Loading...
HomeMy WebLinkAbout2013-05-28 - AGENDA REPORTS - PRJ M0095 METROLINK STN REPAIR (2)CONSENT CALENDAR DATE: SUBJECT: DEPARTMENT: CITY OF SANTA CLARITI AGENDA REPORT City Manager Approval: Item to be presented by: May 28, 2013 Agenda Item: 6 JAN HEIDT AND VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE AND TILE REPAIR, PROJECT M0095, FTA PROJECT NUMBER CA -90-Y276 - AWARD CONSTRUCTION CONTRACT Public Works RECOMMENDED ACTION City Council: Approve the plans and specifications for the Jan Heidt and Via Princessa Metrolink Platform Concrete and Tile Repair, Project M0095, FTA Project Number CA -90-Y276. 2. Reject the nonresponsive bid from New Vision Construction. Award the construction contract to R.C. Becker and Son, Inc., in the amount of $114,493 and authorize a fifteen percent contingency of $17,174 for a total contract amount not to exceed $131,667. 4. Increase Grant Revenue Account 700-4424.009 by $82,000 and appropriate $82,000 in Federal Transit Administration grant funds to expenditure account M0095700-5161.001; decrease revenues in TDA Article 8 account 233-4421.002 by $22,000, and decrease TDA Article 8 funds in expenditure account M0095233-5161.001 by $22,000. 5. 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 City of Santa Clarita (City) has identified federal funds for the improvement of the City's Metrolink stations. All Metrolink stations within the City are owned and operated by the City. It is the City's responsibility to maintain the stations. As part of an overall improvement program, the City initiated this project to replace deteriorated detectable warning tile and make needed repairs to the concrete platform. The Jan Heidt and Via Princessa Metrolink Platform Concrete and Tile Repair, Project M0095, FTA Project Number CA -90-Y276 will replace the old deteriorated detectable warning tile with new warning tile at both facilities, and repair the concrete platform edge at the Jan Heidt Metrolink Station, to eliminate any tripping hazards throughout the platforms. An invitation to bid was prepared and published three times: March 20, March 23, and March 24, 2013, and was noticed on the City's website. Plans and specifications were also sent to area plan rooms. Two bids were submitted to the City and opened by Purchasing on April 23, 2013. The results of the bids are shown below: Company Location Bid Amount New Vision Construction Valencia, CA $112,724.83 R.C. Becker and Son, Inc. Santa Clarita, CA $114,492.50 After reviewing the submitted bids, City staff determined the bid from the apparent low bidder, New Vision Construction, to be nonresponsive due to a mistake by New Vision Construction in filling out the bid. Bid Item 2 is for the removal and replacement of detectable warning tile, with a quantity of 655 lineal feet. The unit price submitted by New Vision Construction for this item was $173.20, with an extended price of $28,362.13. However, with the correct calculation, the extended price would be $113,446.00 (quantity times unit price), which would increase the New Vision Construction price to $197,808.70 making the New Vision Construction bid higher than R.C. Becker and Son, Inc. The irregularity in New Vision Construction's proposal is a material irregularity because it impacts the amount of the bid. Such arithmetical errors in filling out a bid may not be waived by the City, and therefore, the New Vision Construction bid should be rejected as nonresponsive. The City sent a letter to New Vision Construction on May 1 in which the City stated staff would recommend City Council find the New Vision Construction bid to be nonresponsive as stated above. No response has been received from New Vision Construction. Staff recommends the City Council reject the New Vision Construction bid as nonresponsive and award the construction contract to R.C. Becker and Son, Inc., the second lowest responsive bidder, in the amount of $114,493 and authorize a contingency in the amount of $17,174 for a total contract amount not to exceed $131,667. R.C. Becker and Son, Inc., possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and found to be complete. The construction contingency amount requested will cover costs for unforeseen site conditions, such as removal of additional platform concrete that might be required above the anticipated quantity and additional costs associated with removal of the existing detectable warning tile. It is also recommended to reduce the budgeted TDA Article 8 funds, as the project is 100 -percent grant -funded. IN Project funds in the amount of $38,333 will be available for construction management, quality assurance, labor compliance, staff oversight, and miscellaneous project administration costs. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT No general funds will be used for this project. The requested actions will create a total project budget of $170,000. This will adequately provide for the construction contract of $131,667, which includes contingency. The residual funds of $38,333 will adequately provide for all remaining project costs, including labor compliance services, staff oversight, construction engineering, quality assurance inspection services, and project administration costs. ATTACHMENTS Location Map New Vision Letter R.C. Becker and Son, Inc. Contract available in the City Clerk's Reading File R.C. Becker and Son, Inc. Bid Package available in the City Clerk's Reading File 3 I� 4 0 /i N 0 6 lJ 15 M B CL go CL pE N N u o v c S C m J — � q v « y u T — WO N 7 a o n •S Ec f m O alaz s « c y O O d c via m 1 n � E_ U m C U tq G J e�1'Yu City of SANTA CLARITA 23920 Valencia Boulevard • Suite 300 • Santo Clarita, California 91355-21% Phone; (661) 259-2489 • FAB: (661) 259-8125 un mama-cladta.= May 1, 2013 SENT VIA EMAIL to constructiondave@att.net AND US MAIL David Bader New Vision Construction _ 23435 Abbey Glen-- .....,..:_-. _ _ Valencia, CA 91954 Re: Jan Heidt/Via Princessa Metrolink Station Platform Dear Mr, Bader: City staff has reviewed the bid submitted by New Vision Construction and found that the bid is not responsive to the requirements of the bid documents for two reasons, First, there is a math error on Item No. 2 which has Unit of 655 Lineal Feet (LF) and the New Vision bid Schedule (copy enclosed) lists the Unit Price at $173,20, but the Total extended price is $28,362.13. However, 655 multiplied by $173.20 is actually $113,446. Second, New Vision failed to execute and return the.Certifreation requirement for procurement of steel, iron or manufactured projects (Page B721 of bid documents). Therefore, City staff intends to recommend that the City Council reject the New Vision bid as not responsive and award the contract for the Project to the next lowest bidder. The City Council will consider this recommendation from City staff at its meeting on May 28, 2013, at 6:00 p.m., which will be held at the Santa Clarita City Hall Council Chambers located at 23920 Valencia Blvd„ Santa Clarita, CA 91355, If New Vision wishes to submit a written response to this letter, please address that response to my attention by 12:00 p.m., May 17, 2013, so that we may include that response in the Agenda packet which is distributed to City Council and/or you may appear at the City Council meeting. Thank you for your cooperation and for submitting a bid to the City on this project. Sincerely, Curtis Nay 8n\CITVNA =IPNWNGCMV Q095 I. NAdl.V4 Pdm.m PdUTIImd k A, -,&s TERTONew VISION CONSTRUCTION Enclosure cc: Robert Newman, Director of Public Works Joseph Montes, City Attorney BID SCHEDULE ,...�► JAN HEEDTNIA PRINC A ESME BOGINK STATION PLATFORM CONCRXPAIR Project No. M0095 Sid No. ENG12.13"MO095 City of Santa Clarila, California 01" ITEM DESCRIPTION UNIT QTY, UNIT PRICE TOTAL NO. 1 MobiliZatlDn&Demobilization 1 LS 0 66� $ 6 96270 2 Removal -and -Replacement -of Deteetable - "A" Warnin Tlie As r Exhibit 3 emova and Replacement ofPortan Cement 110 LF $ Concrete Platlorm SeotIon As r SK•OPRD01 Removal and Replacement of 4" Wlde Yellow 550 LF $ )! 81 $ 6 S Oo 4 Sete Strl 5 Removal and Replacement 1" Wide Contrast 550 LF $ $ 6-S Q O SM Removal and Replacement e HHigh Yellow 51Dck 15 EA $ 33 3? $ 5 QO t3 Letters Sentence 7 MetroilnkPlagging—Allowance 3D DAY $ 1,200.00 $ 36,000.00 8 SORRA Form No 6—Allowance 1 LS $ 2,500.00 $ 2,500.0D 9 Traftfc Control I Pedestrian Protaotlon 1 LS $ 3 boo $ v t0 Implementation of Best Management Practices 1 LS $ptp $ �jspU TOTAL: $ fANHEEIT- VIA PRINCESSA MEIROUNR PLATFORM REPAIRS CITY OF SANTA CLARITA C-2 NO Certification requirement for procurement of steel, Iron, or manufactured products. Cerriflcate of Compliance with 49 U. 53230)(1) The bidder or offeror hereby certifies that It will meet the requirements of 49 U.S.C, 53230)(1) and the applicable regulations in 49 CPR Part 661. Sign Company Name R.C. Becker and Son, Inc Tide Vice President C 5.21 CAPITAL IMPROVEMENT PROJECT AGREEMENT Contract 1 )-00165 Jan HeidtlVia Princessa Metrolink Station Platform Concrete & Tile Repair Project No.: M0095 FTA No.: CA -90-1'276 This AGREEMENT is made and entered into for the above -stated project this day of 20, BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY. and R.C. Becker & Son. Inc., as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I That contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings, appendices, and City's Labor Compliance Program; together with this AGREEMENT and all required bonds, insurance certificates, permits. notices, and affidavits: and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said AGREEMENT documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above - stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, 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 independentCONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. ARTICLE VIII CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury. including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, 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 1/2012 Page 3 of 7 Should CONTRACTOR for anv 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 payments due to CONTRACTOR under this Agreement or terminate. In the alternative should CONTRACTOR fail to meet any of the insurance requirements under this agreement City may cancel the Agreement immediately with no penalty. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy. CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, inure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Revised 1/2012 Page 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 odifi 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 signed by duly authorized representatives of the panics hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination. CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Severability In the event that any one or more of the provisions contained in this AGREEMENT shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be construed as if such unenforceable provisions are not a part hereof. Governing Law Revived 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. Compliance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local government, including City's Labor Compliance Program. CONTRACTOR shall comply with all aspects of the National 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 Wages If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY'S Engineering Division or the website for State of California prevailing wage determination at www.dir.ca.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 Califomia 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 wilt be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Revised 112012 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. ALL SIGNATURES MUST BE Signed By: WITNESSED BY NOTARY CITY: Attest: Approved as to Form: Print Name & CONTRACTOR's License No. Class Date: Mayor/City Manager of the City of Santa Clarita Date: City Clerk of the City of Santa Clarita Date: City Attorney of the City of Santa Clarita Revised 1/2012 Pa -e 7 of 7 SECTION C: PROPOSAL JAN REEI)TIVIA PRINCESS.A METROLINK STATION PLATFORM CONCRETE S TILE REPAIR Project No. M0095 Bid No. ENG-12-13-MOO95 TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, -BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. Company Name: R.C. Becker and Son. Inc Company Address: 28355 Kelly Johnson Parkway Santa Clarim CA 91355 By: John Becker Print Name Title: Vice President C Signature: Date: �j 4-23-6' JAN HEIDT- VIA PRINCESSA METROLINK PLATFORM REPAIRS CITY OF SANTA CLARITA C-1 BID SCHEDULE JAN HEIDTNIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG72-13-M0095 City of Santa Clarita, California ITEM DESCRIPTION UNIT QTY. UNIT PRICE TOTAL NO. 1 Mobilization & Demobilization 1 LS $ 7,850.00 $ 7.850.00 2 Removal and Replacement of Detectable 655 LF $ 64.00 $ 41.920.00 Warnin Tile As per Exhibit "A" 3 I Removal and Replacement of Portland Cement 110 LF $ 180.00 $ 19.800.00 Concrete Platform Section As per SK-CPR001 ^ 4 Removal and Replacement of 4" Wide Yellow 550 LF $ 4,35 $ 2,392.50 SafetV Stripe 5 Removal and Replacement 1" Wide Contrast 550 LF $ 3.10 $ 1,705.00 Stripe Removal and Replacement 4" High Yellow Block 15 EA $ 15.00 $ 225.00 6 Letters Sentence 7 Metrolink Flagging — Allowance 30 DAY $ 1,200.00 $ 36,000.00 8 SCRRA Form No 6 — Allowance 1 LS $ 2,500.00 $ 2,500.00 9 Traffic Control / Pedestrian Protection 1 LS $ 2,000.00 $ 2.000.00 10 Implementation of Best Management Practices 1 LS $ 100.00 $ 100.00 TOTAL: $ 114,492.50 Total Base Bid in Words: one hundred fourteen thousand. four hundred ninety-two dollars and fifty cents. JAN HEIDT- VIA PRINCESSA METROLINK PLATFORM REPAIRS CITY OF SANTA CLARITA C-2 DESIGNATION OF SUBCONTRACTORS JAN HEIDT/VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG -12-13-M0095 City of Santa C/arifa, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of 1/2of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. Subcontractor DBE STATUS: NONE Dollar Value of Work 54.075.00 Chrisp Company Description of Work License No. Age of firm: nia Certifying Agency: nia Annual Gross Receipts: n/a Location and Place of Business 2280 South Lilac Ave Bloomington. CA 92316 Bid Schedule Item Nos: Decription of Work 4,5,6 Remove and Replace Striping License No. Exp, Date: 0>/ 31 / 13 Phone ( ) 909-746-0356 374600 Subcontractor DBE STATUS: Age of firm: Certifying 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 ( ) Subcontractor DBE STATUS: Age of firm: Certifying A enc : Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Decription of Work License No. Exp. Date: Phone ( ) JAN HEIDT- VIA PRINCESSA METROLINK PLATFORM REPAIRS CITY OF SANTA CLARITA C-3 DESIGNATION OF SUBCONTRACTORS JAN HEIDT/VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG -12-13-M0095 City of Santa Clarita, California Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work 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: Bid Schedule Item Nos: Description of Work License No. License No. Exp. Date: / ! =Phone( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Recei ts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: JAN HEIDT- VIA PRINCESSA METROLINK PLATFORM REPAIRS CITY OF SANTA CLARITA CA DESIGNATION OF SUBCONTRACTORS JAN HE1DT/VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG -12-13-M0095 City of Santa C/anta, California Subcontractor Age of firm: DBE STATUS: Certifying A enc Dollar Value of Work Annual Gross Receipts: Location and Place of Business Description of Work Bid Schedule Item Nos: Bid Schedule Item Nos: Description of Work I License No. Exp. Date: Phone ( ) Subcontractor A e of firm: DBE STATUS: Ce fif in A enc : Dollar Value of Work Annual Gross Recei ts: Location and Place of Business Description of Work Bid Schedule Item Nos: Description of Work Phone ( ) License No. Exp. Date: / / Phone ( ) Subcontractor DBE STATUS: A e of firm: Certif in A enc : Dollar Value of Work Annual Gross Recei ts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) JAN HEIDT- VIA PRINCESSA METROLINK PLATFORM REPAIRS CITY OF SANTA CLARITA C-5 JAN HEIDT/VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG -12-13•M0095 City of Santa Clarita, California REFERENCES The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within the past 3 years: 1 City of Lancaster 615 W. Ave H, Lancaster. CA 93534 Name and Address of Owner / Agency Vikic Margadonna 661-945-6865 Name and Telephone Number of Person Familiar with Project $141637.00 Pedestrian Bus Stop Improvements 11/2011 Contract Amount Type of Work Date Completed 2. LACMTA One Gateway Plaza, Los Angeles, CA 90012 Name and Address of Owner / Agency Joseph Lemon 213-922-3980 Name and Telephone Number of Person Familiar with Project $249,000.00 Harbor Transitway Bus Station Improvements 10/2012 Contract Amount Type of Work Date Completed 3. City of Santa Clarita 23920 Valencia Blvd. Santa Clarita, CA 91355 Name and Address of Owner/ Agency Hoon Hahn 661-255-4953 Name and Telephone Number of Person Familiar with Project $583,769.22 Metrolink Parking Expansion 08/2011 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Millennium Corporate Solutions Inc 550 N. Brand k 1100 Glendale, CA 91203 949-679-7144 The Guarantee Company of North America USA 1800 Sutter Street Suite 735. Concord, CA 94520 925-566-4060 R.C. Becker and Son, Inc Contrac rs Name cam' C-6 TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION JAN HEIDT/VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG -12.13-M0095 City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily. excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space, 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. NONE NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. C-7 , EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION * * * (Must be filled out by the Bidder and ALL subcontractors over $10,000) * * * JAN HEIDT/VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG•12-13-M0095 City of Santa Clarita, California This bidder R.C. Becker and Son, Inc , proposed subcontractor (s) , hereby certifies that he has xx , 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 xx , has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: R.C. Becker and Son, Inc By: John Becker Title: Vice President Date: 4-23-2013 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. C-8 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: R.C. Becker and Son. Inc Business Address: 28355 Kelly Johnson Parkway. Santa Clarita, CA 91355 Telephone No.: State CONTRACTOR's License No. & Class: 258762 Class A. C-12 Original Date: 7122/1969 Expiration Date: 6%30!2013 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: Michael Becker, President 23955 Wildwood Canvon, Newhall. CA 91321 661-259-4845 John Becker, Vice President 23262 W. Lea Court, Valencia, CA 91354 661-259-4845 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: NONE Wr 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 23rd day of April 2013. BIDDER: SignaWFe John Becker. Vice President Jame and Title of Signatory R.C. Becker and Son. Inc Legal Name of Bidder 28355 telly Johnson Parkway, Santa Clarita. CA 91355 Address 661-259-4845 95-2567499 Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this day of , 2013. Notary Public ��1rt o Di * (SEAL) C-10 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE y 8202 VSee Attached Document (Notary to cross out lines 1-6 below) See Statement Below (Lines 1-6 to be completed only by document signer]s], not Notary) Sipnewrn of Docamenf 6eern No. 1 State of California County of Los Angeles ------------------- LISA 0. MERTZM commotion f IM174 LoLoss he" OoIMr Place W., Seel AUrne Sgnafure of Docameie Signer No. 2111 xnyi Subscribed and swom to (or affirmed) before me on this 23rd day of April 20 33, Dale mown Yea, by (1) John Becker Nemo 01 Sgnef proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) H Name of Signor proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature '-%0— D. S,ynafine M Notary P0 c OPTIONAL 7-nOua6 IIA: fnfp:malirr!! brdnw IS not regi urs-t'I)y iilw. In kit, f.ROV2 ruityOfe 1 iuV n(Ihump Iw_.= frm If thofnp erne to persons refyk:'; on fire tlOcurrlenf 3nri c:ouki pro. venf Ira; rcfutent removal ar,6 m ltlachnlenf of this Inrm to anotoct document. Further Description of Any Attached Document Tine or Type of Documenn Bidder's Information & Certification Document Dale: 4/23l13._-___ Number, of Pages:, ._ 2....._ Y Signer(s) Other Than Named Above. ___ .NOne ® ZU+o Neannre NOW, Assoua:wn • NafnneaJUlary. ort; • I M) US NOTARY ILaOU-9I6 ua2]1 pem .5»U BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. 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: JAN HEIDTIVIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG-12-13-MG095 City of Santa Clarita, California Bidder's Signature **NOT APPLICABLE" 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. C-11 PROPOSAL GUARANTEE BID BOND JAN HEIDTNIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG -12.13-M0095 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that R.C. Becker and Son. Inc. , as BIDDER, and The Guarantee Company of North America USA as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percent of Amount Bid dollars ($ 10% 1, 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 8th BIDDER: Day of April , 2013. R C Rnckar end Ann me SURETY`: The Guarantee Company of North America USA 550 N. Brand Blvd., Suite 10, lendale, CA 91203 Telephone: 626.27 3 Subscribed and sworn to this day of NOTARY PUBLIC: 01 rc r P,p J 'Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. C-12 STATE OF CALIFORNIA County of Los Angeles On April 8, 2013 before me, Corinne L HemandezNotary Public Dale Here Insert anre ar, nine o1 the 01 personalty appeared William Syrkin Name(s) of Signers) CORINNE L. HER RNANOEZ , Commission ,e 79G5285 W 1�'\: a -!-a g'r-tk, Notary Public - California z z e _ : ti.. y Los Anceles County .•"=.. My Comm. Fxclles Ser, "d. 2014 J who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) isMm subscribed to the within instrument and acknowledged to me that hellshelthey executed the same in hisAiefkheir authorized capacity(+es), and that by hislAerftheir signatureW on the instrument the person(s), or the entity upon behalf of which the persons) 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. Witn=Zg� Sign Place Notary Seal Above 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 Signer(s) Other Than Named Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate ON icer —Title(s):— Partner — itle(s):_Partner— ❑ Limited ❑ General Q Attorney in Fad ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: The Guarantee Company of North America USA 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: rev 02W7 Neeaal Notary Associatbn , 9350 De solo Ave., P.O. aon 2402 - Chels ,lh, CA 91010-2402 • ww WiOnalNotary.ory Item #5907 Reenkr Cell Toll-free t-606876-6927 THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield. Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan. having its principal office in Southfield, Michigan, does hereby constitute and appoint 11111lam Sorkin, Sergio D. Bechara, Rebecca Ann Haas -Bates. Patricia Ann Bauer, Richard Leroy Adair blillennlum Corporate Solutions, Inc. its true and lawful altorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law. statute, rule, regulation, contract or otherwise, The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power o1 Attorney is executed and may be certified so, and may be revoked pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31' day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto. bonds and undertakings. contracts of indemnity and other writings obligatory in the nature thereof. and 2. To revoke, at any time, any such Attomey-in-tact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. II is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been oiven to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (3D) days prior to the modification or revocation. Further, this Power of Attorney is signed and seated by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2D 11, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company maybe affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond. undertaking. contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. .WTM+r� IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and N its corporate seal to be affixed by its authorized officer. this 23rd day of February, 2012. 4 � THE GUARANTEE COMPANY OF NORTH AMERICA USA `-� STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA: that the seal affixed to said instrument is the Corporate Seal of said Company: that the Corporate Seat and earn signature were duly affixed by order of the Board of Directors of IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA. which m stili in full force and effect. ,xvru IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 8 th day ofApiil. 2013 �'� Randall Musselman, Secretary Cynthia A. Takai Notary Public, State of Michigan County or Oakland V" 7 My Commission Expires February 27, 2018 ' Acting m Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA. which m stili in full force and effect. ,xvru IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 8 th day ofApiil. 2013 �'� Randall Musselman, Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California l County of Los Angeles Jy On 4/23/13 before me, Lisa O. Hertzing, Notary Public Det. Here Iruert Name and Tale of Ne OMcer personally appeared John Becker A .t CaraWbin 11ttSl171 1 loft • Comm LA AMP" C410 Place Netary S.ai Aowa who proved to me on the basis of satisfactory evidence to be the person(&) whose name(&) is/are subscribed to the within instrument and acknowledged to me that heh+t&AI ey executed the same in his/i7oAh& authorized capacityfiee), and that by his/heA449 f signature(&} on the instrument the person(*, or the entity upon behalf of which the person(*} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 4:-4-y2& S,grlaNre of Notary P k 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: 4/8/13 Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: John Becker ❑ Individual CorporateOfficer —Title(s): V.P. Partner — tel Limited ❑ General Attorney in Fact ❑ Trustee Guardian or Conservator ❑ Other: Signer Is Representing: R C Becker & Son Inc RIGHT S104ERRRJT OF 4WJER I Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): F7� Partner — ❑ Limited Eli General '❑ Attorney in Fact u Trustee Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMaPRRIT OF SIGNER 02007 Nav,n $ Notary Assooatim• 93 Da solo A. _P..O.f 2402-tI M, GA 913132&02• www. NalwaWolaryag Item.59n7 Remd.r.C.HTciIFr.I601 V&6827 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) JAN HEIDT/VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG -12.13-M0095 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 c ontract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. C-13 NON -COLLUSION AFFIDAVIT JAN HEIDT/VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG -12-13-M0095 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § John Becker being first duly sworn deposes and says that he is the Vice President (sole owner, a partner, president, etc.) of R.C. Becker and Son, Inc the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. / 7 Signed: Title VicePreSWnt Subscribed and sworn to and before me this day of 2013. "*see attached" Seal of Notary C-14 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 6202 ,/See Attached Document (Notary to cross out lines 1-6 below) See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Slgnawee of Document Signer No I State of California County of Los Angeles Place Nonny Seal nbova Signawre of Document Signer Nn. 2 HI any) Subscribed and sworn to (or affirmed) before me on this 23rd day of April 20-13 Dale by Memh Year (1)_ John Becker Name nl S.Onel proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) Eat Name of Signe, proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature 6�O Slynew,e of Notary P P OPTIONAL rh0bQll fhe d'tlo/n;aliwl be!OW Iti n01 reposed by IAN', a Olay prove vahiab/P. lora N thumb hnre i.r -P Of ihumli hy0 to persons relying on the oocwnupt jr7a toted provenf (rauduieru removal 1107 rOatMChmCnt Of Ihrs r0on to anofher da-umenl. Further Description of Any Attached Document Title or TYPP. of Document Non -Collusion Affidavit Dmumenl Date: .__4/23/13_____.,___`____,__ Number of Pages:._. Signer(e) Chhe, Than Named Above. __ None 9 2010 Nalronal Notary Aysooanon • NauonalNotary. org • I.800 -US NOTARY f I See 876 59271 tlem 15910 BIDDER'S QUESTIONNAIRE JAN HEIDT/VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG-12-13-MD095 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. Submitted by: John Becker Telephone: 661-259-4845 Principal Office Address: 28355 Kelly .lohnson Parkway. Santa Clarita, CA 91355 2. Type of Firm: General Engineering Contractor Corporate: xX Other: Individual: 3a. It a corporation, answer these questions: Date of Incorporation: 12-18-1968 State of Incorporation: California President's Name: Michael Becker Vice -President's Name: John Becker Secretary or Clerk's Name: Daniel Schackan Treasurer's Name: Daniel Schackan 3b. It a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. i 4. Name of person holding CONTRACTOR's license: John Becker License number: 258762 Class: A. C-12 Expiration Date: -2013 C-15 11 BIDDER'S QUESTIONNAIRE (cont'd) JAN HEIDTIVIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG -12-13-M0095 City of Santa Clarita, California CONTRACTOR's Representative. Title: Vice President Alternate: Vince Tellez Title: Chief Estimator John Becker 6. List the major construction projects your organization has in progress as of this date: Owner: (A) .Agoura Business Center Project Location: _Agoura. CA Type of Project: street improvements C-16 (B) Newhall Land and Farming Co Santa Clarity CA Median Improvements CERTIFICATION OF NON -SEGREGATED FACILITIES JAN HEIDT/VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG -12.13-M0095 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. -� R.C. Becker and Son, Inc John Becker Vice President Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). C-17 NON -LOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS JAN HEIDT/VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR Project No. M0095 Bid No. ENG -12-13-M0095 City of Santa Clarita, California The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE 'BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 C-18 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑ a. contract ❑ a. bid/offer/application ❑ a. initial It. grant It. initial award b. material change c. cooperative agreement C. post -award d. loan For Material Change Only: e. loan guarantee year_ quarter I. loan insurance date of last report 4. Name and Address of Reporting Entity S. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: 13 Prim Subawardee Tier _ , if known Congressional District, if known 6. Federal Department/Agency: S. Federal Action Number, if known: 10, a. Name and Address of Lobby Entity (If individual, last name, first name, MI) Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable 9. Award Amount, if known: It. Individuals Performing Services (including address if different from No. IOa) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply) $ Actual planned a. retainer It. one-time fee 12. Form of Payment (check all that apply): c. commission ea. cash - d. contingent fee It. in-kind; specify: nature a deferred value f. other, specify 14. Brief Description of Services Performed or to he performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) amehed: Yes 11 No El ' y 16. lnfe matim, requested through this Intuit is authomed by Tale 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or entered into: This disclosure is required pursuant to 31 Print Name: 06hn Becker U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection, Any Vice President of R.C. Beaker and Son. Inc person who fails m file the required disclosure shall be subject Title: to a civil penalry of not less than $10,000 and not more than 661-259-4845 4/23/13 5100,000 for each such failure. Telephone No.: Dale: Authorized for Local Reproduction Standard Form - LLL Rev C-19 Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 5323(j)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323Q)(I) and the applicable regulations in 49 CFR Part 661. Date 4/23/13 Signature Company Name R.C. Becker and Son. Inc Tide Vice President B- 21 INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. I. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks " Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example. Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item I (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP -DE -90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). I LEnter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12.Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13.Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14.Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16.The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. C-20 ADDENDUM No. 1 JAN HEIDT / VIA PRINCESSA METROLINK STATION PLATFORM CONCRETE & TILE REPAIR PROJECT NO. M0095 Bid No. ENG -12-13-M0095 FTA Funded Project FTA Project No. CA -90-Y276 City of Santa Clarita, California April 8, 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. 2. NEW ATTACHMENT — Please add the following to the Contract Document ATTACHMENTS, for your reference: 1. SITE LOCATION MAP 2. EXHIBIT "B" - Jan Heidt Location 3. EXHIBIT "C" - Via Princessa Location 4. APPENDIX "B" - Clear Copy of Exhibit "A" (Detectable Warning Tile) (enclosed on this addendum) CUNUMt I t MA J PVRM SECTION AS PER SK-CPROOI — Add rhe following.• Contractor shall protect and clean any existing re -bar. Before concrete is placed the reinforcement shall be free of mortar, oil, dirt, excessive mill scale and scabby rust and other coatings of any character that would destroy or reduce the bond. 3. CDMMP FORM & RECYCLING PLAN — Appendix "D" shall be replaced with the revised Recycling Plan and CDMMP Form enclosed in this addendum. 4. SECTION C - BID PROPOSAL — Delete Section C, and replace with the enclosed revised Section C - BID PROPOSAL. Revised bid proposal includes updated DBE forms. 5. BIDDERS' QUESTIONNAIRES AND REPONSES: Question: The existing platform surface is asphalt concrete not PCC with no tile! How thick is the AC? Answer: Scope of work consists of removal & replacement of tile. Please refer to Exhibits B & C enclosed on this addendum. Question: Is there a cement base below the AC if so how thick?... or is there a sub grade material? Answer: Existing deteriorated tile shall be replaced with new tile. Please visit both Via Princessa and Jan Heidt locations, and refer to Exhibits B & C. Detectable warning the is only on PCC, and not AC. Question: is the new 105 lin.ft concrete repair (item 43) continuous or in several sections? Answer: Concrete removal & replacement may not be continuous, however, this work only occurs on the Jan Heidt Metrolink Station west platform. The section of concrete replacement will be marked by Public Works inspector prior the removals. Please refer to Exhibits B & C, and visit the site. Question: How is the existing 4x wood ledger on platform face to be addressed? Page 1 of 9 Answer: There are no 4x wood ledgers on limits of this work. Please visit the site, and refer to Exhibits B & C. Question: Will the new tiles be applied directly to the existing AC surface other than the new cement? Answer: No new installation of Detectable Warning Tile. This project scope consists of removal and replacement of Tile. There are no locations with AC. See attached Exhibits B d C. Bidders shall acknowledge Addendum No. 1 by executing Addendum 1 and returning with the bid. Robert G. Newman, P.E., L.S. Director of Public Works City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. _gla5f 13 2013 Date er's Signature THIS DOCUMENT TO BE SUBMITTED WITH BID Page 2 of 3