Loading...
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