HomeMy WebLinkAbout2014-11-25 - AGENDA REPORTS - BUS STOP IMPROV PROJ T0040 (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
CITY OF SANTA CLARIT.
AGENDA REPORT
City Manager Approval:
Item to be presented by:
November 25, 2014
Agenda Item: 5
BUS STOP IMPROVEMENTS, PROJECT T0040 - AWARD
CONSTRUCTION CONTRACT
Public Works
RECOMMENDED ACTION
City Council:
I. Approve the plans and specifications for the Bus Stop Improvements, Project T0040.
2. Award the construction contract to R.C. Becker and Son, Inc., in the amount of $664,730
and authorize a contingency in the amount of $132,946 for a total contract amount not to
exceed $797,676.
3. Authorize a contract with BTC Labs Vertical Five for materials testing and inspection
services in the amount of $53,138, and authorize a contingency in the amount of $10,862
for a total amount not to exceed $64,000.
4. Authorize the City Manager or designee to execute all documents, subject to City
Attorney approval.
BACKGROUND
The Bus Stop Improvements Project is a federally funded grant project from the Federal Transit
Administration that provides transit enhancement funding to eligible transit operators.
The City of Santa Clarita (City) strives to provide safety and accessibility for our bus patrons.
Over the last few years, improvements to the City's bus stops have included new bus shelters,
benches, trash receptacles, and public art.
CGS°:no,
The project will improve 24 existing bus stops citywide and create one new bus stop location.
(See attached map.)
The design for this project considered the ease of use for transit riders by constructing new bus
shelters, concrete pads, accessible sidewalks, ramps approved by the Americans with Disabilities
Act, and installing bus stop furniture and information panels. These improvements will address
public safety and make modifications to accommodate patrons and passengers with disabilities,
allowing them better access at each location.
An invitation to bid was published three times, September 15, 19, and 21, 2014, and 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 October 14. The results of the bids are shown
below:
Comnanv
Location
Bid Amount
R.C. Becker and Son, Inc.
Santa Clarita, CA
$ 664,730
F.S. Construction
Sylmar, CA
$ 667,346
Excel Paving Company
Long Beach, CA
$ 675,058
Unique Performance Construction
Anaheim, CA
$ 743,654
N.D. Electrical Construction, Inc.
Anaheim, CA
$ 752,879
Toro Enterprises Inc.
Oxnard, CA
$ 767,140
Sully -Miller Contracting Company
Brea, CA
$ 798,000
Staff recommends the construction contract be awarded to R.C. Becker and Son, Inc., the lowest
responsive bidder in the amount of $664,730 and authorize a contingency in the amount of
$132,946 for a total contract amount not to exceed $797,676. R.C. Becker and Son, Inc.,
possesses a valid state contractor's license and is in good standing with the Contractors State
License Board. The contractor's bid has been reviewed for accuracy and conformance to the
contract documents and was found to be complete.
The construction contingency will cover the cost of unforeseen site conditions that could occur at
any of the 25 individual bus stop locations. Unforeseen conditions may include changes to
adjacent irrigation lines and utility lines, replacement of unsuitable planting soil, replacement of
unsuitable base or paving material for street pavement, and minor landscape material adjustments
or replacement. These conditions will result in additional costs to the project. A 20 -percent
contingency is being requested to cover these unforeseen conditions.
Additional related construction costs in an amount not to exceed $64,000 for required materials
testing and inspection services will be provided by BTC Labs Vertical Five. This amount
includes $10,862 contingency to cover the cost associated with unforeseen site conditions. The
unforeseen site conditions may increase the frequency of testing required. The residual budget of
V/
$262,987 provides for prior design costs, construction support services, survey, public works
inspection, labor compliance services, staff time for project management, and miscellaneous
project costs.
ALTERNATIVE ACTIONS
Other action as determined by City Council.
FISCAL IMPACT
Adequate funds are appropriated in Expenditure Accounts T0040233-5161.001 (Transportation
Development Article 8), T0040261-5161.001 (Proposition A Local), and T0040700-5161.001
(Transit Funds). These combined funds create a budget of $1,124,663, which will adequately
provide for all anticipated project costs.
ATTACHMENTS
Location Map
Contract for R.C. Becker and Son, Inc., available in the City Clerk's Reading File
3
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 14-00371
BUS STOP IMPROVEMENTS
Proiect No. T0040
Bid No. ENG -14 -15 -T0040 -A
FFA Project No. CA -90-Y276
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 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 April 2014
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 Vl
CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGRFEMF,NT
represent all individuals, firm members, partners, joint venturers, or corporate officers having
principal interest herein.
ARTICLE VII
Nature of Relationshin
CONTRACTOR shall not be subject to day -today supervision and control by CITY employees or
officials. CONTRACTOR shall perforin services in accordance with the rules, regulations and
Revised April 2014
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 (90)
days prior written notice of amendment or cancellation to the CITY.
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.
Should Contractor's insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONTIUCTOR must notify City within 24 hours of receipt of notice of
cancellation. Fttrthirmore. CONTRACTOR must obtain renlheement coveraee flutt nuts all
Such General, Public anti Professional liability, and property damage insurance shall he maintained
in full forge and effect throughout the term of the AGREEMENT and any extension thereof in the
amount indicated above or the following minimum limits:
Rcviscd Apti12014
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.
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 in
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.
Lkulor�t otive 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.
,eIiled nndi 2'114
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 he 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 unldss
sooner terminated.
odificationlTerminatio
No modification, amendment or other change in this AGREEMENT or any provision hereof shall
be effective for any purpose unless specifically set forth in writing and signed by duly authorized
representatives of the parties hereto. This AGREEMENT may be terminated with or without cause
by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of
services shall require thirty (30) days advance written notice unless otherwise agreed in writing
between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall he entitled
to compensation for all satisfactory services completed and materials provided to the date of the
notice of termination.
Non-Lilect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terns,
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 he 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 Layv
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.
Re6,.d Aprft 7014
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 (LCP).
CONTRACTOR shall comply with all aspect; of the National Pollutant Discharge Elinunation
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.
Conflict of Interest
CONSULTANT will comply with all conflict of interest laws and regulations including, without
limitation, CITY's conflict of interest regulations.
Prevailitng Wages
As 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 CONTTRACTOR's responsibility to interpret and implement any
prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages
resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2,
copies of the prevailing rate of per diem wages are available at the website for State of California
prevailing wage determinations at http://www.dir.ca.gov/OPRL/DPreWageDeterrninatinn.btm. A
copy of the prevailing rate of per diem wages must be posted at the job site.
This contract is subject to both federal and state prevailing wage requirements of the California
Labor Code including Sections 1770 and 1773, the Davis -Bacon and Related Acts and the City's
California Department of Industrial Relations (DIR) approved Labor Compliance Program. All
covered work classifications required in perfirrmance of this contract will be subject to prevailing
wage provisions. If there is a difference between the federal and state wage rates, the Contract and
its subcontractors shall pay not less than the higher wage rate. Contractor shall further adhere to the
requirements contained in the City's Labor Compliance Program. A copy of the Labor Compliance
Program is part of the project specifications and is also available for review upon request at the
Office of the City Clerk. All pertinent federal and State of California 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 federal and State of California 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 verifv the identity and employment eligibility of anyone to he hired, which
aem.d Ap,ii 2014
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
Documents will be performed or manufactured by anv worker who is not legally eligible to
perform such services or employment.
Federal Prevailing Wages
The work being done pursuant to this Contract is paid for in part by the United States of America.
Therefore, pursuant to the provisions applicable to such federal assistance, Contractor
acknowledges and agrees that the services, construction, and maintenance pursuant to this Contract
is, or may become. subject to certain federal laws and regulations, including, but not limited to.
provisions of the Davis -Bacon Act, and particularly 29 Code of Federal Regulations Section 5.5 in
part as follows:
(a) The Agency head shall cause or require the contracting officer to insert in full in any contract in
excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including
painting and decorating, of a public building or public work, or building or work financed in whole
or in part from federal funds or in accordance with guarantees of a federal agency or financed from
funds obtained by pledge of any contract of a federal agency to make a loan, grant or annual
contribution (except where a different meaning is expressly indicated), and which is subject to the
labor standards provisions of any of the acts listed in Section 5.1, the following clauses (or any
modifications thereof to meet the particular needs of the agency provided that such modifications
are first approved by the Department of Labor):
(t) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work
(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the
construction or development of the project), will be paid unconditionally and not less often than
once a week, and without subsequent deduction or rebate on any account (except such payroll
deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act
(29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents
thercoo due at time of payment computed at rates not less than those contained in the wage
determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless
of any contractual relationship which may be alleged to exist between the contractor and such
laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe
benefits under Section I(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are
considered wages paid to such laborers or mechanics, subject to the provisions of paragraph
(a)(I)(iv) of this section: also, regular contributions made or costs incurred for more than a weekly
period (but not less often than quarterly) under plans, funds, or programs which cover the particular
weekly period, are deemed to be constructively made or incurred during such weekly period. Such
laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in Section 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time actually
worked therein: provided that the employer's payroll records accurately set forth the time spent in
each classification in which work is performed. The wage determination (including any additional
classification and wage rates conformed under paragraph (axl)(ii) of this section) and the Davis-
Rcni ] Aix 62014
Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the
site of the work in a prominent and accessible place where it can he easily seen by the workers.
(ii)(A) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to he employed under the
contract shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefore only when the
following criteria have been met: (1) The work to be performed by the classification requested is not
performed by a classification in the wage determination; and (2) The classification is utilized in the
area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B)
If the contractor and the laborers and mechanics to be employed in the classification (if known), or
their representatives, and the contracting officer agree on the classification and wage rate (including
the antount designated for fringe benefits where appropriate), a report of the action taken shall be
sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment
Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator,
or an authorized representative. will approve, modify, or disapprove every additional classification
action within 30 days of receipt and so advise the contracting officer or will notify the contracting
officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the
laborers or mechanics to be employed in the classification or their representatives, and the
contracting officer do not agree on the proposed classification and wage rate (including the amount
designated for fringe benefits, where appropriate), the contracting officer shall refer the questions,
including the views of all interested parties and the recommendation of the contracting officer, to
the Administrator for determination. The Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advice the contracting officer or will notify the
contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate
(including fringe benefits where appropriate) determined pursuant to paragraphs (axl)(ii) (B) or (C)
of this section, shall be paid to all workers performing work in the classification under this contract
from the first day on which work is performed in the classification. (iii) Whenever the minimum
wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit
which is not expressed as an hourly rate. the contractor shall either pay the benefit as stated in the
wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent
thereof. (iv) If the contractor does not make payments to a trustee or other third person, the
contractor may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that
the Secretary, of Labor lids found, upon the written request of the contractor, that the applicable
standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor
to set aside in a separate account assets for the meeting of obligations under the plan or program.
(2) Withholding. The CITY shall upon its own action or upon written request of an authorized
representative of the Department of Labor withhold or cause to he withheld from the contractor
under this contract or any other federal contract with the same prime contractor, or any other
federally -assisted contract subject to Davis -Bacon prevailing wage requirements. which is held by
the same prime contractor, so much of the accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by
the contractor or any subcontractor the full amount of wages required by the contract In the event
of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or
Revimd April 2014
working on the site of the work (or under the United States Housing Act of 1937 or under the
Housing Act of 1949 in the construction or development of the project), all or part of the wages
required by the contract, the CITY may, after written notice to the contractor, take such action as
may be necessary to cause the suspension of any further payment, advance, or guarantee of funds
until such violations have ceased.
(3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by
the contractor during the course of the work and preserved for a period of three years thereafter for
all laborers and mechanics working at the site of the work (or under the united States Housing Act
of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such
records shall contain the name, address, and social security number of each such worker, his or her
correct classification, hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section
I(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made
and actual wage, paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(l)(iv) that
the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in
providing benefits under a plait or program described in Section I (b)(2)(B) of the Davis -Bacon Act,
the contractor shall maintain records which show that the commitment to provide such benefits is
enforceable, that the plan or program is financially responsible, and that the plan or program has
been communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees ander approved programs shall maintain written evidence of the registration
of apprenticeship programs and certification of trainee programs, the registration of the apprentices
and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The
contractor shall submit weekly for each week in which any contract work is performed a copy of all
payrolls to the City. The payrolls submitted shall set out accurately and completely all of the
information required to be maintained under Section 5.5(a)(3)(i) of Regulation 29 CPR Part 5. This
information may be submitted in any form desired. Optional Form WH -347 is available for this
purpose and may be purchased from the Superintendent of Documents (federal stock number.
029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor
is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll
submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or
subcontractor or his or her agent who pays or supervises the payment of the persons employed
under the contract and shall certify the following: (1) That the payroll for the payroll period contains
the information required to be maintained under Section 5.5(a)(3)(i) of Regulations 29 CPR Part 5
and that such information is correct and complete; (2) That each laborer or mechanic (including
each helper, apprentice, and trainee) employed on the contract during the payroll period has been
paid the full weekly wages earned, without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the full wages earned, other than
permissible deductions as set forth in Regulations 29 CFR Pan 3; (3) That each laborer or mechanic
has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the
classification of work performed, as specified in the applicable wage determination incorporated
into the contract (C) The weekly submission of a properly executed certification set forth on the
reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification
of any of the above certifications may subject the contractor or subcontractor to civil or criminal
Revised A,nrit 2014
prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code.
(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3 xi) of this
section available for inspection. copying, or transcription by authorized representatives of the CITY
or Department of Labor. and shall permit such representatives to interview employees during
working hours on the job. If the contractor or subcontractor fails to submit the required records or to
make them available, the CITY may, after written notice to the contractor, take such action as may
be necessary to cause the suspension of any further payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or to make such records available
may be grounds for debarment action pursuant. to 29 CFR 5.12.
(4) Apprentices and trainees --(i) Apprentices. Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are employed pursuant to and
individually registered in a bona tide apprenticeship program registered with the U.S. Department
of Labor. Employment and Training Administration, Office of Apprenticeship Training, Employer
and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person
is employed in his or her first 40 days of probationary employment as an apprentice in such an
apprenticeship program, who is not individually registered in the program, but who has been
certified by the Office of Apprenticeship Training, Employer and Labor Services and a State
Apprenticeship Agency to be eligible for probationary employment as an apprentice. The allowable
ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than
the ratio permitted to the contractor as to the entire work force under the registered program. Any
worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed
as stated above, shall be paid not less that the applicable wage rate on the wage determination for
the classification of work actually performed. In addition, any apprentice performing work on the
job site in excess of the ratio permitted under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work actually performed. Where a
contractor is performing construction on a project in a locality other than that in which its program
is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate)
specified in the contractor's or subcontractor's registered program shall he observed. Every
apprentice must be paid at not less than the rate specified in the registered program for the
apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in
the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. if the apprenticeship program does not specify fringe
benefits, apprentices must be paid the full amount of fringe benefits listed on the wage
determination for the applicable classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with
that determination. In the event the Office of Apprenticeship Training, Employer and Labor
Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an
apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than
the applicable predetermined rate for the work performed until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than
the predetermined rate for the work performed unless they are employed pursuant to and
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration. The ratio
of trainees to journeymen on the job site shall not be greater than permitted under the plan approved
by the Employment and Training Administration. Every trainee must be paid at not less than the
Rwke d April 2014
rate specified in the approved program for the trainee's level of progress, expressed as a percentage
of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid
fringe benefits in accordance with the provisions of the trainee program. If the trainee program does
not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administrator of the Wage and Hour Division determines that there
is an apprenticeship program associated with the corresponding journeyman wage rate on the wage
determination which provides for less than full fringe benefits for apprentices. Any employee listed
on the payroll at a trainee rate who is not registered and participating in a training plan approved by
the Employment and Training Administration shall be paid not less than the applicable wage tate on
the wage determination for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the registered program shall
be paid not less than the applicable wage rate on the wage determination for the work actually
performed. In the event the Employment and Training Administration withdraws approval of a
training program, the contractor will no longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an acceptable program is approved. (iii)
Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this
part shall be in conformity with the equal employment opportunity requirements of Executive Order
11246, as amended, and 29 CFR Part 30.
(5) Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CPR Part 3, which are incorporated by reference in this contract.
(6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit
Administration OMAJ may by appropriate instructions require, and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be
responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract
clauses in 29 CFR 5.5.
(7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor as
provided in 29 CFR 5.12.
(8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of
the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by
reference in this contract.
(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of
this contract shall not be subject to the general disputes clause of this contract. Such disputes shall
be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts
5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or
any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the
employees or their representatives.
(10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither
it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or
Revised April 2014
firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon
Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm
ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or
29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal
Code, 18 U.S.C. 1601.
(b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the
contracting officer to insert the following clauses set forth in paragraphs (bx1), (2), (3), and (4) of
this section in full in any contract in an amount in excess of $100,000 and subject to the overtime
provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in
addition to the clauses required by Section 5.5(a) or 4.6 of Part 4 of this title. As used in this
paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime
requirements. No contractor or subcontractor contracting for any part of the contract work which
may require or involve the employment of laborers or mechanics shall requite or permit any such
laborer or mechanic in any workweek in which he or she is employed on such work to work in
excess of forty hours in such workweek unless such taborer or mechanic receives compensation at a
rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty
hours in such workweek. (2) Violation; liability for unpaid wages: liquidated damages. In the event
of any violation of the clause set forth in paragraph (b)(1) of this section, the contractor and any
subcontractor responsible therefor shall be liable for the unpaid wages, (3) Withholding for unpaid
wages and liquidated damages. The CITY shall upon its own action or upon written request of an
authorized representative of lite Deptuttuent of Labor withhold or cause to he; withheld, from any
moneys payable on account of work performed by the contractor or subcontractor under any such
contract or any other federal contract with the same prime contractor, or any other federal ly-assisted
contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set
forth in paragraph (bx2) of this section. (4) Subcontracts. The contractor or subcontractor shall
insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and
also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.
The prime contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section.
Electronic Transmission of Contract and Sitnaaturr
The Parties agree that this Agreement may be transmitted and signed by electronic mail by
either/any, or both/all Patties, and that such signatures shall have Bre same force and effect as
original signatures, in accordance with California Government Code section 16.5 and Civil Code
section 1633.7.
Rc iW April 2014
The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do
hereby agree to the full performance of the covenants herein contained and have caused this
AGREEMENT to be executed in duplicate by setting hereunto their names and titles this —_ day
of 20
CONTRACTOR: CONTRACTOR Name:
Address:
Phone & Fax No.
ALL stGNATORBs MUST BE Signed By:
WrrNE`iSE6 BY NOTARY
Print Name &
CONTRACTOR's License
Clercs
CITY: Date:
Mayor—/City Manager of the City of Santa Ciarita
Attest: Date:,
City Clerk of the City of Santa Clarita
Approved as to Form: Date:
City Attorney of the City of Santa Clarity
SECTION C: PROPOSAL
FOR
BUS STOP IMPROVEMENTS
Project No. T0040
Bid No. ENG -141&70040-A
FTA Project No: CA-WY276
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, tuols, labor, and Incidentals required for the above -slated project as set forth in the plans, specifications, and
contract documents therefore, and to perform all work in the manner and fims prescribed therein.
BIDDER declares bat Otis proposal Is based upon careful examination of the rwrk 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 and1m lump sum prices sat Lith in the falowing BID SCHEDULE.
BIDDER understands that failure to enter into a contract In the manner and time prescribed will result In forfeiture to
AGENCY of Qhe proposal guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work, Qat ane esilmated quantifies set forth in BID SCHEDULE are
solely for the purpose of comparing bids, and that final compensation under the contract vAt be based upon the actual
quardQles of wale 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 uni
and/or imp sum prices bid include al! appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the
amounts bid, unit prices shall govern over extended amounts, and words shell govern over figues.
If awarded the contract, the undersigned further agrees that In the event of the Bidder's default in executing the requked
contrail and Ming the necessary bonds and insurance certf tabes within ten wanking days after the date of the AGENCY's
notice of award of contract to the BIDDER, the proceeds of the security aocompanying Hie btu shat became the property of
the AGENCY and this bid and the acceptance hereof may, at Me AGENCY's option, be considered null and vold.
Company Name: R.C. Becker and Son, Inc
Campary Address: 26355 Kelly Johnson Parkway
By-
Michael Becker
Print Name
Tule:
Pre • r t
Sigraturw
...-.._.��..._.....,,,,.
Date:
,__!t4 14'__
BID SCHEDULE
Bus Stop Improvements
Bid No. ENG -14 -15 -T0040 -A
Project No. T0040
PTA Project No: CA -90-Y276
BID SCHEDULE
Bus Stop Improvements
Bid No. ENG -14 -15 -T0040 -A
Project No. T0040
FTA Project No: CA -90-Y276
BID SUMMARY
TOTAL PRICE A FIGURESt549,91T3T
BASE Bio _ ___.
6w hundred kMynino tiwusand, nine hundred seventeen duYats and
TOTAL PRICE IN wORDSt thirty-seven cents
FT'0'TALFRJCEiN%NORDS:
TAL PRICE iN FIGURES $114,812 23
ADD ALTERNATE NO. 1--- ---- »-------• -
onn a!,?u au uuY.nvn tkrusaod, eight %uwdred welve awlars amt Aw.ntg
t r r ce e
TOTAL BASE BID + TOTAL PR CE N FICaRES W64129 ,60
.. _... _.
ALTERNATE N0.1 >„, ma t�tcard:ot s�nd.s-Yen hendred ixanry-nine dcue!e,em
TOTAL PRICE NVVORDS ety gem
The award of contract, if made, will be to the lowest responsible BIDDER determined solely
by the AGENCY as follows:
The basis for award of contract shall be the Contractor's Base Bid plus the alternates.
The Agency reserves the right to award the contract for the base bid and those alternatives,
if any, which the City may select in its sole discretion.
The AGENCY also reserves the right to add any of the additive Altemates by Contract
Change Order at any time during the project up to the last contract working day. The
BIDDER agrees to hold all unit prices bid for Additive Alternates constant throughout the
duration of the project up to the last contract working day. No additional compensation will
be allowed for Alternates added by Contract Change Order beyond the amount shown on
the original bid.
DESIGNATION OF SUBCONTRACTORS
Bus Stop Improvements
Bid No. ENG -14 -15 -T0040 -A
Project No. T0040
FTA Project No: CA -90-V276
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 '/x of I percent, or $10,000 jwhicnever is greater) of the prime
contractor's total bid; DBE status, age of firm and annual gross receipts are rm4uired if sub contractor is participating as
a DBE.
(: 5
DESIGNATION OF SUBCONTRACTORS
Bus Stop Improvements
Bid No. ENG -14 -15 -T0040 -A
Project No. T0040
FTA Project No: CA -90-Y276
ubcontractol
'DBE S?ATUS
Dollar Value orWWk
Age of film:
erti ing Agercy:
rtinual rose
ece�pts:
'. ost h e Itern 'os:
escriptono 4 or
LCenSe No
EXD Ds e:
Subcontractor
D8 ATUS:
Dolls, Value of Mork
Age of firm.
ertirying Agency'
goat Gross
ecaipts!
TOO t]ik and Us nese
-Cat..ettule limn-n"T4os'
escnpttane of
.... -
__
iCa4186 o„
xp, -ate:
- hone
Subcontractor
OSE STATU&oara
ue o
o
e,ti Y�'�' i� enCY.AnnUat
Bross._.
ceip0.4s_-,_
...,._..__,.m..._
1pcatwn an acei'f Business
..�
"�..� _
'dost Scheeute ttem Nos:
ascription of ork
-
draatar
STATUB: ..
flapdr Value o
Wo
cos tiedUlB N8n7'�}�`oN:-
sc tbn.Of vvalt
-cal—Ise Iva.
f4 Dater
REFERENCES
Bus Stop Improvements
Bid No. ENG -14 -16 -T0040 -A
Project No. T0040
FTA Project No: CA-90-YZ76
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which
BIDDER has performed similar work within the past 3 years:
1, City of Santa Clarita 23920 Valencia Blvd, Santa Clarks, CA 91355
Name and Address of Owner I Agency
Balvinder Sandnu 661-254-3538
Name and ` ephone Num er of rson amt tar 76h ISFaj—ect
$1,524,707.00 Newhall Roundabout 32014
Contract Amount Type of Work Date Completed
2, Antelope Valley Transit Aulhonty 42210 6th sL W., Lancaster 93534
ame and Adtkpsa Owner t Agency
Lyle Block 661-729-2288
Name and Telephone Nurnber of Person Familiar with Project
$267,863.00 Ruse.: Stop Improvements _ 52014
Contract unt Type ofWork Clomp
3, State of CA, Division of Water Resources 1416 9th St. Sacramento;., CA 95814
tta and AddAM—dDioWer t Agency
Jim Verse 916-663.4867
Ka`me and Telephone Number of erson Famillarwith Pmject
.$3,990,146.00 Seal and Pave Roads 122012
ontrat f AmorinfType e Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
BIDDER intends to procure insurance bonds.
_fidelity.. and Deceit Company of Maryland 1400 American Lane, Tower 1, 18th Floor, Schauntb Ate, IL 60916
847-605-6000
Aion Risk Services 707 Wilshire Blvd, Suite 2600. Los Angeles. CA 50017 213-630-3327
R.C. Becker and Son, Inc
Contractors Name
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
Bus Stop Improvements
Bid No. ENG -14 -15 -T0040 -A
Project No. T0040
FTA Project No: CA -90-Y276
City of Santa Cianta, 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
anageris 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 vdthin 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.
Nab
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.
W,
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
"' (Must be filled out by the Bidder and ALL subcontractors over 510,000)'"
Bus Stop Improvements
Bid No. ENG -14 -15 -T0040 -A
Project No. T0040
FTA Project No: CA -90-Y276
City of Santa Clarits, California
This bidder R.C. Becker and Son. Inc , proposed subcontractor _(s1 , hereby certifies
that he has x , has not , participated in a previous contract or subcontract subject to the
equal opportunity clause, as required by Executive Orders 10925.11114, or 11245, and that he has
x has not , filed with the Joint Reporting Committee, and Director of Office of Federal
Contract Compliance, a Federal Government contracting or administering AGENCY, or the former
President's Committee on Equal Employment Opportunly, all reports that are under the applicable filing
requirements.
Company: RVCAcr ,Inc
By: A7
Title: presider
Date_ 10/14/14
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 recelved by the AGENCY from all subcontractors no later than 4:00 PM on the 4r"
business day atter the bid opening. Prime contractor Is to submit certificate at bid opening.
C-9
BIDDER'S INFORMATION AND CERTIFICATION
Bidder certifies that the representations of the bid are true and correct and made under penally 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 affect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that
affirmative action will be taken to meet all equal employment opportunity requirements of the contract
documents,
Bidders Name:
RC- Becker and Son. Inc
Business Address:
28355 Kefy Johnson Parkway, Santa Clarita, CA 91355
Telephone No.:
661-259-4845
State CONTRACTOR'S License No. & class: 258762 Class A
Original Date:
7/22/1989 Expiration Dater 613012015
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:
R:C. Becker and Son. Inc 28355 K811v Jahnadn Pa,kway Santa Clarita CA 91355 661-259-4845
Michael Becker, President 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 661-259-4845
John Becker, Vice President 28355 Kelly Johnson Parkway,. Santa Clarita, CA 91355 661259-4845
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal, or any firm, corporation, partnership or iotnt 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-10
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in
(his 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 14th day of Oct 2014.
BIDDER:
Michael Becker, President
Name and Tile of Signatory
R.C. Backer and Son, Inc
Legal Name of Bidder
26355"Johnson Parkway, Santa Cladta, CA 91355
v. Address
661-259AS45
Telephone Nuniter
95-2567499
Federal Tax I.D. No.
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXEC(TTION OF BIDDER
MUST BE ATTACHED
Subscribed and swum to this
**SEE ATTACHED"
Notary Public
day of 2014.
C-11
(SEAL(
CALIPORMIA JURAT WITH AFFIANT ETATIF A MT aovaar� cobs a read
Vd See Attached Document (Notary to cross out lines "below)
❑ See Statement Below (Lines 1-6 to be completed only by document signer(s), not Notary)
t
SunWro d pacwmnl syr re. t
State of California t
counryof Los QniedeS
LISA 0. NERTM [
Cnrasto51" 110AI74 i
Notary Public -CAMs
Led Msrlr Cuay
At Comm. Ex Hcxfl»1. 2015_
n.w Now a.+Aeo..
sui.e..amoi.�.nt 9¢v N.Y«�I)
Subscribed and sworn to (or affirmed) before me
on this /Y4,11day of 0406 • V. 2014
Y "OhL_-
Nnr W 91pv,
proved to me on the basis of satisfactory evidence
to be Ula person who appeared before me
(2)
_ Nw. dew. -.__._..
proved to me on the basis of satisfactory evidence
to be the person who appeared before me.)
SigneWreC�
s�weeee «i na,gr,Gk
OPnONAL
Though (he /ntomaf/an below Is not n gt6ed by dmv. N may peeve v kohle Top mihmb twe rop of (M We
to persons reNlog on fhb docunl% rt and caudprevent heedebnt ren ed
and reeffachnsef offt Fenn to another doc nmf.
Further peurlption of QAny Attachod Cftumenl
We or Type of Document: 8%ad�.3 Gzr�i iiCa Ar•. _
Document Dam: _) �)— _ _ _ NumGer M pagae:
3lenarle) OWer Than Named Above:
Nomry AOOWellan • NelbvWol.ry.om. f-reeUS NOTARY
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 'certifiedfcashier's check payable to the order of the City of Santa
Clarlta for. NOT APPLICALBE dollars ($ ), this amount
being not lessthan 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: Bus Stop Improvements
City Project T0040
FTA Project No.: CA -90-Y276
NOT APP' -(CABLE
Bidder's Signature
CONTRACTOR
City, State, Zip Code
'Delete the inapplicable work.
NOTE: It the bidder desires to use a bond instead of a check, the follow'ng 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-12
PROPOSAL GUARANTEE
BID BOND
Bus Stop Improvements
Bid No. ENG -14 -16 -T0040 -A
Project No. T0040
FTA Project No: CA -90-Y276
City of Santa Clarke, California
KNOW ALL MLN BY THESE PRESENTS that R.C. BECKER AND SON, INC. , as BIDDER,
and FIDELITY AND DEPOSIT COMPANY OF MARYLAND as SURETY, are held and
firmly bound unto the City of Santa Garita, as AGENCY, in the penal sum of TEN PR&cwf ov Ammw all)
dollars ($tox otA...1W. which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the
above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly
and severally, firmly by these presents.
THE CONDITIONS OF THIS 013LIGATION ARE SUCH that, whereas BIDDER is about to submit a bid
to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract
is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be
null and void, otherwise it shah remain in full force and effect in favor of AGENCY.
IN WITNESS WHEREAS, the patties hereto have set their names, titles, hands, and seals, this
6th day of OCTOBER _2014
R,C. BECKER AND SCh . I C. f�
BIDDER: _ _
Si a _
Name and Title of Signatory
AND DEPOSIT COMPANY OF
Subscribed and sworn to this 61h day of QC-t'QMR 201A
NOTARY PUBLIC seeAMACneDIUaAT (SEAL)
"Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and
telephone number for authorized represenlative.
IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Departments most
current list (Circular 570, as amended) and be authorized to transact business in the State where the
project is located.
C-13
State of California
County of Los Angeles
Subscribed and swom to (or affirmed) before me on this AjIL day of
October , 20_J�L_, by B. Aleman , proved
to me on the basis of satisfactory evidence to be the person(s) who
appeared before me. t
1�
(seal) Signature
mil ne Gerhard
K"�a
9 SIMDNF GFRN1IRO
'$� It Wj.Co Nalary Pubk - Cie o I
La N4ela Count
'r�w^r�v- �.
Wow I ..4,, YDec 9 201 �
rrv^o--o,
ZURICILAMERWAN INSURANCECOMPANY
COLONIAL AMERICAN CASUALITAND SURI[rrflk COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWPH OF AITORNEV
KNOW AIA. Mf`,N IIY-IHL-,SU*.VRVS�Nrsi TiltAlic 71JAlCH A WERiCAN IN" fix Sulam New
AMVIZ I(1;1V CASUALIA A NJ Y SURETY CUVIMNY, 7,vz;rp,,le.).l ill (ne Sett and the HDI -1,11Y
=2ND DEPOSIT COMPANY tit: MARYLAND I coT,aamr, it ta,, Slat,; m \la,:,,j 111crell millial !h- by
THOMAS O. mrcLu-t,AN. Vice Piaaiideal, 'i purvnancr of alaflori.y Iy Aal,L V sav:iowl 8. of the lJY-Ii%VN of said
01,11plaWel. "'welia-c !1,ril (In a hereby m:il-d n, h; in U, i rr and uti.ta �q tia, date tivre"f, do Isircoy
nalea rac. coivilitutc, and itit),,lak R. ALUMAN, of Las Angeles, California, ill !,e and ee,;01 wPil tal Asx mw m-Fxt, it, mike.
MfUM kral and vidi'm Ir. ilea au its ilarair a., qwok. and an m,ict And any and all bands and under[ akin -m ani; tnv laviiiatca of
such bordi --lr kmanakirgs all pufswwrr 0I fftv,:w pr serer- 111411 he I, l"rinn't ifilti k :m parr.:, f, fifl:y :aKI 'imply, to nil rivelat, AW
lou{, e', .1 i: LhCy had JIM, d01) cx-�ld,l; :olu .Acnl.whoSp �,l h, di, akuly �Ird,.a 411
'I XeIS of tho ZURICH AMERICAN INSURANCE
COMPANY at its otdlc in New 'vorI, Nell, )v,ak flic, wgumay e1cc-cal cllivt, , 14 the r Of ONJAI, Ail C,,,Y , At -1Y AN"
SCULTY COMPANY It its OfUe in Owings Mll,. M:avkaaL. and shi: wIlufary clecuxl wrer, nt 11-C HOLUTY AND fIfiFOSII
;r,ox', ;i,' .,r :f Is -r frac vel, -.f Ar;:;le kl. Smwf- X. )I
IAa C
ivL1pdalc,
,,,,, f o,,,I o� "eal i. ww in lof'oe
IN WI-INLSS wiffutFoU. it,, said VtC1,Pr.,iqqf has herisallo mAs,`Iaw hii,ft,, ajuir;; oul 11:1`i8rzd ;he C'Irr4mia, Seal ,"
ZURICH AN-11,1141CAN' INSURANCE COMPANY', COLONIAL AMERICAN CASUALTY AND SURF.TV COMPANY, and
FIDELITY` AND DEPOSIT COtk4PANV OF MA RVIANIX :ao Win uay ofMay, .%-I), D1
M1 US
I H"ws
slamaf,a;;l)i;,d
Citg aI B,Ilmaez
LTIRT411 AMERICAN l7liia1Mkilll'BCOMPANI
UMA)NIAL tMPRICAN CASUALTY AiNtlMoRY1V COMPANY
GSiA-05 -
� 8p
0 e,
�m Al, i'll zil- if Mill A LL NJ, Il,, Vw, 110,1 4. Slaw 0;lnm->> o a ruIll THOMAS 0
NU V1,Vl I kili. Vict Prlsident,,atal FRIL V. lAitallS, -Pl'11!� k !I' e,' e�'i I i,�11
Jouezi'd 0,a,0 hl, ;.m "llau iINR al"S ji-, .,W -1, IL" , d",l"
lsin x_i ! aI, jlrl A, c.d
h, d t mr. 5 3, i'd all 41 Al'.l "Ji,l I'll, ria m, 'I'd -1, !1, ih-, .at I—, ll, 1 L u —;,I, ,
oql, lti ll
POA F lie 3265Z
EXTRACT FROM SY-LAWS OF THE COMPANIES
'AruLle V S 11115, & uLLqk.
ru:y. 11, ;J, the nUvs%,d eno,
,ot, Seel. 1poillt ratel W;0! ladv"lay to cNeflite, tgmdN, pohlic$'
t fuss fieri 'Il'MWO'ils' lit-, lnlllomUll"' m W.-att '.1 the. C"i,4'oy "'.i wiiy lill Inly ottezv 'IT any s'-.0
he, wrpw'lhe V "! awretc; InA lily Mill or w'djultil CA v_ mjdil" 0( :rvok, any tush lipprio,twilt n authilrOY at allY
lime.
CERTIFICATE
t, the vil(filmpled, Vit" Pt"tacut Of ihe Zft,,:Wll ANUZICAi INSURANCE. CTVAPANY• do, COLONIAL ANWRK'N'N,
AND SIrKETYCONIPANY, and m.F.0L—fI-Y AND DEPOsn' CON -1 ? ANY OF NARY LAND, do hUNOY Uk-filiv thaf 41111
Ce m( evy Poorer or"'Ilomryisxllnhuli f., -Lt oij elect on dL!sae OL aml I do 1vlihcr "flify (till Article V, 50010H S. 'lr
lh-14 C.,lalronso" is ll:ill ul ( ,
Th;= Pm,,, ,t AIl,.mLy un i.nay b" e:gned all 1.1c."llux ofder aml by W111,1111V Of it'll followol.. FmIlaton of the flulid elf
11r tc. c AMENWAN INSI-11ANCECMRANV ll� a nets,, dkoy,,j � .1 Mrl�vtiuee OR
- , I,vf ilnd Ikel,l , dic I n!i jjy v 1 19 —
That. tie s.gumw ul the a Vice Fs .s mi (, S,azwv lwf,ui Assisiolt 5ecrvlatv
I tne Seal of the (offlprzy may r, ;l(hcd by ii.c,imu'v oil any Pl),,, or %moa, g wo
Alld seed p"ali fe 'iluld am Imlirils, nn 0w ",11wany,
I'hk llolvcr W AJOlilcy alld -Cell:fiz;w ma, hill, mgllej U, rw�-!vmev "od, . #w by alli orifty of 11w odolt. cr du. Ba'lra of
h 'U'
DiNelcjs ff Im COLONIAL AN4r,Z:(:AN (!Az'(IALIJ Y AND SL Y COMPANY at a w0elfn July teliclll -"W l; -lo M' the 561 day"Of
Mail,, 104, j,,, diva kav:inp iv<o4flwn at due RovuJ df Din xUll: 0i lj:� 111,11;,IFY AND DEPOSIT COMPANY OF MilRYLAND L
ne.,1fag duly oalk.d Intl held wl ific Will ally w 'vlay, Aliti,
KFS(11,vbt): TM 0a; luiulito or nWrri_j6y rcprerio-,ed ural nf the u1'nrxly llEld ta.simim of nlL,.IuouvjL1A mi;r�iuecvj ilgiltoLic
at Ij Vice sem-itar Ar'uiuwll sc'folwi of lVI"the, Inalie o' berc." 1poeall'e, .1
"", .,I wo, pm'ez o€ vtram -A. 1:) fho 'hell he wa4i alm "ps� ;(,,lt C'mpapy 'uh th" .acne 1"lvz ao
eiSea
3,1 flim";P,
IN my'lailke wid.alixe I I seals w .dC.,upani's-
a'
VIC,nraiucnt
CALIFORNIA ALL-PURPOSE ACKNOWLEDON[NT
ercnoa.�nc,rcecccaeecrcccx,; uvlcreei,»�.+wvtcixrxr„»rx�;aawr:cltcra^arr,:yrr,.or,�s�.cn,srarsotavxwna4ccav
Slate of California
U Individual
County of Los. Angeles
O Corporate Oflicer—Tille(e). President
On 10114!14 _ _ _ _ before me,Lisa
O._Hertzieg, Notary Public.. ,
uea
r Partner— O limited Ci General
personally appeared _. Mich Backer
11 Attorney in Fact
J Trustee
who prared to me on to basis of satisfactory evidence to
L Trustee top M IMeM Nun•
be the psrsor" whose natn8{fi.} Wwe Subscribed to the
within instrument and acknowledged to me that
L•���~�
that executed d+e some In his4w0fte oulhadzed
USA o. Ne 1ME [r
r'a <ic , and Ok9t b hi LAY si naturC ei on the.
P" y t g (-
CrhwNubn s tstis774 [
i^sttintlerill Ithe Peron{ay, or the entity upon behalf of
Nalwy Puella . cal mis
which the persotn(-.r�acted, executed the instrument.
Loa Mohs Ca9nty
re+<xm.car,+•t-.::ru:.:tearsctmaz*au+,�i.,rssrw.u:txaxwo�[axxce4ut.•eeroxe:c:.vacsxs:.xa'.y�Lre�rre'r7t�7.racnme
M Cornu. E iron Nay 4.2015
1 mriily under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS mY hand and officiat seal.
Signature
rbce earn cm Nun
c ,w,..a ...•••.•�. _
---
OPTIOA11111. -
nhoeph the i..xvmertm bamw u nor M*W#d Dy low it mer prao wvuwte to mmons rervmp on me doarmem
anawutdnm� (aucuionrremo.wenereeaeormwrr a ree AxmW aM dw Gawnear
Description of Attached Document
Tale or Type of Document: Bid Bond
Documerd Oato: 1016714 _ _
Number of Pages: 1
Signed$) Other Than Named Above:
Capacity(tes) Claimed by Signer(a)
Signers Name: Michael Becker
Signer's Narne:,_,,,_..._____.._..�.._.
U Individual
❑ Individual
O Corporate Oflicer—Tille(e). President
❑ Corporate Ogioor—TWe(s):
G Partner — L Limited ❑ General
r Partner— O limited Ci General
I Attorney In Fact
11 Attorney in Fact
J Trustee
Tay M aanil Xaa
L Trustee top M IMeM Nun•
G Guardian or Conservator
❑ Guardian or Conservator
❑ Other..
,Other:
Signer Is Representing:
Signw Is Representing:
re+<xm.car,+•t-.::ru:.:tearsctmaz*au+,�i.,rssrw.u:txaxwo�[axxce4ut.•eeroxe:c:.vacsxs:.xa'.y�Lre�rre'r7t�7.racnme
Omer h.6onJMpuy bViceum•9960MBaoM 2.o 9w NWflwlwnil�,C�a1Ma:MM•wvntn�MMtMi%aq Inn l9gr WoMn:CMLermafEWdIO-692]
NON -COLLUSION AFFIDAVIT
(title 23 United States Code Section 112 and Public Contract Code Section 7106)
Bus Stop Improvements
Bid No. ENG -14-15.70040-A
Project No, T0040
FTA Project No: CA -90-Y276
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 kn a sham bid, or that anyone shall refrain from budding; 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-14
NONCOLLUSION AFFIDAVIT
Bus Stop Improvements
Bid No. ENG-14-15-T0t140-A
Project No. T0040
FTA Project No: CA -80-Y276
TQ BE EXECUTED BY E6011 BIDDER OF A lPt#NCiPAI CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES 3
raicnaei tie"er being first duty sworn deposes and says that he is
thhe _ raWent (sale owner, a partner, president, etc.) of
-�,$'ec�cer aeon, Inc the party tr#at2ing the forego#ng hid; that
such id is not made in the 'merest
o or heti any undisclosed person, partnership, company..
associatort, organizaton or carporatat, that such bit is gonuine and not coltusvo or sham, that said
BIDDER has not
dueafly or indirectly
induced or soNaited any othor BIDDER to put in a rake or strain bid
,
ar that anyone shat refrain Pram ta#idsrg, that said BIDDER has not in any mvtner, d redly or
indirectly
sought try agreements, commun eat on w inference with anyone to fix the bid price of said REDDER or
of any outer 810DER, or to fie the overhead, profit, or cast elo tten# of such tzd price, or of that or any
other BICX�ER, a to secure any advantage against the public body awarding tare Conlrad or anyone
urterested in the proposed ContMo #hat a0 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 deposikxy,
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 arty corporation, partnership, company
association, organization, bid depository, or to any member or AGENCY thereof, or to any otter
individual, except to such person or persons as have a partnership or other financial interest with said
BIDDER in his general business,
Bidder:
Title
Subscribed and sworn to and before me this_ day of _ , 20_
"SEE ATTACHED"
Soul o-TNotery - --
C-15
CALIFORNIA JURAT WITH AFFIANT STATEMENT coviggog ew cow j ego:
VSee Attached Document (Notary to cross out lines 1-6 below)
O See Statement Below (Limes 1-6 to be completed only by document signer(s), not Notary)
�M
a,
swaaa o,o .a bpm. M.1 ap,.lmeaoma,.•Yy�na ztY•Mj
State of California
County of . IAS rTk __ _.,
LISA D. NERTLNl6
Comrnksim 1 1951171
-+: Notary PdW -cello",
M Ccmg AEplee hwcovert
2015
L Nab y6•.#
Subscribed and swum to (or affirmed) before me
on this /g4'day of abv"'_... 2614. .
oar Oran r.r
by
N•nra9l�lar ..
proved to me on the basis of satisiaclory evidence
to be the person who appeared before me (.) M
Nana w alp. .
proved to me on the basis of satisfactory evidence
to be the person who appeared before me.)
Signature tY40�, D �4
syyaa,a ai caaaem z
OPTIONAL
7hwlgh the,hfomlaa t.Vws rot regL"d PY law, a moypraw Whiable Topotfr•Anbh Tap al Ninib nae
to persons retying on Me documenl and cadiMerent 6wdUbM removal
and reatta tr t of Ude form to anothw decurrent.
Further Description of Any Attocc�hod Document
TiOe or Type W Doc wt LL r •I `an - C41I Iu4,'oh A Q 4,
0.0.1 Osla: _.. /o /1 q/( fir _ Nimber of Pages: f_...
919n•r(a) Oft, Than Named Above:
02010 National Nft, A1w0Nroe-Na4onaiNaaryuO. 1�--aurl lr •vo arw erl
BIDDER'S QUESTIONNAIRE
Bus Stop Improvements
Bid No. ENG -14 -15 -T0040 -A
Project No. T0040
PTA Project No: CA -90-Y276
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:. Michael Becker .Telephone.:.: 661-2,59-404.5
Principal Office Address: 28355 Kelly Johnson Parkway,. Santa Ciarita, 5A. 91355
2. Type of Firm:
Cornorate. z
Partnership:
3a. If a corporation, answer these questions:
Detect Incorporation: 12/18/1968 State of Incorporation-Californfa
President's Name: Michae Becker
Vice -President's Name. John Becker
Secretary or Clerk's Name:Daniel Schackart '
Treasurer's Name; -Daniel Schackart
3b. If a partnership, answer these questions:
Date of organization: We 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 licehaer :Mn Becker
License number: 258762 Glass A Expiradod:We: 6 -3d -20f5-
5. CONTRACTOR's Representative:
Title:
Tile:
6. List the major construction projects your organization has in progress as of this date!
Owncc (A) City otTatt (a) S.C. Anderson,
nderson Inc
Project Location: Nivard ar T ft Carnaii lo. CA
Type of Project: Pedestr anf8icycle Path AG Pauatg
C 16
CERTIFICATION OF NON -SEGREGATED FACILITIES
Bus Stop Improvements
Bid No. ENG -14 -15 -T0040 -A
Project No. T0040
FTA Project No: CA -00-Y276
City of Santa Clarke, Callifomia
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 docks, 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 facx segregated on the basis of race, creed, color, or national origin, because of habit, local
custom, or otherwise_ The CONTRACTOR agrees that (except where Fre 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 nol 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
Michael Becker
CONTRACTOR
Required by the May 19, 1967 order on Gmination of Segregated Facilities, by the Secretary of Labor
- 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 - Friday, February 16, 1966 - p. 3065).
C-17
NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS
Bus Stop improvements
Bid No. ENG -14 -15 -T0040 -A
Project No. T0040
FTA Project No: CA -40-Y276
City of Santa Ciarita, California
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge
and belief, that:
(') No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal contract,
the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification
of any Federal contract, grant, loan, or cooperative agreement.
(2) If arty funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to Influence an officer or employee of any Federal agency,
a Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form -LLL. "Disclosure of Lobbying
Activities," in conformance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by Section 1352, Title 31, U,S. Code. Any person who fads to
file the required certification shah be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
The prospective participant also agrees by submitting his of her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts, which exceed
$100,000 and that ad such sub -recipients shall certify and disclose accordingly.
THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDERS 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
CERTIFtCA TION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION.
C-18
OF LOBBYING ACTIVITIES
1. Type of Federal Action: 2. Stalin of Federal Aetlom: 3. Nepen Type:
e. contract o a. bid/olfedappliealion F-1 a. initial
b. grant b. initial award b, material change
o. cooperative agteetnenl c. port -award
d. loan For Material Curage Only:
c. luau guarantee year_ quarter
I loan insurance date orlas[ repos _
4. Nam< and Address ol'Reporting Entity 5. If Beparllmg EelNy le No-4bSubawardee,
Enter Name and Addrers of Prime;
Prime Subrwardee
'rier ,ifknows
Congressional District, if known
f. Federal Deporimeul/Ageney:
g. FederalAciino Number, ifknowno
16. a. Nast and Address of Lobby Enfity
(If individual, last name, first music. MI)
Co"rrmi"al District ifknown
7. h'aderal Program Namell2encriplka:
CIT1A Number, inapplicable
9. Award Antmal,ifkmsm:
Is. ledividwir►ofoernrng Servkn (inoluding
sddross ifdiffeacrd from No. ]On)
(Wt nanc, rms name, Ml)
(attach Cuntinualion Sheel(s) ifncecaary)
alt. Amsam of Paymof (chsck all than apply)
13. Type of roymeat (check as that apply)
S L1 actual 11 planned
a. rounnor
11 U S.C. Section 1352 711is diclosure oflobbying relianc
b. me4ime tee
12. Foran of Payment (check all that apply):
- $0n, Inc
c. mmmi.4on
8 a. cash..
USC 1352 This information will bu reported W Crooners
d. contingent fee
b. in-kind; specify: nature
a deferred
value ...
W o civil peaky of nor len than S l 0,000 and not mon man
f. mflcr. specify
14. Brief Description ofServiees Performed orto be performed and Dar(s)ofService, including
officer(&), employee(&), or members) contacted, for rayment lodkated in Item 11:
(attach Combination Shcet(s) ifneccssay)
15. Continuation Short(,) attached: V. E]
No o
14. lafboad ion nuom ad through this toren A amhnM) by Tilk
11 U S.C. Section 1352 711is diclosure oflobbying relianc
Sµ!rlWrur::
wen pkttd by gra tier above when his tranteion win medic
- $0n, Inc
mmlered into. This iimbsurs is required punuam W 31
Print Name: MiC' e.
USC 1352 This information will bu reported W Crooners
«mknaualiyand will be uvailable for public inspeclim Any
penin who foils to file lbc repaired ducloturt shall be subject
Title: President
W o civil peaky of nor len than S l 0,000 and not mon man
661-259-4845 1W14114
SIMM for inch such Milano.
Telcphum Nu.:
Authorizer! kir Local Reprodudkin
C-19
INS I RUCTIONI; rfin t'(ImPU TION OF SC,LLL
DISCIPSORE OP t 09BOXC 4CM MS
[:!g' AaH le umpost, hit,. ',yvr!;!b; I,; t'.' -jUj!;" 'v',"'e?JQe :ir U cGerai It'li. rr't 1: ri "ottl
Ca,for y„el iia 'In_ni
o5 c'ma to pl'r 11Mt U: UbW11'Ub;4 1"
cli=p S:} ,, alj Y', t_j -�!"Qa'f at
rp,ojed[hr ri,L
Jm tbUa'q!f1s" itlh�otc
lubnllhe'd Ill! din 0;T"l;' al xI"'oU4L!lltU-1`11 lird�Ct Jz,'Uajc' �d
"W"" I ANY '"U"' by "W" ww"09 'c rg 11 IAW1" IN" S'U0 411,IQo', Wc
lY:!'crt'j 1.'doUtj 9rto,"
va; 3vymp; nA, -ac'do-o'to) :I (I -.,aa -,,,etd Y) i mat, rUQ Cliec ta j1C
rtv ;oI OIQ "I UN 1 101 t M Ow I; A XU1 Elm 1, jM, cf. Ul ^4
ps"Ounmy m" "a"i rqmv "y AV kpw,q a nq in Us �,Cwh m�" MCI.
um do VA QW, "Amm at Mac I Id Q .v- to QAKWS CAUS I WXJv
t Pat, 6, myr"ve of W' "m n�04 My on Ann m'K! A j .can !v cc a P"ax .4
d"" L�.pili 14 W.. : ri IUU! in 04 .u5.1_r X00r,"al,
'W a D' "Bell 'T "c,, lahki;-,Vdtld ol,Urot wa,
em ltr'X'� lo UaT I L K;' t a W, vOro a I A "*,Kov", 64, 4,P a.2
Prim, I ""'Cipwrr' ba, rce D4 'i"ap. ;""'
a O:l- I !I uloz 0c, Amw agum, Um I jo me mwmwhio m UMN:' at Ah ic V, a.t'! un�,'jl '�a I :t
:-!" 1: T , , Dql,Al1X'H U, -m t L-lae, IlAo' 1 'U:"
i:•o Otc Foc% aUqU: ol dY'c:"'o!:r of 01'_ cl:th", 1'. b WUV111. t'llllcl r: Ill og
-t;d.n,c fl mlt f'_P11,11 It, r,"; tv'qcy c;" ei yy'i on
c" l! - r MA UIQ 1:Wwmj'-L1Q'i1 vc 'awy 0004 too i nom low, dammmon WI I is
t,'ta P-'rI0 't,:Jm. hvt o' U�' l;:: i 1.l ao,.. "Fzc., 1y"•"
"e, dl, aYa;'-vo �nopow. . m- n�' nn P- "vo 1 =N"gmy
P-0 5640411
d' fe, c"l"d to 4— P,ep U, I X c"t A
IQlQv av, ad" a. P;; 'r(I i
10 H n "a", AV no ma ap =K Kno 4j""y m Cgon 10, minnhav Now id,Ccm m
co,i% -:J Q,r.
111, loot0Y,' lUala"cet; A do 06 "no, mv, I Al' t on Q jam I M
l"ji q N '-any vai V 1wHL bnjcizI l"P 3,
ix 'r1a MA m"m I cem " Gn"i q "Ywwt MQ form 0 m 0C
cern 06 A11,10 00,41mo d 1, en
i. wy 0 0 V�w o 0""! "Raw .1,v. �Nc
H .artj'ajj-U. :,e
It h
c,: ; li, mll, tl I to a a, qvwva "kv y"n';
U, C wpw, ma,mo matam,
1 tin, " Un )- m m a.k n; n M ,Ayo a,"m
I a w 4ccl;Tyydcaii 3UJP 'ila w1d Al-. yt—• "Al c -1 Z c lc
fc ltyl.
JQ 1. J uw:c:,;oUt cy";
oe tl1Lr I11.) n, ,I R.S' nuO z Ll.- t'! 0.1 V
va-fto:n". 1 0 ,lacinc, Uth m4vc D 1, Mk - Axle, 40001 ""d BY dgm. lyum,x KA"i
:&WWI 'AmAq smunw m umi " ;
020
DBE RACE -NEUTRAL PARTICIPATION LISTING
Bidder/Offeror shall complete and submit the "DBE Race -Neutral Participation Listing" in a
sealed envelope with the bid/proposal, but no later than 48 hours following bid opening or
proposal due date and timeline. (NOTE: In the event of no race -neutral DBE participation,
Bidder/Offeror sha l mark "None" under the column entitled "DBE Firm Name". (Additional
sheets may be duplicated as necessary.)
The DBE Information and content provided under the "DBE Race -Neutral Participation
Listing" will not be considered in evaluating the bidlproposai or determining award of
any contract.
DBE Firm Name";
_ ton
DBE CeruScation No.
r_w, w,,_ rk
and ' Provide Complete DesrripYon of 6Vork
Expiration Date;
�
to be performed.
rNiUNE
Business Address;
Check Appropriate Box Describing
SubcontractoriSuppiier Activity:
Contact Person:
SuL•Contractor Supplier
'000%) (60%)
Tafepi;ona,
i Fax:
Regular Des." Broke•
i60
%I
License No., Classification and Expiration.
Manufacturer Trucker
Subcontract Amount:
.DBE ceNfication latter must be attached for each listed
bids1pro005a15 are opened
C-21
firm_ DBEs must be certified cn the date
_
OBE Firm Name': 11 DBE Certificationon
No
Expiration Date±
tJ 0
Business Address:
Contact Person:.......
Telephone: Fax;
License No., Ctassificatien and FKpiraeonc
Subcm�tract Amo�nC
antl 0auadeComplote Description of Work
to be Performed:
Check Appropriate Box Describing
Subcontractorl5upplier Activity:
.Subcontractor —Supplier
'.1100%1 I80°:ol
rllogula,,�D'oale, Broker
ctr 'Trucker
`OBE c&Hficshon leltef must., ,. i1"r"
4e attached far each lstad BE
-
firm, OBEs must be caritfad pn the
date
bidsJproposals are opened.
DBE Firm Name'; DBE Certrficatlon No
ar:d nta Drrsooptron of Work ' llI
Expiration Date:
to be Pertormao:
t
Business Address•
i Check Approor ate Box Describing
SubvontractorlSuppl)w Avdvrty.
Contact Person:
Subcnntrer,Pcr
Supplier
{100%1
(60%)
Tato totsa:
PL
_
Fax.
._ _
Regular Dealer
Broker _.
�
License No., ''Classification ano-,Kp,€a._t._ic.. rt;
M_niaotu. rfer
Trucker
J-19 0 %1
Subcoattact Amount:..._... ....
_ ;
`DBE cposalsfAre letter must be attached for each hated 'DBE firm. DBEs must be certified on the date
bids/proposals are opened. •
0.22
Bldder/Otterer R.C. Becker and Son, Inc
Buslnsu Address: 28355 Kelly Johnson Parkway, Santa Clartts, CA 81365
Contact Name: MTichael Becker I Tios: President
Phone: ( 861 ) 2593845 f Fax: ( 961 ) 259.9869
Tow Comnct Awmint s %p V 4, -159. to tJ
DBE Race -Neutral
fewftipatlon Value
DBE Race4autral
1% of Total
r1L
PaAkipNlon D01W 0)
f U(
Contract Value):
Value:
(NOTE AWrk 7VOAc-'rl
(NOTE Aterk'NONE'Ano
AO oeEs Mie M �fitrsed.
DBE9 Mla DD ufAreatl
19/14/14 Pres
Date Title
C-23
BIDDERS LIST
Bidder/Offeror: R. C. Backer and Son Inc IFBIRFP No.: T0040
•_ .,op..".+�•�+..n +a.Aapwwuun {oyVneu me uny to create aria maintain a "Ctadets Last- cantalming
informa`t'ion about all firms (p9E end Non -DBE) that bid, propose or quote on the City's DOT -assisted contracts,
In accordance with 49 CFR Pert 26.11. The "Sioders List" is intended to be a cowl of all firms that are
panicipatng, or attempting to participate, on DOT -assisted contracts, whether successful or unsuccessful in
their attempt to obtain a contract
The Bidder/Offeror is to complete all requested information `Bidders List" for every firm who submitted a bid,
proposal or quote, including the primary Bidder/Offeror, and submit this information at the time of bid
submission. However, if not elected to do so at the time of bid submission, Bidders/Offerors must submit such
information at the request of the City within the prescribed timeline set forth in the solieltation. The City will
utilize this information to assist In the City's overall DBE goal -seting process. The "Bidders List" content wiH
not ee a to p dueKng (tie bluXproposet or deterp{+r059 swam olany contract... __. _.
_.
R.C. Becker and. Son, Inc I
-_
881 259-4843
28355 Kelly Johnson Parkway
861 259-9889
Santa CMdta, CA 81355
Type of work/serviceslmaterials provided:
Huber of years to business
Asphalt Paving, Concrete Work, Earthwork
b&i ....�,.-,«....—.....
Michael Becker
itis. President
„_.-._.e.m n.-e� _
is the firm ourrerrUy certified as a OBE unser 49 CFR Pe}t
heck the bcxow for your rm's annual gin
20 1Yes xt No
recelets _as'. year
C-24
Unit BA, Valencia, CA ¢1355 1 "Na
.mom..._,. ._.e.::.... .-._,. ir,..
Number of years la business: Electrical
u'
s Me fpm Currently Certified 6S a lleE Under 49 GFR Part { Cheok the boK below far your firm's annual gross
million
i
million
If necessary, this "Bidders List" form can be duplicated to include all firms (DBE and
non -DBE) that have submitted a bid, proposal or quote on this DOT -assisted project,
whether successful or unsuccessful in their attempt to obtain a contract.
Failure of the Bidder/Offeror to submit the required "Bidders List" form will deem the
Bidder/Offeror non-responsive.
C-25
it necessary, this 'Bidders List' form can be duplicated to Include all firms (DBE and
non -DBE) that have submitted a bid, proposal or quote on this DOT -assisted project,
whether successful or unsuccessful in their attempt to obtain a contract.
Failure of the Bidder/Offeror to submit the required "Bidders List' form will deem the
Bidder/Offeror non-responsive.
C-25
Steiny and Company Inc
Baldwin Park, CA 91706 l We
Number of years in business 56�'
Electrical
Contack Persor: Pain Narvaez��� �� fie_: Estimator
xr MW as a MR: unoersV UM t -W r nacre ttte box oeiow for your arm's annual gross
If necessary, this "Bidders List" form can be duplicated to include all firms (DBE and
non -DBE) that have submitted a bid, proposal or quote on this DOT -assisted project,
whether successful or unsuccessful in their attempt to obtain a contract.
Failure of the Bidder/Offeror to submit the required "Bidders List' form will deem the
Bidder/Offeror non-responsive.
25
If necessary, this "Bidders List" form can be duplicated to include all firms (DBE and
non -DBE) that have submitted a bid, proposal or quote on this DOT -assisted project,
whether successful or unsuccessful in their attempt to obtain a contract.
Failure of the BidderlOfferor to submit the required "Bidders List' form will deem the
Bidder/Offeror non-responsive.
C-25
Oranse. CH 9286 5 ___._.._
narsr-4cr�
.. __-_� m_, ..._.__ .... or work7servicesimatenais pi
lumber of years In business. Tree Removel
22
as a
gross
If necessary, this "Bidders List Form can be duplicated to include all firms (DBE and
non -DBE) that have submitted a bid, proposal or quote on this DOT -assisted project,
whether successful or unsuccessful in their attempt to obtain a contract.
Failure of the Bidder/Offeror to submit the required 'Bidders List' form will deem the
BidderlOfferor non-responsive.
G25
Eoterpdses, inc
1551 N. Miller St
714-ege$057
Alareim. --A 92808
_ _ _._�-...-.�....m_,...
1 Me of womisemcesfmafetfal8 prc"k
t5mtYF,V Of years m I}UslFte4s.
....�...
52
Tree Remwal
}�
Dale Gee
Estimator
a
No
grass
If necessary, this "Bidders List' form can be duplicated to include all firms (DBE and
non -DBE) that have submitted a bid, proposal or quote on this DOT -assisted project,
whether successful or unsuccessful in their attempt to obtain a contract.
Failure of the Bidder/Offeror to submit the required "Bidders List' form will deem the
Bidder]Offeror non-responsive,
e -z5
Certiftm#ea regWroseet for prowrommOt of steel, dna, or smaWared prodLe6
CvVka a ofCompikwe with 49 USC. 53236)(1)
The bidder or oR"eror hereby certifies that it will amw the rgWmv M of 49 U S.C. 5323Qx1) and the
aMic" regoladone in 49 CFR Part 661.
dlatc 10114M4
Sigar
cmc. Plvoe R.C. Bodw mW Son, lm
ride Pre1w
B-22
ADDENDUM No. 1
Bass Stop Improvements
Project No. T0040
Bid No. ENC -14.15 -T0040 -A
FTA Project No: CA -"-Y276
City of Santa Ciarits, California
October 16, 7614
ibis Addendum forms as a part of the Contract Doetarcats for the above-identifiod project and modifies
Ole original Plana, Specifications, and Contract Documents, as noted below. Portions of the Contract, not
ifrodficaliy mentioned in the Addendum, remain in force. All trades affected shall be fidly advised or
these changes, deletions, and additions,
Tolar Manufacturing is rogoesting that the City of Sams Claris mmiderthe sant northern sod solar
Illumination equipwrnl desiged and fabricated by Tatar Manufacturing as on shame to Ibe abtrmses
described in rho bid docsromb
Ammer,
The City W an prerweoce on marstfaeturon as long as, de f vallore snit returns have the rase mal
eek rad sant orerrasd tha etsosSb'tvisg rpcificsions. Arty prepaid f xinihme artd s"carres must
have the some foodog and ints0aticn bloepit to allow new and existing beach s, hehas, and trash
rem AcIcx to be ietaehss6ed with" modifying exis iag, or the amid to iaWl, sew anchor points.
Additionally, ray proposed arh receptacles must ats:omraodee the lido, sleeves, and liars offt oxistig
bath rottpsda as originally designed. We Cake no exception on the battery, controller and LED's
prOP-NL
2• O ts+dloor.-.
Pkaw clarify if this project is DBE?
Ammer,
the City strongly encausips the ase of DBE partners. However, there is as DBE gal foe this projst.
Bidden sba0 ackworladge Addendum Na 1 by execrating Addendum 1 and MwisingwNY
the bid.
Director of Public Works
City of Santa Clarita
AIDDER'S CERTIFICATE
I'cknowledge receipt of this Addendum No. 1 and accept the aforementioned.
117
f107_
Not("
1; THIS DOCUMENT TO BE SUBMITTED WITH BID f
Pop l of l
28355 Kelly Johnson Parkway
Santa Clarita, CA 91355
City of Santa Cladta
Purchasing
23920 Valencia Blvd
Santa Clarita, CA 91355
DO NOT OPEN WITH REGULAR MAIL
SEALED BID FOR: Bus Stop Improvements,
City Bid No. ENG -1415 -T0040 -A, City Project
T0040, City of Santa Clarita, California
Bids to be opened at 11 AM on Oct 14, 2014