HomeMy WebLinkAbout2013-06-25 - AGENDA REPORTS - VALENCIA PARKING PROJ F1020 (2)Agenda Item: 7
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval:
Item to be presented by: Curtis Nay
DATE: June 25, 2013
SUBJECT: VALENCIA LIBRARY PARKING IMPROVEMENTS, PROJECT
NUMBER F1020 - AWARD CONSTRUCTION CONTRACT
DEPARTMENT: Public Works
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the Valencia Library Parking Improvements, Project
F 1020.
2. Award the construction contract to R.C. Becker and Son, Inc., in the amount of $296,614,
and authorize a contingency in the amount of $56,492 for a total contract amount not to
exceed $353,106.
Authorize an increased expenditure in the amount of $43,000, including contingencies, to the
existing professional services contract with Rick Engineering Company for construction
engineering support, including construction survey staking, and material testing.
4. Appropriate Facility Replacement Funds (723) in the amount of $214,830 to expenditure
account F1020723-5161.001.
5. Authorize the City Manager or designee to execute all necessary documents subject to the
approval of the City Attorney.
6. 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.
APPROWED
BACKGROUND
On May 24, 2011, the City Council approved the public library acquisition from Los Angeles
County (County), which included the facilities, real property, personal property, and collections.
Subsequently, the City of Santa Clarita (City) has identified a need for additional parking to the
existing 43 parking stalls at the Valencia Library.
The key components of this project include 70 parking spaces, landscape enhancements,
low -impact site lighting, and a public art installation. The scope of work includes low -impact
development elements, such as bio-swales. Additionally, the project will provide necessary
irrigation components to separate the City's metering and irrigation system from the County's
system.
An invitation to bid was published three times: April 1, April 4, and April 7, 2013, and was
noticed on the City's website. Plans and specifications were also sent to area plan rooms. Ten
bids were submitted to the City and opened by Purchasing on April 30, 2013. The results of the
bids are shown below:
Company
Location
Bid Amount
R.C. Becker and Son, Inc.
Santa Clarita, CA
$296,613.81
ACE CD Inc.
Glendora, CA
$336,151.13
Kasa Construction Inc.
Ontario, CA
$338,532.25
Superior Paving Co., Inc., DBA United Paving Co.
Corona, CA
$359,616.30
Berry General Engineering Contractors, Inc.
Ventura, CA
$369,131.25
Palp Inc., DBA Excel Paving Co.
Long Beach, CA
$399,955.75
FS Construction
Sylmar, CA
$464,295.75
G2K Construction, Inc.
Encino, CA
$465,269.00
Western Group Inc.
Woodland Hills, CA
$553,246.00
Gama Builders Inc.
Irvine, CA
$623,906.00
Staff recommends the project be awarded to R.C. Becker and Son, Inc., the lowest responsive
bidder. This contractor possesses a valid state contractor's license and is in good standing with
the Contractor State License Board. The contractor's bid was reviewed for accuracy and
conformance to the contract documents and found to be complete.
The construction contingency amount requested will cover the cost of two book drops and
unforeseen site conditions, such as potential utility conflicts and removal of unsuitable soil. The
actual volume of unsuitable soil will be determined during grading operations, and conflicting
private utility lines may be discovered during construction.
Staff also recommends increasing the spending authority in the amount of $43,000, including
contingencies, to the existing professional services contract with Rick Engineering Company, for
construction engineering support. The spending authority amount will also include the services
for construction survey staking, and material testing.
2
Additional funding is required to cover the costs of the enhanced landscaping, the bio retention
basin needs, the cost to export excess soil from the site, and the incurred costs for the items not
included in the original scope, such as a building sign, book drop boxes, and public art.
The appropriations will fund an art piece to be placed at the project site. The City will seek an
artist (or team of artists) to create a permanent outdoor art piece for this project. The artwork will
be selected through the City's Arts Commission public art selection process. The following
project goals will help guide the selection of the appropriate art: 1) Artwork is of an original,
site-specific design(s); 2) Artwork is created using durable, low -maintenance material that will
withstand the hot weather and other elements of Santa Clarita; 3) Artwork is complementary to
the overall context of the surrounding area; and 4) Artwork should be designed and constructed
in a manner that does not have negative environmental impacts. Approximately $15,000 will be
available for public art.
A budget of $62,161 is available for labor compliance services, staff oversight, inspection, public
art, and miscellaneous project costs.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
The requested appropriation of $214,830 to Expenditure Account F1020723-5161.001 in
addition to the existing budget, creates a total budget of $508,328. Of this amount, $50,061 has
been expended or encumbered for design. The remaining budget of $458,267 adequately
provides for award of the construction contract of $353,106, leaving $105,161 to provide for the
services of Rick Engineering Company, and miscellaneous project costs including inspections,
staff oversight, and public art.
ATTACHMENTS
Location Map
Cost Proposal for Rick Engineering available in the City Clerk's Reading File
Bid Proposal for R.C. Becker and Son, Inc. available in the City Clerk's Reading File
Contract for R.C. Becker and Son, Inc. available in the City Clerk's Reading File
J
SECTION C: PROPOSAL
FOR
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG -12-13-F1020
Project No. F1020
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 quantifies set forth in BID
SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based
upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE
OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE
CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties,
and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words
shall govern over figures.
If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the
required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the
AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall
become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be
considered null and void.
Company Name:
R.C. Becker and Son, Inc
Company Address: 28355 Kelly Johnson Parkway
Santa Cladta, CA 91355
By. John Becker
Print Name
Title: Vice President,
Signature:
Date: 4"3411i
BID SCHEDULE
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG -12-13-F1020
Project No. F1020
Vabnoa UDIa PaM1 no La Ewa .. C 2
F1020
1 i
12-1.01
Mobilization (Not to exceed 2.5% of the total bid
r ce
LS 1 $3,942.00 $3,942.00
2
12-1.02 Traffic Control
LS 1 $250.00 $250.00
3
12-1.03 SWPPP Implementation & Construction
Stormwater Monitoring
LS 1 $1,000.00 $1,000.00
e
,..
Removal of Existing Asphalt Concrete and`.
12-1.04 i
(Concrete Facilities
i 0
- SF 14,500 $0.65 $9,425.00
4
Remove Existing Asphalt Concrete and
Aggregate Base
5
Remove Concrete Curb and Mow Strip
LF 600 $1.58 $948.00
6
Remove Concrete Block Wall
LF 25 $25.97
S649.25
7
Remove Concrete Sidewalk and Curb & Gutter
SF 225 $4.88
$1,098.00
;;
12-1.05
Site Clearing and Demolition of Existing
Improvements
LS 1 $5,410.00
$5,410.00
8
Clearing and Grubbing
9
710
Remove Tree
EA 16 $275.00
$4,400.00
Remove and Salvage Sign
EA 5 $79.40
$397.00
11
Remove Existing Utility Fixture (Water Valve)
EA 5 $173.81
$869.05
12
Remove Existing Utility Fixture (Electrical
Pullbox
EA 1 $52.80
$52.80
13
Remove and Salvage Existing Light Standard
and Fixture
EA 3 $531.30
$1,593.90
12-1.06
Grading and Earthwork
C.Y. 2,600 $9.61
$24,986.00
14
Excavation
15
Net Export
C.Y. 800 $18.57
$14,856.00
16
12-1.07
Asphalt Concrete Pavement
TON 600 $78.96
$47,376.00
12-1.08
Base Materials
mu
17
Crushed Aggregate Base (CAB)
C.Y. 650 $71.93
$46,754.50
12-1.09
Miscellaneous Concrete
1 m.. a-
LF 480 $12.94
NMI
$6,21120
18
Concrete Curb (APWA Al -150)
19
Concrete Curb & Gutter (APWA A2-150 &-.A3--
150
LF 435 $12.94
$5,628.90
20
Concrete Sidewalk (Reinforced- 4" thick)
SF 915 $2.81
$2,571.15
21
Parkway Drain
EA 3 $2,625.00
$7,875.00
Vabnoa UDIa PaM1 no La Ewa .. C 2
F1020
Valanua bbrary Pa(Wng Lot Expansion C3
F1020
tet
ADA Truncated Domes
22
1�
SF
24
I $19.18
S4603-1
12-1.10
1 BioRetention Basin Materials
n
23
ISoil Planting Media
CY
75
$92.38
$6,928.50
24
Sand
I CY
15
$80.19
$1,202.85
25
i
No. 8 Stone
I CY
6
i $116.96
$701.76
26
1
Gravel
CY
40
$86.29
$3.451.60
27
Impermeable Geomembrane
SY
150
$19.61
$2.941.50
28
I
6" PVC Equalizing Pipe
LF
I 35
$12.50
$437.50
29
112-1.11
Traffic Striping and Markings
LS
1
$2,640.00
$2,640.00
30
12-1.12
I River Cobble Swale Protection
CY
15
$130.741
$1,961.10
12-1.13
Landscape Irrigation
,w
$2,145.00
r
$2,145.00
31
Remove Existing 3" Irrigation Mainline and Valve
Wires (includes numbering and tagging valve
wires
4EA
1
32
iRemove Existing Irrigation Controller
1
$137.50
$137.50
33
Install Owner Furnished Irrigation Controller and
!Enclosure (includes electrical service, concrete
pad, enclosure and connection of the existing
irri ation system to new controller
I LS
1
I $357.50
$357.50
34
Controller Wire
LF
14,615 I
$0.181
$2,630.70
35
6" Irrigation Sleeves and Fittings under
hardsca e
LF
430
$4.79 1
$2,059.70
36
3" Irrigation Sleeves and fittings under
hardsca e
LF
200
$2.95
$590.00
37
Master Valve
EA
1
$432.22
$432.22
38
Flow Sensor
EA
1
$526.10
$526.10
39 I
Valve Box
EA
28
$28.52
$798.56
40
3" Mainline and fittings
LF
1,150
$2.95
$3,392.50
41
1 1/2" Lateral and fittings
LF
50
$1.41
$70.50
42
1 114" Lateral and fittings
LF
200
$1.23
$246.00
43
1" Lateral and fittings
LF
675
$1.05
$708.75
44
3/4" Lateral and fittings
LF
1,600
$0.97
$1.552.00
45 I
1" Remote Control Valve
EA
11
$256.10
$2,817.10
46
iBall
Valve
EA I
7
$305.60
$2,139.20
47
Quick Coupler Valve
EA
5
$203.06
$1,015.30
Valanua bbrary Pa(Wng Lot Expansion C3
F1020
ikiY!„c
�v"w.aOSJ� LU
,. a .. ,... 'v'`w�^, ,.
48
Housed Supplemental Bubbler
EA
22
$27.86
$612.92
49
Housed Deep Root Bubbler
EA
56
$54.041
$3,026.24
50
Sprayhead
Fes,
110
$26.52
$2,917.20
12-1.14
Landscape Planting='
SF
9,600
51
Soil Preparation and Amendments
$121
$11,616.00
52
Tree - 15 Gallon (includes tree staking)
EA
23
$78.20
$1,798.60
53
Root Barriers
LF
675
$2.66
$1,795.50
54
Shrubs - 1 Gallon
EA
283
$10.43
$2,951.69
55
Shrubs - 5 Gallon
EA
25
$15.93
$398.25
56
Shrubs - 15 Gallon
I EA
45
$65.00
$2,925.00
57
Groundcovers - 1 Gallon
SF
1,410
$1.09
$1,536.90
58
2” Mulch Cover
CY
60
$40.10
$2.406.00
59
Plant Establishment Work
LS
1
$1,980.00
$1,980.00
'
12-1.15
Lighting and Electrical Systems
`x
$18.212.70
60
Light Posts (Fixtures, Wiring, and Foundations)
EA
3
$6,070.90
61
Flood Light
E4
2
$1,707.20
$3,414.40
62
Electrical Service (Lighting)
LS
1
$1,817.201
$1,817.20
63
12-1.16
Building Sign
LS
1
$10,567.70
$10,567.70
TOTAL BID IN FIGURES $ $296,613.81
"TOTAL BID IN WORDS: two hundred ninety six thousand six hundred thirteen dollars and eighty one cents
Valencia Lil Parking Lot Expansion C4
F1020
DESIGNATION OF SUBCONTRACTORS
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG -12-13-F1020
Project No. F1020
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor
who will perform work or labor or render service in excess of / 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
DBE STATUS:
Dollar Value of Work
Interstate Striping & Signs, Inc
None
$2,400.00
Age of firm:
Certifying Agency:
Annual Gross Receipts:
n/a
n/a
n/a
Location and Place of Business
1496 E Avenida De Los Arboles, Thousand Oaks, CA 91360
Cost Schedule Item Nos:
Description of Work
29
Traffic Striping & Markings
License Nc. 838618
Exp. Date: 5-31-14
Phone 805-558-5384
tractor
DBE STATUS:
Dollar Value of Work
nd Company Inc
None
22,810.00
rm:
Certifying Agency:
Annual Gross Receipts:
Annual Gross Receipts:
❑/a
n/a
and Place of Business.
E
Garvey Ave, Baldwin F ark, CA 91706
hedule Item Nos:
Description of Work
0,61,62
Electrical
No. 161273
Exp. Date: 5-31-13
Phone 626-338-9923
Subcontractor
DBE STATUS:
Dollar Value of Work
Lighting Contract Service, Inc
None
$8,550.00
Age of firm:
Certifying Agency:
Annual Gross Receipts:
n/a
n/a
n/a
Location and Place of Business
26919 Fumivall Ave, Canyon Country, CA 91351
Cost Schedule Item Nos:
Description of Work
63
Building Sign
License No. 878605
Exp. Date:
6-30-14
Phone
661-250-9966
(Use additional sheets as needed)
Valenta Llbary PaM1nnp Lal Expansion c5
F1020
DESIGNATION OF SUBCONTRACTORS
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG -12-13-F1020
Project No. F1020
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor
who will perform work or labor or render service in excess of 1/2 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
DBE STATUS:
Dollar Value of Work
MGS Landscape Companies
None
$47,362.15
Age of firm:
Certifying Agency:
Annual Gross Receipts:
n/a
n/a
n/a
Location and Place of Business
24170 ViewPointe Lane, Valencia, CA 91355
Cost Schedule Item Nos:
Description of Work
933-59
Tree Removal, Landscape and
Irrigation
License No. 941504
Exp. Date: 12-31-13
Phone 661-993-7378
Subcontractor
DBE STATUS:
Dollar Value of Work
Age of firm:
Certifying Agency:
Annual Gross Receipts:
Location and Place of Business
Cost Schedule Item Nos:
Description of Work
License No.
Exp. Date:
Phone
Subcontractor DBE STATUS:
Dollar Value of Work
Age of firm:
Certifying Agency:
Annual Gross Receipts:
Location and Place of Business
Cost Schedule Item Nos:
Description of Work
[—License No.
Exp. Date:
Phone
(Use additional sheets as needed)
Valera Li y Parking LM Espan C-5
Fto2
REFERENCES
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG -12-13-F1020
Project No. F1020
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
Hoon Hahn 661-255-4953
Name and Telephone Number of Person Familiar with Project
5583,769.22
Metrolink
2 LA METRO One Gateway Plaza. Los Angeles CA 90012
Name and Address of Owner !Agency
Expansion 2/2012
Deneise Glover 213-922-7302
Name and Telephone Number of Person Familiar with Project
$435,800.00 Employee Parking Repavement 1/2013
Contract Amount Type of Work Date Completed
3, Division of Water Resources 1416 9th Si RM 418 Sacramento, CA 95814
Name and Address of Owner / Agency
Jim Veres 916-653-4867
Name and Telephone Number of Person Familiar with Project
$3,900,146.80 Scat and Pave Roads 122012
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
BIDDER intends to procure insurance bonds:
Millennium Corporate Solutions Inc 550 N. Brand #1100 Glendale, CA 91203
William Syrkm 949-679-7144
The Guarantee Company of North America USA 1800 Sutter Street Ste 735 Concord, CA 94520
Kevin Chambers 925-566-6040
R.C. Becker and Son, Inc
Contractors Name
V.1". liCrery P.MM9 Lot EYj1v.,. c.
FID20
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG -12-13-F1020
Project No. F1020
City of Santa Clarita, California
The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated
therewith in the capacity of owner, partner, director, office manager:
is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any
federal AGENCY;
has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal
AGENCY within past three years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
NONE
Exceptions will not necessarily result in denial of award, but will be considered in determining bidders'
responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and
dates of action.
NONE
NOTE: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature portion
thereof shall also constitute signature of this Certification.
Vaknua L.D2 P.*.l Lot Ee,.n.n W
F 1020
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
* * " (Must be filled out by the Bidder and ALL subcontractors over $10,000) * "
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG-12-13-FI020
Project No. F1020
City of Santa Clarita, California
This bidder R.C. Becker and Son, Inc proposed subcontractor is) hereby certifies
that he has xx , has not y
equal o Participated in a previous contract or subcontract subject to the
q opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he
has xxhas 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:
Date: 4-30-13
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.
Note: This form must be received by the AGENCY from all subcontractors no later than 4:00 PM on the 5"'
business day after the bid opening. Prime contractor is to submit certificate at bid opening.
Valencia LiNary Pxkiny lot Expansion
F1030
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: 6/30/21113
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, Preisdent 23955 Wildwood Canyon Newhall, CA 91321661-259-4845
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
Velen. t .r Panting Lot E,.m.n C-9
Flom
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this
proposal are as follows:
NONE
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and
seals of all aforementioned principals this 30th day of 4 20 13
BIDDER:
John Becker, V ce President
Name and Title of Signatory
R.C. Becker and Son, Inc
Legal Name of Bidder
28355 Kellv 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 thisday of , 20_
Notary Public c)u 0--Uack-'t c -P (SEAL)
Vekn= LlM q Paring Loi Expansion C-10
F1020
CALIFORNIA JURAT WITH AFFIANT STATEMENT aOVEMMSUT Coos 18202
*/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)
Signature of Do t Sipper No. t
State of California
County of Los Angeles
LISA C. ZIMG
COrMldetim a 1869174
MoMy Pull k • CalilorMe
Lae Mom Caumtt
Gam -4
Croce Notary Said Aoow
Sgnetori of Document Signer No. 2 of em)
Subscribed and sworn to (or affirmed) before me
on this 30th day of April 20 13
Dew N1onm Year
by
(1) John Becker
Name of Sigmr
proved to me on the basis of satisfactory evidence
to be the person who appeared before me
(IRR6
Name of sgner
proved to me on the basis of satisfactory evidence
to be the person who appeared before me.)
Signature
sipwwri 0 Notary Pool
OPTIONAL
Though the information below is not required by law, d may prove valuable Top of thumb here Top of thumb hero
to persons relying on the document and could prevent fraudulent removal
and reattachment of this form to another document.
Further Description of Any Attached Document
Tine or Type of Document. Bidder's Information & Certification
Document Date: 4/30113_ Number of Pages: 2
Signer(s) Other Than Named Above:
02010 Naaonil Notary ASBirJaltM • Nallonefletary.Mg • 1-9 US NOTARY (1-900-e7a-ea2r(
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: Valencia Library Parking Expansion
23757 Valencia Blvd
Bid No. ENG -12-13-F1020
Project No. F1020
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.
Valent. Gbl., P.ft, Loi EW ancon P�
F1020
PROPOSAL GUARANTEE
BID BOND
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG -12-13-F1020
Project No. F1020
City of Santa Clarlta, California
KNOW ALL MEN BY THESE PRESENTS that R.C. Becker and Son, Inc. , as BIDDER,
and The Guarantee Company of North America USA as SURETY, are held and
firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum often percent of amount bid
dollars ($ 10% ), which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the
above -stated project, for the payment of which sum, BIDDER.and SURETY agree to be bound, jointly and
severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to
AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is
awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null
and void, otherwise it shall remain in full force and effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
8th day of April 2013
R.C.Beck erand Son,Ir�l �.�
BIDDER:
Name and Title of Signatory
28355 Kelly Johnson Parkway
Santa Clarita, CA 91355 Phone Number: 661-259-4845
The Guarantee Company of North America USA
18aTStitter Street, Suite 880, Concord, CA 94520 Phone Number. 925-566.6040
in, ttomey-In-Fad Millennium Corporate Solutions, 550 N. Brand Blvd., #1100, Glendale, CA 9120E
Phone Number. 626-275- Pay'
Subscribed and sworn to this Pay of 20
NOTARY PUBLIC Ste Cl. -t !t f Ae (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 Departments most
current list (Circular 570, as amended) and be authorized to transact business in the State where the project
is located.
Vabntia Ubary ParWN Lat E. Mn G12
PJWO
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
County of Los Angeles }
On April 8 2013 before me, Corinne L. Hernandez Notary PubliC
Data Here Insarl ame end Tule of the Officer
personally appeared Wiliam Syrkin
Names) of Srgner(s)
CORINNE L. HERNANOE2
Commission a 1905285
Notary Public - California i
•' Los Angeles Cour.l >
My Comm. Expires Sep 2:. 1014
who proved to me on the basis of satisfactory evidence to
be the person(e) whose name(a) islme subscribed to the
within instrument and acknowledged to me that hey' 91 eq
executed the same in his/Ner4Heir authorized capacity(ies),
and that by his/heNiheir signature(sj on the instrument the
person(s), or the entity upon behalf of which the persons)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness and official eal
O
Signat re
Place Notary seal Above Ig ure of Notary Pub t
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named
Capacity(ies) Claimed by Signer(s)
Signers Name:
❑ Individual
❑ Corporate Officer —Title(s):_
❑ Partner— ❑ Limited ❑ General
Q Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
The Guarantee Company
of North America USA
Number of
Signers Name
❑ Individual
❑ Corporate Officer —Title(S):_
❑ Partner— ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
O 200] Na0oael NMMy Ass .Wn • 9350 De SM. Ave., P.O. Box 2902 • Cnetswonh, CA 91313-2x02 - w.w.Nationa1NMary.erg I1e.15907 aeordar: Call Ton -Flea I-800-B)6B82]
THE GUARANTEE COMPANY OF NORTH AMERICA USA
SOnlhfield, Michiean
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
if illianl Syri in, Sergio D. Becbara, Rebecca Ann Haas -Bates, Patricia.4nn Bauer, Rielrard Lergy Adair
Millennium Corporate Solations, Inc
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behaif as surety, any and all bonds ana 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 intenls and purposes, as if the same had been duly executed and acknowledged by its regularly elected 05cers at the
principal office.
The Power of Ahomey is executed and may be certified so, ana 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 authonty:
1 To appoint Attorneys) -in -tact, 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 engineering 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 andlor its assignee, shall not relieve this surely
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.
IN WTNESS 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,
GTHE GUARANTEE COMPANY OF NORTH AMERICA USA
STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary
County of Oakland
On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me
duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA: that the seal affixed to said
instrument is the Corporate Seal of said Company: that the Corporate Seat and each signature were duly affixed by order of the Board of Directors of
Cynthia A. Takai IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee
Notary Public, State of Michigan Company of North America USA offices the day and year above written.
County it Oakland
- My Commission Expires February 27,2018 � T �
Acting in Oakland County
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.
yx�ne IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this8 th day of April, 2013
Yell �--f.�r�_.
3 Randall Musselman, Secretary
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On 4/30/13 before me, Lisa O. Hertzing, Notary Public
Dere Nero Insert Name arW tab of me 011icer
Personally appeared John Becker
Na.(.) of Slgnegsi
f r
kyr;
V1
MhowidIU-1--771 --.7171 :,t
Place Notary Seal Above
who proved to me on the basis of satisfactory evidence to
be the personfa) whose narrf isiare subscribed to the
within instrument and acknowledged to me that
hehhelthey executed the same in his/pecWwir authorized
capacityfiea), and that by his/FierklieiF signature(4 on the
instrument the person(e), or the entity upon behalf of
which the person* acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal. l
Signature Lir �/-—
Srgnature of NMry K
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document: Bid Bond
Document Date: 4/8/13
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: John Becker
❑ Individual
Corporate Officer—Title(s): V.P.
Partner — ❑ Limited "—General
Attorney in Fact
Trustee
Guardian or Conservator
G Other:
Signer Is Representing:
R C Becker & Son Inc
Top of ftmmb here
Number of Pages:
Signer's Name:
❑ Individual
❑ Corporate Officer — Title(s):
Partner — ❑Limited GGeneral
Attorney in Fact
❑ Trustee
E Guardian or Conservator
C Other:
Signer Is Representing:
02fq]Natgrral Ndary Assocunon•B350 Desoto Aup..PO.f3or 2<OZ•Cfatsxoq,,CA 913132402•www.NationalNotaryorg Item Y590] geoNer:Cell Tdl-Feef-BW-8]67682)
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG -12-13-F1020
Project No. F1020
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.
Velar aUtG Pa*ing Lot Eyanvnn Gt]
F10M
NON -COLLUSION AFFIDAVIT
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG -12-13-F1020
Project No. F1020
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES j) §
John Becker being first duly swom deposes and says that he is the
Vice President (sole owner, a partner, president, etc.) of
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 sa!5^DER in his general business.
Bidder:
Title Aice President
Subscribed and sworn to and before me this day of 20_,
(�iTpi Qb cQ
Seal of Notary r
Valencia Luray Pan,n9 LM E+ea ., G Ia
Flom
CALIFORNIA JURAT WITH AFFIANT STATEMENT oovaMMENT Coon; 8202
*/See Attached Document (Notary to cross out lines 1-6 below)
i7 See Statement Below (Lines 1-6 to be completed only by document signeds], not Notary)
Signature of Document Sigrur No. 1
State of California
County of Los Angeles
# 195
7 LISA 0. G
CeerMnloa f 19681Y4
LfwyANPIN CON"
18
Puce Notary Seel Above
Sgnature of Document SVw W. 21a airy)
Subscribed and swom to (or affirmed) before me
on this 30th day of April 20 13 .
Date Month Year
by
(1) John Becker
Nemo of agner
proved to me on the basis of satisfactory evidence
to be the person who appeared before me
(arad-
Name of S,pgr
proved to me on the basis of satisfactory evidence
to be the person who appeared
\\ before me.)
Signature ' ,- � I ..' '
Sgruture at Koury z
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 of Any Attached Document
Title or Type of Document Non -Collusion Affidavit
Dowment Date: 4130113_ _ Number of Pages: 1
Signers) Other Than Named Above:
. _,.....�_.�___� ��_.. .............. w,..,.�.,wn..., nm. 1.9 Uff NOTARY
tum *591
BIDDER'S QUESTIONNAIRE
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG -12-13-F1020
Project No. F1020
City of Santa Clarita, California
If the bidder has answered the questionnaire within the past year and there are no significant changes in the
information requested, then the bidder need not file a new questionnaire. If there are changes, indicate
those changes. Should the space provided not be adequate, so indicate and complete information on a
separate page(s) and attach hereto.
1. Submitted by: John Becker Telephone: 661-259-4845
Principal Office Address: 28355 Kelly Johnson Parkway Santa Clarita. CA 91355
2. Type of Firm: General Engineering
Corporate: xx Other:
Individual:
Partnership:
3a. If a corporation, answer these questions:
Date of Incorporation: 12/18/1968 State of Incorporation: California
President's Name: Michael Becker
Vice -President's Name: John Becker
Secretary or Clerk's Name: map Crhacka
Treasurer's Name: ^^n ScILcNart
3b. If a partnership, answer these questions:
Date of organization: State Organized in:
Name of all partners holding more than a 10% interest:
Designate which are General or Managing Partners.
4. Name of person holding CONTRACTOR's license: John Becker
License number: 25876'- Class: A, C-12 Expiration Date: 6-30-13
5. CONTRACTOR's Representative: John Becker
Title: Vice President
Alternate: Vince Tellez
Title: Chief Estimator
6. List the major construction projects your organization has in progress as of this date:
Owner: (A) Newhall Land and Farm (8) County of Ventura
Project Location: Santa Clarita Piru
Type of Project: Street Improvements Bicycle Path Improvements
vakmmu Lary Pa b o Loi ei .nabn P15
P1020
CERTIFICATION OF NON -SEGREGATED FACILITIES
VALENCIA LIBRARY PARKING EXPANSION
23757 Valencia Boulevard
Bid No. ENG-12-13-FI020
Project No. F1020
City of Santa Clarita, California
The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not permit his employees to perform their services at
any location, under his control, where segregated facilities are maintained. The CONTRACTOR certifies
further that he will not maintain or provide for his employees any segregated facilities at any of his
establishments, and that he will not permit his employees to perform their services at any location, under his
control, where segregated facilities are maintained. The CONTRACTOR agrees that a breach of this
certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the
term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants
and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees
which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or
national origin, because of habit, local custom, or otherwise. The CONTRACTOR agrees that (except where
he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain
identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000
which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such
certifications in his files. R.C. Becker and Son, Inc
Z A John Becker
Vice President
Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor —
32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065).
Vaan: Library Pe ny La EVGMMn G16
F1on
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 13-00160
VALENCIA LIBR4R17PARKINGEaPAA'SIOA'
23757 Valencia Boulevard
Bid No. ENG -12-13-F1020
(Project No. F1020)
This AGREEMENT is made and entered into for the above -stated project this day of
20 . BY AND BETWEEN the CITY OF SANTA CLARITA_. as CITY. and
R.C. Becker and Son. Inc. as CONTRACTOR.
CITY and CONTRACTOR have mutually agreed as follows:
ARTICLE
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 Nee 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 Relationship
CONTRACTOR shall not be subject to dayAo-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.
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 ally 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 anv 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 Citv's Risk Manager shall be submitted to City prior to execution of this Agreement on
behalf of the City.
Revised 1/2012 Page 3 of 7
Should CONTRACTOR for anv reason fail to obtain and maintain the insurance required by
this Agreement Citv may obtain coverage at CONTARCTOR'S expense and deduct the cost of
such insurance from payments due to CONTRACTOR under this Agreement or terminate. In
the alternative should CONTRACTOR fail to meet anv of the insurance requirements under this
aRreement City may cancel the Agreement immediatelv 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 lriior 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 tern of this
AGREEMENT, and any extension thereof, public liability and property damage insurance
coverage for automotive equipment with coverage limits of not less than $1,000,000 combined
single limit. All such insurance shall be primary insurance and shall name the City of Santa
Clarita as an additional insured.
Fire and Extended Coverage Insurance (Services involving real property only)
CONTRACTOR also agrees to procure and maintain, at its sole expense, during the 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 1X
Pursuant .to Senate Bill 542, chaptered in 1999: the Emrloymenl Development Department
(EDD) of the State of California requires that a W-9 Form be filed by all vendor 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 chance 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 writinei
- 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 perfonnance 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.
Severabilitv
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.
Governine Law
Revised 1/2012 Page 5 of 7
This AGREEMENT shall be construed and interpreted and the legal relations created thereby
shall be determined in accordance with the!a-\\,s of the-Siate 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 § 1773.1
copies of the prevailing rate of per diem wages are available upon request from CITY's
Engineering Division or the website for State of California prevailing wage determination at
www dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at
the job site.
This contract is subject to state prevailing wage requirements of the California Labor Code
including Sections 1770 and 1773, and the City's California Department of Industrial Relations
(DIR) approved Labor Compliance Program. All covered work classifications required in
performance of this contract will be subject to prevailing wage provisions. The Contractors and
its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to
the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of
the Labor Compliance Program is available for review upon request at the Office of the City
Clerk. All pertinent state statues and regulations, including, but not limited to those referred to
in this contract and in the City's Labor Compliance Program, are incorporated herein as though
set forth in their entirety. Additionally; the Contractor is responsible for obtaining a current
edition of all applicable state statues and regulations and adhering to the latest editions of such.
Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which
includes provisions addressing employment eligibility, employment verification, and
nondiscrimination. Under the INA, employers may hire only persons who may legally work in
the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the
U.S. The employer must verify the identity and employment eligibility of anyone to be hired,
which includes completing the Employment Eligibility Verification Form (1-9). The Contractor
shall establish appropriate procedures and controls so no services or products under the Contract
Revised 1/2012 Page 6 or 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 MUST BE Signed By:
WITNESSED BI' NOTARY
Print Name R Title:
CONTRACTOR's License No.
Class
CITY: Date:
Mayor/City Manager of the City of Santa Clarita
Attest: Date:
City Clerk of the City of Santa Clarita
Approved as to Form: Date:
City Attorney of the City of Santa Clarita
Revised 1/2012
Pane 7 of 7
am
N
ENGINEERING COMPANY
February 26, 2013
Ms. Cada Callahan
City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
SUBJECT:-- VALENCIA LIBRARY PARKING EXPANSION — AUTHORIZATION
FOR ADDITIONAL SERVICES — CONSTRUCTION ADMINISTRATION
(AUTHORIZATION #2)
Dear Carla,
Thank you for the opportunity to continue our services on the Valencia Library Parking
Expansion project. Pursuant to your request, we are providing an estimated scope and fee for our
services during the construction phase of the project.
1.) Meetings and Project Management— attend one pre -construction meeting, one progress
meeting and one fmal job walk at the direction of the City. Meetings are assumed to be
four hours each (including travel time) for the Project Manager and either the Landscape
Architect or Stormwater Resources Engineer. Coordinate with project sub -consultants
and the City as requested.
Estimated Fees: $9,850.00
2.) Requests for Information (RFI) and Submittals — review and approve or comment on
project submittals provided by the contractor., Respond to contractor or City Requests for
Information (BFI's) as needed to support the project. We anticipate and have budgeted
for eight submittals and eight RFI's at an average of two hours each for the Project
Engineer or project Landscape Architect.
Estimated Fees: $9,290.00
3.) Survey Construction Staking (Sub Consultant) — Coordinate with Pinnacle Survey to
provide construction services including control, rough grade, final grade, lighting and
curb pursuant to the attached proposal dated February 21, 2013.
Estimated Fees (Sub Consultant + 15% overhead): $5,100.00
4.) Geotechnical Observation and Testing (Sub Consultant) -- Coordinate with Allan
Seward Geology to provide Observation and Testing services for the project pursuant to
the attached proposal dated February 25, 2013.
Estimated Fees (Sub Consultant+ 15% overhead): $13,700.00
Please note that design revisions and/or value engineering revisions are not anticipated or
included in the above scope. Inspection and Resident Engineer / Office Engineer services are
assumed to be provided by City staff, pursuant to our conversations.
Total Construction Fee Estimate: $37,940
Please call with any questions.
Sincerely,
RICK ENGINEERING COMPANY
Thomas E. Martin, P.E.
Project Manager
APPRIIVE�DI: �
BY: `br I � A 1 l ( vu DATE:
February 21, 2013
28348 Constellation Road, Suite 800
Santa Clarita, CA 91355
Phone: 661-254-1928
Fax: 661-254-1929
Reference: Valencia -Library
Proposal number: 2861-xxx
Pinnacle Land Surveying, Inc. would like to submit our proposal for Land Surveying
services for the above-mentioned project. Pinnacle Land Surveying, Inc. will provide
one set of construction survey stakes with line and grade for each item described on the
attached "Exhibit All.
You will be billed at the end of each month based on percent complete.
Extra expenses for items not included in "Exhibit A" will be billed at time and material
and shall be authorized by a signed field ticket;
Payments made on your behalf for fees, reproductions and blueprinting are not included
and will be billed at our cost plus 5%. If these terms are acceptable please sign below
and return the original to our office.
- I look -forward to working with you on this project and am available for any questions -
regarding this contract or our services.
Sincerely,
Pinnacle Land Surveying, Inc. Approved and Accepted:
Danny T. Davis, PLS
Principal
EXHIBIT "A"
Site improvements $4,500
Rough grading
One set of stakes as required by contractor. Includes parking area and bio
Swale/basins.
Lighting fixtures
One set of stakes at each light location for installation of risers.
Curb and gutters
One set of stakes as required by contractor. Includes trash enclosure and parkway
drains.
Pinnacle Land Surveying, Inc.
28348 Constellation Road, Suite 800 Santa Clar(ta, CA 91355 Ph. 661-2547928 Fax 661-2541929
Work Statement (consistent for all the services mentioned above)
Horizontal and vertical control will be established from the control network provided by the Project
Engineer and maintained using a GPS receiver and/or a conventional/robotic total station instrument
consistent with the quality and accuracy standards required by the latest Caltrans Construction Manual.
When necessary, vertical control will be established using an electronic level also consistent with the
quality and accuracy standards required by the latest Caltrans Construction Manual.
After establishing our horizontal location we will proceed to cross check into existing improvements in
order to verify the accuracy of our survey. For the vertical component we plan to locate the project
Benchmark and run a level circuit to and through our permanent control and then check back into the take-
off benchmark.
The staking control for the contractor will always be set using at least two of the permanent control points
- --
provided 'bythe project Engineer. Eachtimetheinstrumentissetup,thelocationestablishmentwill'be'-—
cross checked into a third control point before and after layout activities. The instrument set up and all of
the contractor stake locations will be recorded in the onboard data collector for future reference.
All staked station intervals shall not be less then 25 -foot or more then 50 -foot but shall include all changes
in horizontal and/or vertical direction.
As work is requested we will attempt to examine all of the latest contract documents prior to layout. Any
discrepancies or omissions will be immediately brought to the attention of the project Engineer for their
input and/or decision.
Statement of Qualifications
Professional Experience
Danny Davis, PLS - Principal
Over 20 years of professional experience as a Land Surveyor
Licensed as a Professional Land Surveyor in 1999 — California License No. 7586
Member of I.U.O.E. Local 12, Survey, since 1987
I.U.O.E. Certified Party Chief in 1992
Principal of Pinnacle Land Surveying, Inc. since I ] -OI-Ol -
Majority of experience in hillside subdivision, construction, boundary and topographic surveys
Habib Chababi - Principal
Over 20 years of professional experience as a Land Surveyor
Member of I.U.O.E. Local 12, Survey, since 1987
Principal of Pinnacle Land Surveying, Inc. since 11-01-01
Majority of experience in hillside subdivision, construction, boundary and topographic surveys
Lou Turner — Survey Manager .
Over 20 years of professional experience as a Land Surveyor
Member of I.U.O.E. Local 12, Survey, since 1987
Manager with Pinnacle Land Surveying, Inc. since 1-03-06
Majority of experience in hillside subdivision, construction and topographic surveys -
All of our Field Personnel are members of I,U.O.E. local 12 and receive prevailing wages. The Party Chief
in charge of the crew will have over 15 years of experience as a supervisor. .
Pinnacle Land Surveying believes in having the latest equipment in order to be competitive in the
construction surveying market. Our inventory includes the latest top of the line GPS, Robotic Total Station
and Electronic Level systems made by Trimble.
Pinnacle Land Surveying, Inc.
'28348 Constellation Road, Sulle 800 Santa Ciedta; CA 91365 Ph. 661-,254.1928 Fax 661-254.1929
General notes
1. Please allow forty-eight (48) hours advance notice for one crew and seventy-two (72) hours
advance notice for two crews. This will help insure that a crew will be available to meet your
construction schedule.
2. In the event of simultaneous requests please establish the staking priority upon request.
3. Please be sure the area to be staked is cleared and ready for stakes.
4. Stakes should be used within a reasonable time of staking to ensure quality and accuracy.
5. This cost is based on daytime working hours. Night work and mandatory overtime charges will be
billed as extra work.
6. Construction meetings will be attended on a time and material basis.
7. All Time and Material items are subject to a 2 hour minimum.
8. Control establishment: Client to provideelectronicfiles with centerline, boundary and field datum
used for this design. This is not a boundary survey.
9. This proposal is valid for 60 days.
10. Stakes that do not comply with the latest plan or industry standards shall be voided and our office
notified prior to any construction.
11. Any cut and fill depths which may be marked on survey lath are shown for the Contractor's
convenience only and are not to be solely relied on for construction, the information shown on the
cut sheet shall take precedence over any marks shown on field stakes.
12. Pinnacle Land Surveying, Inc. (PLS) recommends and reserves the right to inspect, prior to any
concrete pour, the following: curb forms, curb wire guides, buildinglabutment foundation forms,
bolt patterns, catch basin forms, structure forms etc... and failure to request said inspection will
render PLS harmless of any resulting errors or emissions.
13. We recommend that construction stakes and/or markings be protected and used immediately as
PLS cannot guarantee their accuracy after equipment and foot traffic occurs near these points.
HOURLY RATE SCHEDULE
(GOOD THRU 12/31/13)
OFFICE
Hourly
Principal/Licensed Land Surveyor
$175
Senior Supervisor
$150
Senior Project Mana er
$150
Land Title Analysis
$120
Project Manager
$120
Project Supervisor
$120
CADD Technician/ Draftsman
$ 120
FIELD
Field Crew
$ 240
Flagman
$ 100
SUPPORT
Deliveries/research
$85
Fees and plotting
Cost plus 5%
Certified payroll
$80
Pinnacle Land Surveying, Inc.
28348 Constellation Road, Suite 800 Santa Cladta, CA 91355 Ph. 661-254-1928 Fax 661-254-1929
ALLAN E. SEWARD
ENGINEERING GEOLOGY, INC.
5 Geological And Geotechnical Consultants
February 25, 2013
Rick Engineering Company
711 Tank Farm Road
Suite 110
San Luis Obispo, California 93401
Attention: Mr. Tom Martin
Subject: PROPOSAL FOR GEOTECFINICAL SERVICES
Observation and Testing During Grading Operations
Project: Valencia Library Parking Expansion
City of Santa Clarita, California
City Project: F1020
Dear Mr. Martin:
Job No: 13-2390
In response to your request we have prepared this proposal providing a scope of work and
associated costs to .provide geotechnical services during construction of the subject project in
Santa Clarita, California. This proposal is based on the Bid Set Improvement Plans prepared
by the Rick Engineering Company, dated 2/19/13. The scope of work is presented by task in
the Work Statement section. Associated costs are presented in the Cost Estimate -section.
WORK STATEMENT
Our scope of work will include observations, inspections, and materials testing services
during construction of proposed parking lot improvements. At the completion of
construction operations, a Geotechnical Compaction Report will be prepared for submittal to
the City of Santa Clarita.
During the construction of the proposed parking lot improvements our services will include
observations and testing for parking lot grading, compaction of subgrade soils, base material,
and asphalt concrete pavements, and laboratory testing of subgrade'soils and base materials.
27825 Smyth Drive, Valencia, California 91355 661-294-0065 • FAX 661-294-0833
9
Rick Engineering Company Job No: 13-2390
February 25, 2013 Page 2
Task i — Construction Observations and Testing
1.1 Coordination with the Supervising Civil Engineer (Rick Engineering), the Grading
Contractor, the Pavement Contractor and the City of Santa Clarita's Field
Superintendent during the grading operations.
1.2 Attendance at on-site pre -grading meeting.
1.3 Continuous to periodic observation and testing during soil removal and placement
of compacted fill, including observation of removal bottoms beneath asphalt
concrete pavements and PCC curb and gutter and in-place density testing of the
compacted fill.
1.4 Observation of native soils exposed at basin bottom elevations to confirm that the
soil types are consistent with what was observed during the investigation phase.
1.5 Observation and in-place density testing of compacted backfill for electrical
trenches beneath parking lot pavements.
1.6 Perform a laboratory compaction test (i.e. maximum dry density) and soil
classification on a bulk sample of the fill material. The compaction test data is
used to assess the moisture -density relationship of the materials (i.e. relative
compaction achieved in the field). Collection of pavement subgrade soil sample
and perform R -Value test.
1.7 Provide updated pavement design recommendations based on R -Value test results.
1.8 Observation of processing of the parking lot subgrade and density testing of the
subgrade surface prior to placement of base material.
1.9 Review of contractor's submittal for proposed base course that will support asphalt
concrete pavements and PCC curb and gutter for conformance to project
specifications.
1.10 Collection of a representative sample from the aggregate base delivered to the site.
Perform a laboratory compaction test (i.e. maximum dry density) and sieve analysis
of aggregates on this bulk sample of the aggregate base material. The Compaction
test data is used to assess the moisture -density relationship of the materials (i.e.
relative compaction achieved in the field). The sieve analysis of aggregates is to
confirm that the material delivered to the site is in conformance with the plan
specifications.
1.11 Observation of base placement, moisture conditioning, mixing and compaction of
pavement base material. Perform in-place density tests of the compacted base.
1.12 Observation of placement of asphalt concrete pavements. Perform in-place density
tests of the compacted asphalt concrete.
1.13 Laboratory testing as itemized in the cost estimates.
Allan E. Seward Engineering Geology, Inc. Geology and Geotechnology
Rick Engineering Company
February 25, 2013
Job No: 13-2390
Page 3
Task 2 - Preparation of a Geotechnical Report of Observation and Testing
2.1 At the completion of construction operations we will prepare a Geotechnical Report
of Observation and Testing of Compacted Fill. This report documents the results
of our observations and testing performed during construction of the parking lot
improvements.
COST ESTIMATE
Based upon the assumptions_ within this.proposal our cost to complete the above_listed work _... _. ....
statement is estimated not to exceed $11,927..
Staff types, hourly rates, estimated number of hours and costs for each task are provided in
the following table.
ice Unit Total Units
Unit Rete I$)
Total
ruction Observations and Testing
E
revailing wage) Hr 65ghtceupport
Staff Engineer Hr 6
87
$522
Associate Engineer Hr 6
132
$792
Principal Hr 2
160
$320
Laboratory Testing ---- -
Percent Finer than 1200 Sieve Size
Test
1
65
$65
Modified Proctor 14 -inch mold)
Test
1
225
$225
Modified Proctor (6 -inch mold)
Test
1
265
$265
Sieve Analysis of Coarse Aggregate and
Percent Passing 1200 Sieve
Test
1
140
$140
Expansion Index
Test
If required
135
$p
R -value Testing
Test
1
240
$240
Subtotal
$9,727
Task 2- Preparation of Geotechnical Report of Observation and Testing
Report Lump Sum $2,200
TotaltFee Esfimete� � t �$ .a'' $ AMMOURN fr k$1tP:827,i�
These costs are on time and expenses and dependent on the time required to complete construction of the
proposed improvements. Failing tests, unforeseen complications, lack of production, etc. can affect the time
required.
Allan E. Seward Engineering Geology, Inc.
Geology and Geotechnology
Rick Engineering Company
February 25, 2013
Job No: 13-2390
Page 4
Our estimated costs for field services are based on the following assumptions:
1. Construction operations will be performed 8 hours per day during weekdays between the
hours of 7:00 am and 3:30 pm.
2. Field time for a soil technician estimated at I hour for pre -grading meeting, 3 days full-
time (8 hours/day) for testing during removal and re -compaction, 5 days part-time (4
hours/day) for subgrade and base grade testing beneath PCC and AC pavements, 2 days
part-time (4 hours/day) to observe excavation bottoms at locations of bio -retention
basins, I day full-time (8 hours/day) for asphalt concrete testing, and 1 day part-time (4
hours/day) for observation of foundation excavations for trash enclosure footings.
3. We will assess a minimum four-hour charge during each site visit less than four hours
while performing field services for Task 1. For time in excess of four hours, we will
charge for the actual hours we spent in the field.
4. No travel time or office support time will be charged on this project while performing
field services.
5. Daily field reports indicating work performed and test locations will be provided at the
end of each site visit.
6. Field services outlined in this proposal will be performed at the request of your
authorized representative.
7. Our field representative will not direct, supervise or lay out the work of the contractor.
8. We request 24 hours of advanced notice for scheduling our services. We will, however,
make every attempt to accommodate requests for services with less notice.
ADDITIONAL PARTICULARS
This proposal and fee estimate does not include the following items:
• Assessment of environmental conditions or contaminated soils.
• Additional work that would be required if geotechnical conditions encountered during
grading operations at the site are significantly different than the conditions encountered
during our subsurface exploration.
• . Additional services requested by you that are not covered in the scope of work in this
proposal.
• Costs that may arise from post -report consultations, value engineering, construction
services (site observations and testing), or attendance at meetings after the work has
been completed.
Allan E. Seward Engineering Geology, Inc. Geology and Geotecnnaogy
Rick Engineering Company
February 25, 2013
Job No: 13-2390
Page 5
• Revisions to the project plans during construction may warrant a revision to the
estimated budget.
All additional work not covered in the Scope of Services will be charged on a Time -and -
Expense basis. A supplemental authorization request will be prepared covering any
additional work and or services provided outside the scope of work outlined in this proposal.
Based upon the assumptions within this proposal, our charge for our Geotechnical services
for the grading operations will be on Time an -d- Expenses estimated not to exceed 511,927.
The field time can fluctuate based on the contractors work schedule and unforeseen
complications during construction.
This opportunity to be of service is greatly appreciated and if you have any questions or wish
to clarify this proposal in greater detail, please do not hesitate to give us_ a call.
Respectfully submitted,
Susan Seward
President
Enclosures: Schedule of Fees (Valid thru 6/13)
Schedule of Laboratory Fees (Valid thru 12/13)
Allan E. Seward Engineering Geology, Inc. Geology and Geotechnology
ALLAN E. SEWARD
ENGINEERING GEOLOGY, INC.
Geological And Geotechnical Consultants
SCHEDULE OF FEES Valid thru 6/30/2013
HOURLY CHARGES FOR PERSONNEL
Technical Personnel (with prevailing wage requirement)
Soils Technician .................$ 102.00
ACI Concrete Inspector-------- ------------••------- -------- ....... --------- .............................. _- $ 90.00
Special Inspector (Concrete, Masonry, Steel Welding, and Fireproofing) ---------- ------ =------- $ 90.00
Professional Personnel
Staff Geologist/Engineer ........... ............. ---------------------------------...-----------------------------$
87.00
Senior Staff Geologist/Engineer--- -------------------------- ..........-------------------------------------$
92.00
Project Geologist/Engineer------------------------ ----- ------...-......._ .................. ------------------$
104.00
Senior Project Geologist/Engineer --------- ,-,-----„---_-----------,------- ---------------- --
------------------ $
115.00
Associate Geologist/Engineer .......... -......................... .------..-------------...---------......----------$
132.00
Senior Associate Geologist/Engineer --------------------------------------- -------------------------------------
$
145.00
Principal Geologist/Engineer --------------------------------- ---_-----------------------_---------
---------------$
160.00
Consulting Geologist/Engineer (3`a Party Review) ----------------------------------------------------------
330.00
Testimony at Governmental Agencies, .... --------------------- -....................... ------
------------- ----- $
220.00
Expert Witness/Deposition: Half Day Minimum Charge ($1320) ...........................
,....... $
330.00
Laboratory Testing
Laboratory Technician................................................................ ....................---------- $ 69.00
(see Schedule of Lab Fees for routine tests)
Office Support
Clerical Staff....-..--------------------------_------------------....................................$ 53.00
CAD Operator/Draftsperson.---------..----------- ........................----........ ............ ---------- -$ 63.00
Other Fees
Mileage, per mile ,...................................... . ------------ ----------- -------------------------------- $ 0.55
Out-of-pocket Expenses - Cost plus---------- ----------- _------_-----............--------- 20%
Basis for Charges
Charges are based upon Time and Expenses, standard unit charges or fixed fees for projects with a
defined scope.
Overtime: After 8 working hours per day and Saturdays (1 %1 Time)
After 12 working hours per day and Sundays and Holidays (Double Time)
Minimum Charges: Professional Services - Minimum charge will be one (1) hour. Field
technician rates are based on a 4 -hour minimum, including show -up, no work
performed. Special inspection rates are based on a 4 -hour minimum for the
first 4 hours and an 8 -hour minimum for hours exceeding 4 hours. For
inspection time in excess of 8 hours, will be charged actual hours spent in the
field.
27825 Smyth Drive, Valencia, California 91355 (661) 294-0065 FAX (661) 294-0833
1WWII MU13 7/1112PW
ALLAN E. SEWARD
ENGINEERING GEOLOGY, INC.
Geological And Geotechnical Consultants
SCHEDULE OF LAB FEES valid Thru December 2013
INDEX PROPERTIES
Visual Classification (ASTM D 2488) ....................
$ 10.00
Moisture Content (ASTM 0 2216) ........................$
15.00
Moisture Content & Density (ASTM D 2937) ...........
$ 35.00
Atterberg Limits (ASTM D 4316)
$225.00
(I), Multi _ Points-------------------------- ------$150,00
$265.00
(ii) One Point &Non-Piastic .........................$
75.00
Particle -Size Analysis of Soils (ASTM D 422)
$ 10.00
Sieve Only (from 3" to minus #200) ...........
_.$100.00
Sieve and Hydrometer ............................
_.$170.00
Material Finer #200 Sieve (ASTM D 11401•-,•••,-•_•-
$ 65.00
Sieve Analysis of Coarse Aggregates
$ 45.00
(ASTM c 136)._ ... .....................................
$ 60.00
Sieve Analysis of Fine Aggregates w/
12.00
wash (ASTM C 136 & C 117)_ .......... ................
$110.00
Aggregate Percent Passing #200 Sieve (C 117),___,$
80.00
Sand Equivalent (ASTM D2419orCA217)..............
$ 85.00
Expansion Index Test (ASTM D 4629 or UBC -29-2) .....
$225.00
COMPACTION
Standard Proctor Compaction (ASTM D 696)
44nch mold, Method A& B ••________________
$200.00
6 -inch mold, Method G . __ .......
$230.00
Modified Proctor Compaction (ASTM D 1567)
20.00
4 -inch mold, Method A& B .........................
$225.00
6 -inch mold, Method C ...............................
$265.00
Moisture -Density Relations of Soil -Cement (ASTM. D 558).__,$275.00
„$ 40.00
STRENGTH TESTS
Direct Shear Test (ASTM D 3080)
Consolidation Drained (per point)-----------------
$130.00
Reshear (per point) ..... -.... --....... ...............
$ 50.00
Remolding of Specimens (per point) ..............$
20.00
Hand Trimming of(per)Specimens..... -.............
$ 40.00
R-Value(ASTM D 2844 or CA 301)________________________
$240.00
CONSOLIDATION
Consolidation Test (ASTM D 2435)
$ 40.00
Up to 14 loadinglunloading Increments, &
-$ 90.00
One Time Curve .---------_--- ..........._•--------
$315.00
Each additional loading or unloading
_$ 30.00
,Increment_ withoutTlmeCurve ....................
$„22.00
with Time Curve Plot_______._
„$ 40.00
Collapse Potential (ASTM D 5333)._.._.________________$160.00
$ 10.00
27825 Smyth Drive, Valencia, California 91355
ravix, 0113
SOIL CHEMISTRY
Soil pH (DoT CA 643)- ... ,__-----------------------------
$ 40.00
Minimum Electrical Resistivity (DOT CA643)........
-$ 90.00
Sulphate Content (DOTCA417B)....... :...............
$ 50.00
Sulphate Content (EPA Standard 9056) ................
_$ 30.00
Chloride Content (DOT CA 422) .........................
50.00
Chloride Content (EPA Standard 9056),___ ..............$
30.00
CONCRETE
Compression Test (ASTM C 39)
6" x 12" and 4" x 8" cylinders .................... ...$
30.00
Hold or Additional Test ,-,••-•,--•••••------•---•--••-$
30.00
Mortar. _.................
$ 35.00
Grout.............................. ........
$ 45.00
Cylinder Molds -with Litls,--:;----_---------------------$
8.00
Grout Box "-•-,•-•--•-
$ 10.00
Weight per cubic foot of concrete cylinders .........
$ 7.00
Modulus of Elasticity Test- Static (ASTM c469), .....
$ 75.00
Compression Test, T, 4", 6' Cores (ASTM C 42)._,•$
40.00
In Laboratory Core Cutting ........... .......... ........
$ 45.00
Cylinder Pick-up (within 30 -mile radius)
6:30 am to 5:00 pm Monday through Friday. persample---$
12.00
Balue 690em end aAu SDa pm and Sedadg end Sendays-par Sample--$
16.00
OTHER TESTS
Soil Cement Compression Test (ASTM D 1633-96),-_$ 40.00
Wet/Dry (ASTM D 559-96)_ ................................ $150.00
FreezelThaw (ASTM D 560)„ ........................ call for quote
(661) 294-0065 FAX (661) 294-0833
01/01/12