Loading...
HomeMy WebLinkAbout2013-11-12 - AGENDA REPORTS - PROJ S1040 PED BRIDGE DEL MONT (2)CONSENT CALENDAR DATE: SUBJECT: DEPARTMENT: Agenda Item: 4 CITY OF SANTA CLARITA AGENDA REPORT City Manager Approval: Item to be presented by: November 12, 2013 Curtis Nay PEDESTRIAN OVER CROSSING DEL MONTE DRIVE, PROJECT 51040 - AWARD CONSTRUCTION CONTRACT Public Works RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Pedestrian Over Crossing Del Monte Drive, Project S1040. 2. Award the construction contract to John Burgeson Contractors, Inc., in the amount of $365,431 and authorize a contingency in the amount of $36,543 for a total contract amount not to exceed $401,974. 3. 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) Landscape Maintenance District is responsible for the maintenance of all pedestrian bridges connecting the paseo system. This project will replace the existing pedestrian bridge crossing at Del Monte Drive in the Valencia North Valley neighborhood. Due to the deteriorated condition, the existing timber bridge will be replaced with a new prefabricated steel truss bridge. The project scope will include removal and replacement of the existing foundation, abutments, and reconstruction of a portion of each of the approaches. As part of the ongoing effort to inform the local residents of construction activity in their community, City staff worked with the nearby Homeowners Association (HOA) to inform them about the project. An invitation to bid was published three times: September 15, September 25, and October 5, 2013, and was noticed on the City's website. Plans and specifications were also sent to area plan rooms. On October 16, nine bids were submitted to the City and opened by Purchasing. The bid submitted by John Burgeson Contractors, Inc., contained multiplication errors when the unit quantity was multiplied by the unit price to reach the extended price for various items. The bid documents include a provision that in the case of discrepancies the unit prices shall govern over the extended amounts, and City staff has corrected the bid amounts pursuant to this bid provision. The corrected amount for the bid results are shown below: Company John Burgeson Contractors, Inc. Moalej Builders, Inc. Toro Enterprises Inc. C.A. Rasmussen Inc. CPO Enterprises Inc. AMG & Associates, Inc. Green Building Corporation Mode Engineering John S. Meek Company, Inc. Location Bid Amount Santa Clarita, CA $365,431.23 Sherman Oaks, CA $370,649.00 Oxnard, CA $374,824.00 Santa Clarita, CA $395,628.00 Covina, CA $447,873.00 Santa Clarita, CA $488,331.00 North Hollywood, CA $500,741.00 Laguna Niguel, CA $536,210.00 Gardena, CA $556,300.00 Staff recommends awarding the construction contract to John Burgeson Contractors, Inc., the lowest responsive bidder. John Burgeson Contractors, Inc., possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid has been reviewed for accuracy and conformance to the contract documents and found to be complete. The requested construction contingency amount will cover costs for unforeseen site conditions, such as removal of unsuitable soil and costs associated with removal of the existing bridge foundation and abutment. Adequate funds are available for staff oversight related to construction and project management, including public works inspection, labor compliance, clerical support, geotechnical testing and observation, and surveying. 2 City staff will notify local schools and HOAs prior to the start of construction. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT Adequate Landscape Maintenance District funds (Fund 357) from Zone T-1 Ad Valorem and Zone T-7 are available in the project expenditure account to provide for all project costs including construction, staff oversight related to construction and project management, including public works inspection, labor compliance, clerical support, geotechnical testing and observation, and surveying. ATTACHMENTS Location Map Bid Proposal for John Burgeson Contractors, Inc., available in the City Clerk's Reading File Contract for John Burgeson Contractors, Inc., available in the City Clerk's Reading File l `'"°f SANTA CLARITA , hrf Del Monte Drive ° F" POC Replacement (� Legend Mq s Project S1040 �•» GloM0u,V?r Npk Paseo 0 t-yy P c v. z 'o z p VALENCIA BOP as Project Location m� Y. 92A "t pOR � l _ 4 JO HN RUSSEL DR 1 O. f Z p O 2 ry+ ALTA ERA 0)? CC// U SECTION C: PROPOSAL DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT S1040 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. BIDDER agrees that the price bid for the project shall include all cost covering the performance of work, including the furnishing of labor, materials, tools, and equipment. BIDDER further agrees that the cost of work necessary for the completion of a particular Bid Schedule item has been included in the price bid for that item unless the work is specifically included in another item; and if there is no bid item for a particular item of work, full compensation for such work shall be considered as included in the price bid for other items of work. Contractor Name:hr Contractor Address: 111-50 Kiat e'yn . RA. 0 Signature: Date: IC �i5-1� C-1 DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT S1040 City of Santa Clarita BID SCHEDULE ITEM NO. DESCRIPTION UNIT QTY. UNIT PRICE TOTAL 1 Mobilization (not to exceed 3% of bid) LS 1 $ Ir'% $ 2 Traffic Control LS 1 $ - $ �- 4 3 Water Pollution Control LS 1 $ '--p 41 $.21,4 71, ov 4 Clearing and Grubbing LS 1 $ c $ - c0 h, 5 Structure Excavation CY 176 $ 1-e).(,< ( ?'47wc, 6 Structure Backfill CY 142 $-110 ; -110; 00 $ i+4100 $ 7 Pervious Backfill CY 7 $ )'00'3'(:X 8 Pedestrian Path CY 6 $ ac} ,00 $ ) 141L -,coo 9 Structural Concrete (Bridge) CY 45 $ I $ . 10 Bar Reinforcement (Bridge) POUND 7,239 $ , 7 $, 5 35C•. 11 Joint Seal (Type B) LF 20 $ • 12 Brick Masonry Construction LF 130 $ 7 , $ 15-z)y 13 Lightweight Concrete (Bridge) CY 18 $ 5 $ 4 /q, G+0 14 Miscellaneous Metal (Bridge) LS 1 $ 1 eT,9.Qn $ % &,00 15 Tubular Handrailing (Bridge) LF 268 $ zR:; $ O 03.00 16 Remove, Salvage & Reconstruct Metal Tubular Handrailin Pedestrian Path)LF 69 $ �� 05 $ 17 Remove, Salvage & Reconstruct Steel Tubular Fence LF 30 $ qg, O $ o0 18 Chain Link Fence (Bridge) LF 244 $ --�, c $ e p 19(S) Furnish Prefabricated Steel Truss EA 1 $ e 20 Erect Steel Truss LS 1 $ oo $ IID 0' Gc1 21 1 Pedestrian Path Light Construction EA 2 $ $ —:�500'e)o GRAND TOTAL: $ ,>g �n Grand Total Bid in Words: - C-2 DESIGNATION OF SUBCONTRACTORS DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT S1040 City of Sana Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent of the prime contractor's total bid. The form MUST be returned with bid, filled in or annotated with "No Subcontractors" if none will be used. Subcontractor: % of Contract Work: GC<i� o7'Fth"YM UX��i-�C License No.: Exp. Date: / / Phone 14 5z' - o e LocationofPlace of Business: ?L &C 10 6f'wle. Bid Schedule Item Nos: De cription of Work t -.k 3 lvnker vel + �o,,+ DBE status ES or NO DBE type: DBE $ Value of Work: Certif in agency: A e of firm: Annual gr(receipts: Subconttr�rractor: % of Contract Work: GC<i� o7'Fth"YM UX��i-�C License No.: Exp. Date: / / Phone o 34 3 831 Location of Place of Business: Bid Schedule Item Nos: De cription of Work t -.k 3 lvnker vel + �o,,+ DBE status YES or NO DBE type: DBE $ Value of Work: Certifying agency: Age of firm: Annual ross recei ts: NOTE For public construction projects ONLY: Total percentage of work by subcontractors may not exceed 50% unless otherwise specified in this document. C-3 11�¢i ri4� S`' PPI r t DESIGNATION OF SUBCONTRACTORS DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT S1040 City of Santa Clarita, Calffornia Subcontractor: License No.: Exp. Date: / % of Contract Work: °hone Location of Place of Business: Bid Schedule Item Nos: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross recei ts: Subcontractor: License No.: Exp. Date: / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item Nos: Description of Work DBE status YES or NO Certifying agency: DBE type: Aae of firm: DBE $ Value of Work: Annual gross recei ts: Subcontractor: License No.: Exp- Date: 1 1 % of Contras or Phone Location of Place of Business: Bid Schedule Item Nos: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross receipts: NOTE For public construction proiects ONLY: Total percentage of work by subcontractors may not exceed 50% unless otherwise specified in this document. M DESIGNATION OF SUBCONTRACTORS DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT S1040 City of Santa Clarita, California Subcontractor: License No. Exp. Date: % of Contract Work: Phone Location of Place of Business: Bid Schedule Item Nos: Description of Work Bid Schedule Item Nos: Description of Work DBE $ Value of Work: Annual gross receipts: DBE status YES or NO Certifying a en DBE type: Age of firm: DBE $ Value of Work: Annual qross receipts: Subcontractor: License No.: Exp. Date: / / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item Nos: Description of Work DBE status YES or NO Certif in agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross receipts: Subcontractor: License No.: Exp. Date: / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item Nos. Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross receipts: NOTE For public construction projects ONLY: Total percentage of work by subcontractors may not exceed 50% unless otherwise specified in this document. C-5 DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT S1040 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within the past 3 years: 1. hK c{ ddress C'��r,ic�39v c �viUc f31vc�rcle C Jerd, CA Name and Aof Owner / Agency zi' 1 c-+ ce ov 2. 3. ef) L,D-s A ne- (' S, The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: �jdt�[tCr 't"an�ireir,c� ev��V - itc*r�ugi� i�-�1e�rJ 5118-51�-7,SSS C-6 ZC1 r �rcc> Contractor's Na TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT S1040 City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. IVn:' a 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 DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT S1040 City of Santa Clarita, Califomia This bidder doh n � rain C'DA4. proposed subcontractor � hereby certifies that he has \ has not �_, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has , has not X , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former Presid is Committee on Equal Employment Opportunity, all reports that are under the applicable filihia'wdirements. Company: h t✓ e's C r cnr By: Title: Date: 1D . V; -13 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 100 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: .0nvr YJviraav, l on�r�c�nr� Sv r Business Address: 11LE�y 06- Ccnunn LgA cii390 Telephone No.: L& -25' L �4 4cl 2 State CONTRACTOR's License No. & Class: 3oS_-�r-Jcf 4 X C -'� Original Date:_ 71131 f .1 7S Expiration Date: S I ?35 i 5 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: I== Fill ARM - = 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: C-9 All Current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESp WHE E� DER executes and submits this proposal with the names, title, hands, and seals o all afor m toned principals this i 5 day of n r20f . Subscribed and swom to this �S day of ej Notary Public C—�s OMYRAMID MAR COMM. #1909567 z Notary Public • California azLos Angeles.Goun"o Comm. Expires:Nov. 11, 2014 C-10 bQl! 20. Bond #10005225 PROPOSAL GUARANTEE BID BOND DEL MONTE DRIVE - �Ef7ES-T IAN -BRIDGE f2EPLACEMEN� PROJECT S1040 Cit—of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that John Burgeson Contractors, Inc. as .BIDDER, and American Safety Casualty Insurance Company as SURETY, are held and firmly bound unto the City of Sanfa" Clarita, as AGENCY, in the penal sum of Forty thousand dollars (S 4C,000.D0 ), 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. I)_e\parties hereto have set their names, titles, hands, and seals, this 15th d of Octo er 20 13 BIDDER John Bu es on C t aetors, Inc. _ By: John V/Bur son, Presid SURETY* American Safety C u y sura mpany By. Keith Sandrock, Atto In Fact Subso bFd and sworn to this day of 20_ NOTARY PUBLIC *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. "See attached notary acknowledgment" C-12 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California l County of Los Angeles J} On 10/15/13 before me, Rey Vill, Notary Public Dau - Moro Iroerla N" an. m of tl bar personally appeared Keith Sandrock Mam*j or 52ne who proved to me on the basis of satisfactory evidence to be the personA whose nameM islar2 subscribed to the within instrument and acknowledged to me that he. 10 /thy executed the same in hi&1Wfittkir authorized cepacityf as), and that by hia>91Wtr signatur4K on the Rt7 VILLA Instrument the person(s), or the entity upon behalf of Commission • 198/116 which the person acted, executed the instrument, r -o Notery Public • �eilfernle z z Ventura County I certify under PENALTY OF PERJURY under the laws i 1 My Comm. ExpGee Jul 2, 2016 of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official sea)(I Sign aturep u Place Nottry Sul App! NYv4 of Nealy PulYi OPTIONAL Though the information below is not required bylaw, It may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another OCUment - Re'scription of Attached Document Title or Type or Document: Bid Bond # 10005225 Document Date: 10/15/13 Number of Pages: Signer(s) .Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signers Name: Keith Sandrock Signer's Name; 13 Individual 0 Individual 0 Corporate Officer—Title(s): Cf Corporate Officer—Title(s): - f Partner —Q Limited CJ General _ ,.. 0 Partner -0 Limited CJ General j6 Attorney in Fact TOP of lmom�here u Attorney in Fact Top W Ihwnll Wo - 0 Trustee 0Trustee ia Guardian or Conservator b. Guardian or conservetor 0 Other: .Other.– _ Signer is Representing: Signer Is Representing: p,l2ppy NtloiW Nottry AuaYeal•e750 De sob Ma, P.0.9ox 2402 Cheiawlh,CA e18i3i402 www NYlauYNobryore IMm'15901 PaoNer.CaYTd4rFtoe l-BOOdYEe87r . AR POWER OF ATTORNEY Number10005225 Aaeaa�NSs�rvllusneuxte KNOW ALL MEN BY THESE PRESENTS, Ihat.American Safety Casualty Insurance Company has made, constituted and appolntod;_and by these presents does make, constitute and appoints.. Keith Sandrock, Atlanta, GA as true and lawful attomey-in-fadL`for `I and its name. place, and stead to execute on behaB of the said Company, as surety, bands, undertaking and contracts of suretyship to be given le„ ALL OBLIGEES providerf thatrwbohd'ot tsrAenaking ro(contra ei o(4l iotyahlp'aiescuted under this authority shall exceed in amount the sum of $1,000,000.00 This Power of Attorney Is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the.Con"lly of the 26th day of April, 2012: RESOLVED, that file President in conjunction with the Secretary or any Assistant Secretary may appoint atto neysan-fact or agents with authority as defined or limped In the inshument evidencing Ilse appointment in each case, for clad 'on behalf of the Company, to execute and deliver and affix the seal oftho Company to bands, undertakings, recognizances, and suretyship obligations of allkinds: and said officers may remove any such attorney -In - fact or agent and revoke any power of attorney previously granted to such persons. RESOLVED FURTHER, that ;any. bond, undertaking, recognizance. or suretyship obligation snap be valid and.binding upon the Company (i) when signed by the President or any Viece Pmildent and attested and sealed (i( a seal is required) by any Secretary or Assistant Secretary or (u) when signed; by the President or any,Vicew irleat or.Seeretary or Assistant Secretaryand counter -signed and soared (if a seal is required) by a duly authorized altorneyirhlaCt W agadrnytte)'when,titlty executed and seated (8 a seal is required) by,one or mors attorney-ir-fact oragents pursuarh to and within. the limits oflhe authorityeVidencad by the power:bf attorney issued by the Company to such person or persons. RESOLVED FURTHER; that the signature or any authorized ofim� and the sealof the Company maybe affixed by facsimile to:any Povier of attorney orcertificationlhereof authorizing the execution and ,"ivory .of any bond..undertaking, recognizance, orother surelyship'obligations of the Company; and such signature and sea[ when soused shelf have the same force and effects as though manaallyaffixed. IN WITNESS WHEREOF, American Safety Casuahy.tnsurance Company has caused its official seal to beheropnlgafhxed, and. these _presents to be. signed by ns President and chested by its Secretary this 25th day of April 2012: . Attest u tti.."' Ambuj Jaln STATE OF GEORGIA ) ) COUNTY OF COBB' ) fo "u �y� �3 nu k Joseph 1) II Jr. .. 4q rrrdlllgltx\�` A MAR. 27, 2016 the undersigned, Secretary of American Safety Casualty Insurance Comp3hy.'U l and attached Power of Attorney remains in full force and has not been revoked;andf In the said Power: of Allomey, is now in force. Signod and. sealed in the City or Nanta, in the Sats of Geargla Wt �R s' t. a iinA Oli ecIANS Lf Oay of.. G Ambuj Jaill Y, that the foreg of Oneclors set fa' ACKNOWLEDGMENT State of California County of Los Angeles ) On 10/15/2013 before me, Hamid Nessar, a Notary Public (insert name and title of the officer) personally appeared John Burgeson who proved to me on the basis of satisfactory evidence to be the person($) whose name(X) is/are subscribed to the within instrument and acknowledged to me that he/sbelthey executed the same in his/t3�ir authorized capacity(ias), and that by his1hQF4heir signatures on the instrument the person (�f or the entity upon behalf of which the person) acted, executed the instrument. I certifyunderPENALTY 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 PJiG( ef>r,-' (Seal) NAMID NESSAR COMM. x1909567 z sNotary Public - California G Z( Los Angeles County »c Comm. Expires Nov, 17, 2014 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT S1040 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. C-13 NON -COLLUSION AFFIDAVIT DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT 51040 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § �)-c n r�� p n being first duly sworn deposes and says that he is the 1 rlenf (sole owner, a partner, president, etc.) of S V) , 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 orAer fpcial 'nterest with said BIDDER in his general business. Signed: Title Subscrt �rt��5p ed and sworn to and before me this �S day of Q / , 20_ Seal of Notary =No AN95" zy alifornia pz ountyMov. 17, 2014 C-14 BIDDER'S QUESTIONNAIRE DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT S1040 City of Sarrta Clarita, Cafifomia 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: ache) -�5+ Principal Office Address: 2. Type of Firm: Ce e c Corporate: X Individual: 3a. If a corporation, answer these questions: Date of Incorporation: President's Name: • 76iw) Vice -President's Name: Secretary or Clerk's Name: oa, > Treasurer's Name: 70),)1, t!DLAMca_a 3b. If a partnership, answer these questions: Date of organization: �3, State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR'S license: License number: ' i4 Class: A -PDC -z9 Expiration Datd. G C-15 BIDDER'S QUESTIONNAIRE (cont'd) DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT 51040 City of Santa Clarita, Callfomia 5. CONTRACTOR's Representative: lh -Bu r�a� Title: Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: Owner: (A) Project Location: Type of Project: A C-16 CERTIFICATION OF NON -SEGREGATED FACILITIES DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT PROJECT S1040 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 pr ed sub ontractors prior to the award of subcontracts exceeding $10,000 which are not empt m e provisions of the Equal Opportunity clause, and that he will retain such certifi tions i hi es. 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). C-17 John Burgeson wu on Road 1 Ag°a DubMillt e CA.91390 CITy g SANTA IL ARITA lt,3 OCT 1 b A 11T 4 3 PURCNASI� G SEALED BID FOR DEL MONTE DRIVE PEDESTRIAN BRIDGE REPLACEMENT CITY BID ENG13-14-51040 CITY OF SANTA CLARI TA CALIFORNIJ DO NOT OPEN WM REGULAR MAIL CAPITAL IMPROVEMENT PROJECT AGREEMENT Contract 13-00395 Del Monte Drive Pedestrian Bridge Replacement Project 51040 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 JOHN BURGESON CONTRACTORS, 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 H 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 CONTRAC'TOR'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 fust 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 112012 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 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. 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 1/2012 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 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. Modification/ Termination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CTTY'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 Revised 112012 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. Comoliance 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 California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Revised 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. ALL SIGNATURES MUST BE Signed By: WITNESSED BY NOTARY CITY: Attest: Approved as to Form: Print Name & 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 1/2012 Page 7 of 7