the National 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. Prevailine Waves If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY'S Engineering Division or the website for State of California prevailing wage determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Revised 1/2012 Page 6 of 7 Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this AGREEMENT to be executed in duplicate by setting hereunto their names and titles this day of 20_ CONTRACTOR: CONTRACTOR Name: Address: Phone & Fax No. AL1. SIGNATURES MUST BE Signed By: WITNESSED BY NOl'ARY CITY: Attest: Approved as to Form: Print Name & Title: CONTRACTOR's License No. Class Mayor/City Manager of the City of Santa Clarita City Clerk of the City of Santa Clarita City Attorney of the City of Santa Clarita Date: Date: Date: Revised 112012 Page 7 of 7