Loading...
HomeMy WebLinkAbout2013-05-28 - AGENDA REPORTS - PROJ T0039 SAFE ROUTES (2)CONSENT CALENDAR DATE: SUBJECT: DEPARTMENT: Agenda Item: 7 CITY OF SANTA CLARITA AGENDA REPORT City Manager Approval: Item to be presented by: May 28, 2013 SAFE ROUTES TO SCHOOL, PROJECT T0039 - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT Public Works RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Safe Routes to School (SRTS), Project T0039. 2. Award the construction contract to R.C. Becker and Son, Inc., in the amount of $229,588, and authorize a contingency in the amount of $45,917, for a total contract amount not to exceed $275,505. Increase grant revenues in account 259-4621.001 by $264,419 and appropriate $264,419 to Expenditure Account T0039259-5161.001; appropriate $35,348 in Gas Tax Funds to Expenditure Account No. T0039230-5161.001 for construction match. 4. Increase grant revenues in account 259-4621.001 by $13,600 and appropriate $13,600 to SRTS account 14407-5161.001; appropriate $10,400 in Gas Tax Funds to account 14401-5161.001 for the non -infrastructure component of the grant. 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. APPRONED BACKGROUND The Safe Routes to School construction effort consists of physical improvements at crossings near Plum Canyon Elementary School, Mountainview Elementary School, and Fair Oaks Ranch Community School. The project will enhance student safety by reducing the speed of vehicles near school grounds and increasing the visibility of school crossings. The improvements will also allow students to safely walk and bike to school. This project received support from the selected schools and school districts. Work under this project includes restriping crosswalks, replacing existing school signage with oversized and more visible signs, improving sidewalks, constructing access ramps, and constructing bulb -outs at select school crossings. Bulb -outs are traffic -calming features that narrow the street by widening the sidewalk at crossings, thereby reducing traffic speeds and shortening the crossing distance for pedestrians. This is the City's sixth round of improvements, having completed similar projects at 15 other school locations throughout the City. Staff successfully secured a State Safe Routes to School grant for design, construction, and a non -infrastructure educational component. On September 26, 2012, the City received authorization from the California Department of Transportation to proceed with design and construction. Design has been completed and the project is ready to proceed with construction. An invitation to bid was published three times: April 6, April 8, and April 10, 2013, and was noticed on the City's website. Plans and specifications were also sent to area plan rooms. Seven bids were submitted to the City and opened by Purchasing on May 7. The results are shown below. Company R.C. Becker and Son, Inc. F.S. Construction Berry General Engineering Toro Enterprises, Inc. PTM General Engineering Accucon Corporation G2K Construction, Inc. Location Bid Amount Santa Clarita, CA $229,588 Sylmar, CA $255,400 Ventura, CA $282,388 Oxnard, CA $284,720 Riverside, CA $298,899 La Canada, CA $348,777 Encino, CA $386,777 Staff recommends the project be awarded to R.C. Becker and Son, Inc., the lowest responsive bidder. The contractor 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. 9 The construction contingency amount requested will cover costs for unforeseen site conditions, associated with lowering the street surface to accomodate positive drainage, and may require the removal and replacement of the existing pavement and base sections. Expenditures in the amount of $65,000 are estimated for labor compliance services, staff oversight, construction engineering, survey, quality assurance inspection, and miscellaneous project administration costs. The non -infrastructure component of the Safe Routes to School grant is funded at $24,000 and consists of educational programs to encourage bicycling to school and will be implemented after construction is complete. City staff will attend assemblies and help organize contests to engage students and help school staff develop ongoing programs that schools will be responsible for continuing. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT In addition to the previously appropriated budget of $100,800, the requested appropriations of $264,419 and $35,348 into accounts T0039259-5161.001 and T0039230-5161.001 will create a total project budget of $400,567, of which $60,062 was expended on design. The remaining available budget of $340,505 will adequately provide for the maximum construction contract of $275,505 and anticipated costs of $65,000 for labor compliance services, staff oversight, construction engineering, survey, quality assurance inspection, and miscellaneous project administration costs. Additionally, the requested appropriations totaling $24,000 into the Traffic & Transportation Planning operational accounts will provide for all anticipated costs associated with the non -infrastructure component of the Safe Routes to School Grant. ATTACHMENTS Location Map 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 a16 3� 12 1 i o �lr'I)trY� V Q x si"DCANYO El O N o O '4 �e�•, t� c i0 A 610, U N L � w� tit -,,..�•, GOLDEN: IP ,, ',r• -.• _d_ ""': _�' t^- - � d' � :;v.' -%t' \ --, _ {@7 ♦ { _ ., tom+/' c 000 0 LU I. t `,f,�'J'—„�+=•�.SEC\O�CA ygN'rp ! — % �. R llc N j , A, 1 Q aP F ` �a ti L .y�Gj CAPITAL IMPROVEMENT PROJECT AGREEMENT Contract 13-00172 SAFE ROUTES TO SCHOOL INFRASTRUCTURE BID NO. ENG -12-13-T0039 PROJECT NO. T0039 STATE -AID PROJECT NO. SR2SL-5450(077) This AGREEMENT is made and entered into for the above -stated project this day of 20. BY AND BETWEEN the CITY OF SANTA CLARITA. as CITY. and as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE 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 I 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 Relationshit) CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations Revised 1/2012 Page 2 of 7 and policies of CITY respecting such services. and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not be responsible for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed that the CONTRACTOR is, and at all times shall be. an independent CONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by 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 Pace 3 of 7 Should CONTRACTOR for any reason, fail to obtain and maintain the insurance required by this Agreement Ciiv 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 Puge 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 an), 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, 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 tens, 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. 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. Prevailing 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?, 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.du­.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at thei.ob 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 Chtrita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Revised 1/1012 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 R Fax No. ALL SIGNATURES MUSTBE Signed By: WITNFSSED BY NOTARY CITY: Attest: Approved as to Form: Print Name R 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 Paye 7 of 7 SECTION C: PROPOSAL Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL-5450(077) City of Santa Clarita, California 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: Company Address: la R.C. Becker and Son, Inc 25355 Kelly Johnson Parkway Santa Clarita, CA 91355 John Becker rint Name Title: Vice President Signature: Date: 5nm Safe Routes to School Infrastructure C-1 Project No. T0039 ......... .... . BID SCHEDULE Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) ITEM ITEM DESCRIPTION UNITS I "' QTY UNIT' TOTAL COST J _:: COST` _ _ MOBILIZATION, INCLUDING; BONDS, INSURANCES (NOT TO LS 1 $2,230.00 $2,230.00 1 EXCEED 3% OF TOTAL BID) 2 LS 1 $1,250.00 $1,250.0 DEMOBILIZATION (NOT LESS THAN 0.5% OF TOTAL BID) 3 I CLEARING AND GRUBBING LS 1 $1,000.00 $1,000.00 _111 _ WATER POLLUTION CONTROL AND IMPLEMENT BEST LS 1 $500.00 $500.00 i 4 MANAGEMENT PRACTICES (BMPs) 5 TRAFFIC CONTROL �LS 1 $2,000.00 $2,000.00 I 6 REMOVE AC PAVEMENT SF 12,000 $1.08 $1.2,960.00 7 REMOVE CONCRETE CURB & GUTTER 1 LF 500 $5.19 $2,5-95.00 6 REMOVE CONCRETE SIDEWALK/CURB RAMPS SF. 5,000 $0.99 j $4,950.00 9 _ 4.5" AC (1.5" C2PG 64-10 & 3" BPG 64-10) OVER 6" CAB SF 11,000 $5.08 $55,880.00 10 CONCRETE CURB RAMP INCLUDING DETECTABLE WARNING PANELS EA 12 $640.44 f $71685.28 —8— 11 I 4" PCC SIDEWALK SF ,600 $4.17 $35,862.00 12 6" CURB @ BACK OF RAMP LF I 125 $33.88 $4,235.00 13 6" CONCRETE CURB & GUTTER LF 700 $33.88 $23,716.00 14 ADJUST WATER METER TO GRADE I EA 6 $150.00 $900.00 j 15 ADJUST WATER VALVE TO GRADE EA 3 I $75.00 $225.00 16 I ADJUST SCE VAULT/PULLBOX TO GRADE I EA _ 2 $250.00 $500.00 17 REMOVE AND REPLACE 4" CURB DRAIN PIPE EA 3 $100.00 $300.00 18 ADJUST MANHOLE FRAME AND COVER TO GRADE— EA 1 $100.00 $100.00 I 19 SIGNING & STRIPING PER PLANS LS 1 $19,367.15 $19,367.1.15 FURNISH AND INSTALL SPEED FEEDBACK SIGN AND TYPE--,"-�— EA 4 I $13,333.17 $53,332.68 20 B POLE I —� — TOTAL BASE BID IN FIGURES $ l I $229,588.11 j TOTAL AMOUNT OF BASE BID IN WORDS: two hundred twenty nine thousand five hundred eighty eight dollars and eleven cents Safe Routes to School lgfrastruclure C-2 Project No. T0039 DESIGNATION OF SUBCONTRACTORS Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) 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 '/z of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub contractor is participating as a DBE. Subcontractor B C Traffic DBE STATUS: None Dollar Value of Work Specialist Description of Work License No. Age of firm: n/a Certifying Agency: na/ Annual Gross Receipts: n/a Location and Place of Business PO Box 3416 638 W. Southern Ave, Orange, CA 92865 Ventura, CA 93005 Bid Schedule Item Nos: Description of Work 19 A Signing and Striping 20 License No. Exp. Date: 05/ 31 114 Phone ( ) 877686 714-974-1190 Subcontractor DBE STATUS: NUNL Dollar Value of Work $43,140.00 Taft Electric Company Description of Work License No. Age of firm: n/a Certifying Agency: his Annual Gross Receipts: n/a Location and Place of Business PO Box 3416 Ventura, CA 93005 Bid Schedule Item Nos: Description of Work 20 Speed Feedback Sign License No. Exp. Date: 12/ 31 /13 Phone ( ) 805-642-0121 772245 Subcontractor DBE STATUS: Age of Firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Note: Bidders shall fill out the Subcontractor's List in its entirety. The total dollar value of work to be perfanned by Subcontractors shall be in confonncmce with Section 2-3 "Subcontracts" of General Provisions in these contract documents. Safe Routes to School Infrastructure C-3 Project No. T0039 DESIGNATION OF SUBCONTRACTORS Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Note: Bidders shall fill out the Subcontractor's List in its entirety. The total dollar value of work to be performed by Subcontractors shall be in conformance with Section 2-3 "Subcontracts " of General Provisions in these contract documents. Safe Routes to School Infrastructure C-4 Project No. T0039 DESIGNATION OF SUBCONTRACTORS Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) contractor of firm: DBE STATUS: Certi in A enc Dollar Value of Work' Annual Gross Receipts: ation and Place of Business [Bid Schedule Item Nos: Description of Work nse No. Exp. Date: / / Phone( ) uiuu�" mmn ilu wt u,c ouucuntracior s List in its entirety. r ne total aouar value or work to be performed by Subcontractors shall be in conformance with Section 2-3 "Subcontracts" of General Provisions in these contract documents. Safe Routes to School Infrastructure C-5 Project No. T0039 REFERENCES Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) 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: City of Santa Clarita 23920 Valencia Blvd Santa Clarita, CA 91355 Name and Address of Owner / Agency Tara Concepcion 661-255-4342 Name and Telephone Number of Person Familiar with Project $147,777.00 Safe Routes to School Infrastructure 08/2012 Contract Amount Type of Work Date Completed 2 Kern County Roads 2700M Street Suite 400 Bakersfield, CA 93301 Name and Address of Owner / Agency Sam Lux 661-706-2064 Name and Telephone Number of Person Familiar with Project $569,158.00 Street Improvements 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 $583,769.00 2/2012 The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure; insurance bonds: Millennium Corporate Solutions, Inc 550 N. Brand #1100, Glendale, CA 91203 949-679-7144 The Guarantee Company of North America USA, 1800 Sutter Street, Ste 735, Concord, CA 94520 925-566-6040 Safe Routes to Sclwol Infrastructure C-6 Project No. T0039 R.C. Becker and Son, Inc Contractors -Name. TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) 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 Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) This bidder R.C. Becker and Son, Inc proposed subcontractor W 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 , 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: 5n1I3 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.: (661)259-4845 State CONTRACTOR's License No. & Class: 258762 Class A, C-12 Original Date: 7/22/1969 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 Canyon, Newhall, CA 91321 661-2594845 John Becker, Vice President 23262 W. Lea Ct, 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 C-9 All current and prior DBAs, alias, and/or fictitious business names for any principalhaving 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 7 day of 5 20 13 BIDDER: John Becker, Vice President Name and Title of Signatory R.C. Becker and Son, Inc Legal Name of Bidder 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 Address 661-259-4845 95-2567499 Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this //��� day of —,20—. Notary Public �� o 11�rGfPv 01 (SEAL) C-10 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE y 8202 X 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) --------------------------------------------------------- 2 3 4 5 Signature of Document Signer No, 1 State of California 1 I County of S An / ] LISA C. ' NG i Commission n ArN 19 1959174 �� Notary Public - California i Los Angeles County M Comm. E res Nor 4.201 S Place Notary Seal Above Signature of Document Signer No. 2 (it any) Subscribed and swom to (or affirmed) before me on this - day of M0, q 2013- Date 013.Date M6nffi year by Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (a4d Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signatur Signature of Notary Public OPTIONAL RIGHrTHUMEPRINT RIGHF' 1PRMr -OF SIGNER p1 - -OF SIGNER7t2 Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached DIo'cfumenit Title or Type of Document: '91 dde�ri 02rl cA'h Ol-- Document Date: 5I7 ([ 3 Number of Pages: Signer(s) Other Than Named Above: cv ry ivanonai Nmery AaseeIauon • NaaonaiNmary.arg • I.6UU-Ub NU IAHY (1-600-6]6662]) Item #5910 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: Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid No. SR2SL-5450(077) "NOT APPLICABLE" Bidder's Signature CONTRACTOR Address City, State, Zip Code Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. C-11 PROPOSAL GUARANTEE BID BOND Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) 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 ($ ), 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 23rd da, BIDDER: Name and Title of Signatory R.C. Becker and Son, Inc. 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 - Phone: 661-259-4845 Address SURETY' The Guarantee Company of North America USA 1800 Sutter Street, Suite 880, Concord, CA 94520 Phone: 925-566-6040 550 North Brand Blvd.Suite 1800, Glendale, CA 91203 Phone: 626-275-3000 , Subscribed and sworn to this day of 20_ NOTARY PUBLIC %= Ri+c,Lho A (SEAL) 'Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. C -t2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Los Angeles On April 23, 2013 before me, Corinne L. Hernandez, Notary Public Dale Here Insert Name and Title of the Officer personally appeared Mam Syrkin Names) of Signer(s) e. CORINNE L. HERNANDEZ Commission # 1905285 L Notary Public - California z fru,/ Los Angeles County IAy Comm. Expires Sep 24, 2014 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(q) is/are subscribed to the within instrument and acknowledged to me that helsheHhey executed the same in his/heFltheir authorized capacity(ies), and that by hislheFAhelf signature(s) on the instrument the person(, 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. Witness9y<aDjI and officials I. Signatur-7 � rJ Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by taw, 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: Number of Signer(s) Other Than Named Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner -0 Limited ❑ General Q Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Top of thumb here ❑ Other: Signer Is Representing: The Guarantee Company of North America USA Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02007 Naiionel Notary Assoclation • 9350 De Sato Ave., P.O. Box 2402 • Chatsworth, CA 913132402 • vnrv.NationalNolary.org Item #5907 Reorder.. Call Toll -Free 1-800876-6827 THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint . 14 ifflnrr Sprkin, Sergio D. Bechara, Rebecca Ann Haas -Bales, Patricia Arm Bauer, Richard Leroy Adair Millennium Corporate Solution, Inc its true and lawful attorneyis)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Atlomey(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 Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages andlor final estimates on engineerinc and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. o"- r�t4rx IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. 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 swom, 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 each signature were duly affixed by order of the Board of Directors of .q ra-;+r'. Cynthia A. Takai Notary Public, State of Michigan County of Oakland -aT+gaW r. �„ c My Commission Expires February 27, 2018 Acting in 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. a. 7a-41� 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 is still in full force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 23 day of April, 20.13 "" Randall Musselman, Secretary CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT w' vysa s>...nL' •r oLon:� �°G" c3_atC',. oL. a4. s'w=v. cL0 �C- �v.�aC'avaYv'. caL a State of California County of Los Angeles On 5/7/13 before me, Lisa O. Hertzing, NotaryPublic Date Here Insert Nafne and Thle of the Officer personally appeared John Becker LISA C. ISR ANG Commission 1959171 IMotsry PSDNc • COMM Los Anpefes Cotegp Canm. @ s IIDv 4 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(e) whose name(€r� is/a*e subscribed to the within instrument and acknowledged to me that he/shefHjay executed the same in his/host' # authorized capacity(ies), and that by his/ke6l%hek signature(s� on the instrument the person(,,, or the entity upon behalf of which the person(s}acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature '/ a_ cat re of Nota ublic 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: cls trona Document Date: 4/23/13 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: John Becker ❑ Individual _; Corporate Officer—Title(s): V.P. ❑ Partner — Q Limited ❑General 'D Attorney in Fact D Trustee Top of thumb here Guardian or Conservator Other: Signer Is Representing: _ R.C. Becker & Son Inc Signer's Nar ❑ Individual O Corporate Officer — Title(s): ❑ Partner — O Limited ❑ General rl Attorney in Fact ❑ Trustee Guardian or Conservator O Other: Signer Is Representing: Top of thumb here 02007 National Notary Association -9350 Do Soto Am. P0. Box 24M-ChaLswrlh, CA 913132402• wew.NelieralNotaryorg Item 95907 Reorder: Call Toll -Free U900-8]66027 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) 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 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 Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES 3 John Becker being first duly sworn deposes and says that he is the Vice President (sole owner, a partner, president, etc.) of R.C. Beckon, Inc the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Title Vice Subscribed and sworn to and before me C-14 day of 20 - - CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 6202 V 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) -------------------------------------- 4 5 Signature of Document Signer No. 1 State of California County of b's Ah9 dp-s LISA 0. HENTLNG Commission # 1959174 'e Notary Public - Cal%orrds Los Angeles County Comm. E trot Nor 4.2015 + Rare Notary Seal Above Signature of Document Signer No. 2 (If any) Subscribed and sworn to (or affirmed) before me on this 74L day of ML14 20ja—, Date onth Year by (1> .Tohh Becker , Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me fand (2) Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable Top of thumb here Top of thumb here to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description ofAny Attached Document Title or Type of Document: WD6 — Q�l U J ay;4 Document Date: 51-7/1 3 . / Number of Pages: Signerts) Other Than Named Above: !✓on P.i w m 1-1oFidi ,.wary Amccmnon • Nanunairvutehy org' 1-euUus Nu i ANY (1-1100-87e-15927) Item #5910 BIDDER'S QUESTIONNAIRE Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. 1. Submitted by: John Becker Telephone: 661-259-4845 Principal Office Address: 28355 Kelly Johnson Parkway, Santa Clarita CA 91355 2. Type of Firm: General Engineerin; Contractor Corporate: xx Other: Individual: 3a. If a corporation, answer these questions: Date of Incorporation: 12/18/1968 State of Incorporation: President's Name: Michael Becker Vice -President's Name: John Becker Secretary or Clerk's Name: Daniel Schackart Treasurers Name: Daniel Schackart 3b. If a partnership, answer these questions: Date of organization: California 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: John Becker License number: 268762 Class: A, C-12 Expiration Date: 6-30-13 C-15 BIDDER'S QUESTIONNAIRE (cont'd) Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) 5. CONTRACTOR's Representative: John Becker Title: Vice President Alternate: Vince Tellez Title: Chief Estimator 6. List the major construction projects your organization has in progress as of this date: Owner: (A) Agoura Business Center (B) Newhall Land and Farming Cc Project Location: Agoura Hills, CA Santa Clarita, CA Type of Project: Street Improvements Street Improvements 5M CERTIFICATION OF NON -SEGREGATED FACILITIES Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL No. 5450(077) 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. John Becker Vice President R.C. Becker and Son, Inc CONTRACTOR Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 —Friday, February 16, 1968 —p. 3065). C-17 ADDENDUM NO. 1 Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL-5450(077) City of Santa Clarita, California May 2, 2013 This Addendum includes one (1) page as a part of the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in this Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. PA 3. 4. Page F-12,6-7, TIME OF COMPLETION Replace this paragraph in its entirety with the following: 6-7.1 General -. The CONTRACTOR shall begin work within ten (10) calendar days after date of the Notice to Proceed and shall diligently prosecute the work to completion in every detail, within Thirty (30) Working Days after the date in the Notice to Proceed with Work, exclusive of maintenance periods if any. Page G-2, G1-1. LOCATION AND SCOPE OF WORK Replace this paragraph in its entirety with the following: The work to be performed includes construction of physical improvements near Plum Canyon Elementary School, Mountainview Elementary School, and Fair Oaks Ranch Community School. The work includes: Page G-18, G2-20, FURNISH AND INSTALL SPEED FEEDBACK SIGN AND TYPE 1-B POLE Replace this paragraph in its entirety with the following: A. Materials and Method Work under this bid item shall include the furnishing and installation of a solar powered speed feedback sign per manufacturer's specifications, and furnishing and installation of a 16 feet Type 1-8 pole per 2010 Calirans Standard Plans. Speed Feedback sign shall be VSC-1520F Gen III by Information Display Company or equal as approved by engineer (Exhibit B). June 4, 2013 before 11 0 Robert . Newm Director of Public Works City of Santa Clarita The bid due date will remain Tuesday BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. �;/-7 ,2013 Date and accept the aforementioned. 9,0, 9eCrL'c r , Sun, lric A& john 132ckere VIcc ejesicCnt dder's Signature THIS DOCUMENT TO BE SUBMITTED WITH BID ADDENDUM NO. 2 Safe Routes to School Infrastructure City Bid No. ENG -12-13-T0039 City Project No. T0039 State -Aid Project No. SR2SL-5450(077) City of Santa Clarita, California May 2, 2013 This Addendum includes one (1) page as a part of the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in this Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. 1. Revise addendum No. 1 as follow "The bid due date will remain Tuesday, May 7, 20�be�fore 11,00 a.m." �C"V � r.i /l'I �Y �r 1z6J Robert G. Newman Director of Public Works City of Santa Clarita BIDDER'S CERTIFICATE Lkr �+Son,In� I acknowledge receipt of Ihis Addendum No. 2 and accept the aforementione . t�C FJ/ % , 2013 Date 1ders Signature CTHIS DOCUMENT TO BE SUBMITTED WITH BID