Loading...
HomeMy WebLinkAbout2014-01-14 - AGENDA REPORTS - RAILROAD AVE PRJ B2014 (2)CONSENT CALENDAR DATE: SUBJECT: DEPARTMENT: Agenda Item: 2 CITY OF SANTA CLARITA AGENDA REPORT City Manager Approval: Item to be presented by: January 14, 2014 RAILROAD AVENUE BEAUTIFICATION, PROJECT B2014 - AWARD CONSTRUCTION CONTRACT Public Works RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Railroad Avenue Beautification, Project B2014. 2. Approve the request by STL Landscape, Inc., to withdraw its bid and award the construction contract to R.C. Becker and Son, Inc., in the amount of $1,423,057, and authorize a contingency in the amount of $284,610, for a total contract amount not to exceed $1,707,667. 3. Authorize an increased expenditure in the amount of $78,800 to the existing professional services contract with Penfield & Smith for construction engineering support services and surveying during construction. 4. Authorize an expenditure of $80,000 to Tetra Tech, Inc., for a professional services contract to provide for construction management services and serve as a business liaison. 5. Appropriate $1,152,845 from Landscape Maintenance District (357) fund balance to the Railroad Avenue Beautification expenditure account B2014357-5161.001. 6. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The City of Santa Clarita (City) has made a significant investment in the Newhall community with the recent completion of the Old Town Newhall Library, Main Street Streetscape, and the Veterans Historical Plaza. Beautification of the major thoroughfares such as Railroad Avenue, which provides access to Downtown Newhall, is a continuation of the City's investment in this area. This project will construct a raised landscaped median on Railroad Avenue from 550 feet north of the Via Princessa overcrossing to 13th Street. The scope will construct approximately one mile of hardscape and install landscape and irrigation. The project also includes refurbishment to the existing median on Railroad Avenue from Oak Ridge Drive to its southern terminus, which is the start of construction for the new median. The refurbishment of the existing landscape median at Oak Ridge Drive would update the median to be consistent with current median landscape standards. Since the medians were constructed, the standard planting palate has been modified to be consistent throughout the City and thereby evenly applying the landscape benefit to property owners. The refurbishment would update the irrigation technology to reduce water use and prepare this median for recycled water when it becomes available. This project exemplifies the City's commitment to maintaining the high quality of life enjoyed by Santa Clarita residents. The landscape design is certified and compliant with Assembly Bill 1881, the state law regarding water efficiency. Investing in high quality landscape projects within the public right-of-way helps maintain higher property values and keeps the City on water management's cutting edge. An invitation to bid was published three times: October 25, October 27, and November 2, 2013, and was noticed on the City's website. Plans and specifications were also sent to area plan rooms. Seven bids were submitted to the City and opened by Purchasing on November 26. The results of the bids are shown below: Company Location Bid Amount STL Landscape, Inc. R.C. Becker & Son, Inc. C.A. Rasmussen, Inc. Toro Enterprises, Inc. C.S. Legacy Construction, Inc. PALP, Inc., dba Excel Paving Company Los Angeles Engineering, Inc. Los Angeles, CA $1,295,520 Santa Clarita, CA $1,423,057 Valencia, CA $1,441,790 Oxnard, CA $1,475,061 Chino, CA $1,557,240 Long Beach, CA $1,695,904 Covina, CA $1,834,839 The apparent low bidder, STL Landscape, Inc., sent a letter to the City requesting to withdraw its bid due to clerical error. Their bid contained an error on Bid Item 9 where they had intended to input $20 per cubic yard (/cy) for labor but errantly input $2/cy. This resulted in a unit cost of $32/cy instead of the intended $50/cy and an $81,000 difference in labor costs. Because of this error, STL Landscape, Inc., requested in writing to withdraw its bid. This error qualifies the bidder to withdraw their bid under Public Contract Code Section 5103 without forfeiture of its bid bond or other penalty. Staff recommends the project be awarded R.C. Becker and Son, Inc., the lowest responsive bidder. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid has been reviewed for accuracy and conformance to the contract documents and was found to be complete. Z The 20 -percent construction contingency amount requested will cover the cost of unforeseen site conditions, such as the removal of existing pavement and base materials and suitable soil replacement for planting. Past experiences have shown variations in the thickness of existing materials, which may result in additional costs. Staff is recommending an increase of spending authority in the amount of $78,800 for construction engineering, and surveying to Penfield & Smith. These services are necessary to provide engineering and landscape architect support services during project construction. The original contract for design was approved by City Council on March 26. Staff is recommending a professional services agreement in the amount of $80,000 with Tetra Tech, Inc., to provide construction management services and to serve as a business liaison to work with local businesses during construction to reduce impact. This company has successfully provided similar services and has experience working closely with the City. The appropriation of $1,152,845 from Landscape Maintenance District fund balance (357) to the Railroad Avenue Beautification expenditure account B2014357-5161.001 will provide adequate funds to construct the proposed project. The cost of the median is affected by a change in the bidding environment due to an improving economy, added work such as the median refurbishment, and additional project needs identified during design. Additional project needs include a signal modification at Railroad Avenue and 15th Street to provide the traffic movements necessary to accommodate the new median and bring the intersection into compliance with current Americans with Disabilities Act Standards. A rootbarrier and special construction methods are also necessary to protect a shallow Newhall County Water District waterline beneath the proposed median, and temporary striping to allow for two thru lanes of traffic in both directions to minimize traffic impacts for the duration of the project. A budget in the amount of $124,304 is available for inspection and material testing, labor compliance, utility connection, staff oversight, and miscellaneous costs. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT Landscape Maintenance District (LMD) funds (357) from Zone 2008-1 in the amount of $953,460 are currently appropriated in expenditure account B2014357-5161.001. The requested appropriation of $1,152,845 from Landscape Maintenance District (357) fund balance into expenditure account B2014357-5161.001 creates a total 2013-14 Fiscal Year budget of $2,106,305. Of this amount, $115,534 has been spent or encumbered to date, leaving an available balance of $1,990,771. This amount will adequately provide for award of the construction contract in an amount not to exceed $1,707,667, construction engineering and surveying costs of $78,800, construction management and business liaison costs of $80,000, and $124,304 for labor 3 compliance services, Public Works inspection, LMD inspection, utility connection, material testing, staff time, and miscellaneous project costs. ATTACHMENTS Project Location Map STL Landscape Bid Withdraw Letter Bid Proposal for R.C. Becker and Son, Inc., available in the City Clerk's Reading File Contract for R.C. Becker and Son, Inc., available in the City Clerk's Reading File STL Landscape, Inc. License No 956281 A/C27 8122 Compton Avenue, Los Angeles, CA 90001 Phone (323) 581-8200 Fax (323) 581-8155 December 2, 2013 City of Santa Clarity Attn: Trolis Niebla Email: tniebla@santa-clarita.com Subj: Clerical Error on Railroad Avenue Beautification Project City Bid Project No. ENG -13-14-B2014 Dear Mr. Niebla: Pursuant to Public Contract Code 5100-5110, we claim that a clerical error was made on our bid for the mentioned project which made our bid materially different than we intended it to be. The mistake was made on filling out the bid and not due to an error in judgment or to carelessness in inspecting the site of work, or in reading the plans and specifications. The error occurred on the labor cost input on Bid Item No. 9, Earthwork and Rough Grading. STL intended to input $20/cy for labor, however we errantly inputted $2/cy. STUs bid should have been $50/cy in lieu of $32/cy. The total bid was 4,500 cy x $32/cy = $144,000. The intended bid was 4,500 x $50/cy = $225,000. The labor error difference is $81,000. STL Landscape, Inc. respectfully requests to be relieved of the bid. Please call m�-vith any questions. STL Dan Pa Project CC: File 0 P SECTION C: BID PROPOSAL FOR RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-62014 Project B2014 Santa Clarita, CA TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter Into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. Company Name: R.C. Becker and Son, Inc Company Address: 28355 Kelly Johnson Parkway Santa Clarita, CA 91355 By: John Becker Print Name Title: Vice President f Signature: Date: 11/ 13 RAILROAD AVENUE BEAUTIFICATION Pmpd 82014 C-1 BID SCHEDULE RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-B2014 Project B2014 City of Santa Clarita, CA ITEM NO.i ITEM DESCRIPTION U Q U ¢ COSTT11 �j'I -gpa41 r OSTu GENERAL' 1 Mobilizaiton/Demobilization, Bonds, and Insurance LS 1 $31,500.00 $31,500.00 2 Water Pollution Control and Implement Best Manag-m(m ,r -n:ce (SWPPP Compliance) LS 1 $19,200.90 $19,200.90 TRAFFIC ITEMS -aw-}Y 3 Traffic Handling and Construction Area Signs LS 1 $39,058.30 $39,058.30 4a.1 Thermoplastic Pavement Arrow Marking EA 29 $115.00 $3,335.00 4a.2 Thermoplastic 12" Crosswalk/Limit Line LF 950 $2.88 $2,736.00 4a.3 Thermoplastic 8" Channelizing Line w/ Reflectors (Detail 38B) LF 1,500 $1.44 $2,160.00 4a.4 Thermoplastic 8" Channelizing Line (Detail 38B) LF 45 $1.44 $64.80 4a.5 Thermoplastic STOP Legend EA 1 $172.50 $172.50 4a.6 Thermoplastic KEEP CLEAR Legend EA 20 $287,50 $5,750.00 4a.7 Thermoplastic Left Edgeline (Detail 24) LF 9,000 $0.46 $4.140.00 4a.8 Thermoplastic Laneline (Detail 12) LF 10,700 $0.46 $4,922.00 4a.9 Thermoplastic Two Way Left Turn Line w/Reflectors (Detail 32) LF 1,250 $1.151 $1,437.50 4a.10 Thermoplastic No Passing Line w/Reflectors (Detail 22) LF 600 $1.15 $690.00 4a.11 Thermoplastic Solid Laneline at Intersection LF 500 $0.46 $230.00 4a.12 Thermoplastic Laneline Through Intersection (Detail 40) LF 75 $1.15 $86.25 4a.13 Thermoplastic Lane Drop at Intersection (Detail 37B) LF 350 $1.44 $504.00 4b Sign and Post EA 26 $201.251 $5,232.50 5 Traffic Signal Loops EA 30 $258.751 $7,762.50 6 Traffic Signal Modification (15th Street) LS 1 $118,133.75 $118,133.75 7 Temporary Video Detection System (Installation & Removal) EA 2 $19,452.25 $38,904.50 DEMOLITION AND EARTHWORK 8a.1 Sawcut Existing Pavement LF 8,500 $1.93 $16,405.00 8a.2 Remove Existing Asphalt Pavement and CAB SF 49,000 $2.23 $109,270.00 C-2 RAILROAD AVENUE BEAUTIFICATION Project 82014 8a.3 Remove Existing Striping LS 1 $17,250.00 $17,250.00 8a.4 Remove Existing Stamped Concrete SF 60 $2.48 $148.80 8a.5 Remove Existing Concrete Sidewalk SF 800 $2.11 $1,688.00 8a.6 Remove Existing Concrete Curb and Gutter LF 50 $14.78 $739.00 8b Soil Removal and Disposal CY 350 $70.34 $24,619.00 9 Earthwork & Rough Grading (Net Import) CY 4,500 $35.86 $161,370.00 'F * � ' ��+� � � J M 4'S RpADtNiSY�OANSTRI�CTlO� k'4pn.{{ O k 1 f ���• AJGf LF 'i'. �� SS;s1° 7,200 43w.+. $13.93 i t $°aF �� n $100,296.00 10a 6" Concrete Curb & Shedding Gutter 10b 6" Concrete Curb & Collecting Gutter LF 1,350 $11.761 $15,876.00 10C 6" Raised Concrete Median at Bridge Deck LF 100 $140.99 $14,099.00 11a ADA Concrete Curb Ramp EA 3 $2,026.67 $6,080.01 11b Aggregate Base Beneath Curb Ramp CY 10 $317.00 $3,170.00 $345.001 $3,450.00 12a.1 18" RCP Storm Drain LF 10 12a.2 Curb Opening Catch Basin w/ Gratings EA 1 $10,350.00 $10,350.00 12a.3 Junction Structue EA 1 $10,925.00 $10,925.00 12b Adjust Existing Utility Proposed Grade EA 7 $218.75 $1,531.25 13 Integral Colored & Stamped Concrete SF 12,000 $6.30 $75,600.00 x4 1 N EG'f21CA K 14 New Service Pedestal, Meter, and Appurtenances EA 1 $11,500.00 $11,500.00 PdXT, N 't $r S . +S d 4,w.> 5 4�1 1/2" Backflow (Includes Enclosure, Master Valve, Flow Meter & P.R. 1� s EA , i 1$12,075.00 '� . $12,075.00 T IrrigatinControllerw/Enclosure EA 1 $16,100.00 $16,100.00 Controller Wire LS 1 $6,900.00 $6,900.00 18a 1 1/2" Romote Control Valve EA 14 $517.50 $7,245.00 18b 1 1/4" Remote Control Valve EA 6 $488,75 $2,932.50 18C 1" Remote Control Valve EA 3 $460.00 $1,380.00 18d 1" Remote Control Drip Valve EA 14 $488.75 $6,842.50 19 Gate Valve EA 11 $287.50 $3,162.50 20 Quick Coupler EA 35 $218.50 $7,647.50 C-3 RAILROAD AVENUE BEAUTIFICATION Project B2014 21 Flush Valve EA 163 $34.50 $5.623.50 22a Irrigation Sleeves Under Streets (Class 315 PVC Pipe and Directions Boring) LF 110 $57.50 $6,325.00 22b Sawcut, removal and replacement of asphalt for irrigation sleeves LF 330 $30.34 $10,012.20 22c Irrigation sleeves under Median Concrete and Asphalt (6" Class 315 PVC) LF 1,200 $17.83 $21,396.00 23 2" Mainline (Sch. 40 PVC) LF 5,800 $6.33 $36,714.00 24 Lateral Line (Sch. 40 PVC - Various Sizes) LS 1 $40,250.00 $40,250.00 25 Root Watering System - Trees EA 288 $48,30 $13,910.40 26 Bubblers on Risers - Shrubs 1,446 $21.85 $31,595.10 FtPLANTIfIGt �yEA 0'y n Vd h1..5 I' '.Sy dy's.K Root /Moisture Barrier o LF t 6,700 . $7.48 $50,116.00 27a 27b Root Barrier Over Water Line LF 1,950 $5.75 $11,212.50 28 Planting Area Agronomic Soils Tests (Import Only) EA 3 $287,50 $862.50 29 Planting Area Soil Preparation & Amendments SF 25,900 $0.29 $7,511.00 30 24" Box Tree EA 84 $402.50 $33,810.00 31 15 Gallon Tree EA 60 $161.00 $9,660.00 32 Shrubs 1 Gallon EA 446 $8.05 $3,590.30 33 Shrubs 5 Gallon EA 2,654 $18.98 $50,372.92 34 Planting Area Fine Grading SF 25,900 $0.12 $3,108.00 35 3" Organic Mulch (Planting Areas) SF 25,900 $0.46 $11,914.00 36 180 Day Plant Maintenance and Establishment LS 1 $6,900.00 $6,900.00 BASE BID TOTAL AMOUNT IN WORDS: fifty-five dollars and ninety-eight cents C-4 RAILROAD AVENUE BEAUTIFICATION Project 32014 one million, two hundred eighty-nine thousand, five hundred BID ALTERNATE SUMMARY ITEM NO. yf �P' Q' Skr x}Y 1S ITEM DESCRIPTION Tt L A4yrA 5r h { GENERAL 37 Mobilizaiton/Demobilization, Bonds, and Insurance LS 1 $1,500.00 $1,500.00 38 Water Pollution Control and Implement Best Management Practice (SWPPP Compliance) LS 1 $3,250.00 $3,230.00 ,.. m .TRAFFICITEMSI" �¢` Nz Traffic Handling and Construction Area Signs LS 1 $5,257.98 MIN $5,257.98 39 40a.1 Thermoplastic Pavement Arrow Marking EA 15 $115.00 $1,725.00 40a.2 Thermoplastic 12" Crosswalk/Limit Line LF 550 $2.88 $1,584.00 40a.3 Thermoplastic 8" Channelizing Line w/ Reflectors (Detail 38B) LF 1,450 $1.44 $2,088.00 40a.4 Thermoplastic Left Edgeline Reflectors (Detail 24) LF 2,750 $0.46 $1,265.00 40a.5 Thermoplastic Laneline (Detail 12) LF 3,300 $0.46 $1,518.00 40a.6 Thermoplastic Right Edgeline (Detail 27B) LF 330 $0.46 $151.80 40a.7 Thermoplastic Laneline Through Intersection (Detail 40) LF 160 $1.15 $184.00 40a.8 Thermoplastic Solid Laneline at Intersection LF 210 $0.46 $96.60 40a.9 Thermoplastic Chevron Marking LF 110 $2.88 $316.80 40a.10 Thermoplastic Diagonal Stripe LF 70 $2.88 $201.60 40b Sign and Post EA 2 $201.25 $402.50 41 Traffic Signal Loops EA 26 $258.75 $6,727.50 42 Temporary Video DetectionSystem (Installation Removal) EA 1 $11,942.75 $11,942.75 DEMOLITION AND EARTHWORK 43a Remove Existing Striping LS 1 $3,450.00 $3,450.00 43b Remove Existing Shrubs and Irrigation LS 1 $6,000.00 $6,000.00 { . ., s 3'.m a F^ '�St kifd 3'A1 S IRRIGATION 8�, -v�..'#s" wr tr c 44 Irrigation Controller (additional 6 station modules only) EA 1 S575.001 $575.00 45a 1 1/2" Remote Control Valve EA 5 $517.50 $2,587.50 45b 1 1/4" Remote Control Valve EA 1 $488.75 $488.75 45c 1" Remote Control Valve EA 3 $460.00 $1,380.00 45d 1" Remote Control Drip Valve EA 1 $488.75 $488.75 46 Gate Valve EA 1 $287.50 $287.50 C-5 RAILROAD AVENUE BEAUTIFICATION Project B2014 47 Quick Coupler EA 7 $230.00 $1,610.00 48 Flush Valve EA 52 $28.75 $1,495.00 49 2' Mainline (Sch. 40 PVC) LF 80 $11.50 $920.00 50 Lateral Line (Sch. 40 PVC - Various Sizes) LS 1 $11,500.00 $11,500.00 51 Root WateringSystem - Trees EA 82 $51.75 $4,243.50 52 Bubblers on Risers - Shrubs EA 494 $20.70 $10,225.80 ,i . 53 Root / Moisture Barrier LF 720 $7.48 $5,385.60 54 Planting Area Agronomic Souils Tests (Import Only) EA 1 $287.50 $287.50 55 Planting Area Soil Preparation & Amendments SF 11,200 $0.29 $3,248.00 56 24" Box Tree EA 13 $402.50 $5,232.50 57 15 Gallon Tree EA 10 $161.00 $1,610.00 58 Shrubs 1 Gallon EA 294 $8.08 $2,375.52 59 Shrubs 5 Gallon EA 718 $21.85 $15,688.30 60 Shrubs 15 Gallon EA 52 $142.60 $7,415.20 61 Planting area fine grading SF 11,200 $0.12 $1,344.00 62 3" Organic Mulch (Planting Areas) SF 11,200 $0.46 $5,152.00 63 180 Day Plant Maintenance and Establishment LS 1 $2,300.00 $2,300.00 ALTERNATE BID TOTAL AMOUNT IN WORDS: one dollars and ninety five cents TOTAL BASE BID PLUS BID ALTERNATE IN FIGURES: one hundred thirty-three thousand, five hundred TOTAL BASE BID PLUS BID ALTERNATE IN LEGIBLY PRINTED WORDS: one million. four hundred twenty-three thousand fifty-seven dollars and C-6 RAILROAD AVENUE BEAUTIFICATION Project 82014 .93 AWARD OF CONTRACT: 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 alternate bid The Agency reserves the right to award the contract for the base bid only, or base bid and alternate bid, at the City's sole discretion. The AGENCY also reserves the right to add the added Alternate 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 Alternate constant throughout the duration of the project up to the last contract working day. No additional compensation will be allowed for Alternate added by Contract Change Order beyond the amount shown on the original bid. Additionally, the AGENCY reserves the right to reject any or all proposals, delete portions of any and all bids, to waive any irregularity, and to take the bids under advisement for a period of NINETY 90 days, all as may be required to provide for the best interests of the AGENCY. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the BIDDER to whom the award is contemplated. All Bids will be compared with the Engineer's Estimate, and shall be within acceptable variance from the Estimate for each line item of the Base Bid Schedule. C-7 RAILROAD AVENUE BEAUTIFIC UT P.Je<t B2014 DESIGNATION OF SUBCONTRACTORS RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-B2014 Project B2014 City of Santa Clarita, CA Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of'/ of 1 percent, or $10,000 (whichever is greater) of the prime contractors total bid: DBE status, age of firm and annual gross receipts are required if sub contractor is participating as a DBE. Subcontractor DBE STATUS: NONE Dollar Value of Work $23,450.00 R -Help Construction Co., Inc Pavement Recycling Systems Age of firm: Certifying Agency: Annual Gross Receipts. Location and Place of Business 3255 Grande Vista Drive, Newbury Park, CA 91320 Bid Schedule Item Nos: Description of Work 12a.1 -12a.3 Underground catch basin, junction structure License No. Exp. Date: Phone( ) 805-499-5112 673147 06 30 2015 818.834-8199 Subcontractor DBE STATUS: NONEDollar Value of Work $68,132.25 Sterndahl Enterprises, Inc Pavement Recycling Systems Age of firm: Certifying A enc : Annual Gross Receipts: Location and Place of Business 11861 Branford St, Sun Valley, CA 91352 Bid Schedule Item Nos: Description of Work 34b, 8a3, 39-40, 43a Thermoplastic Striping and Signs License No. Exp. Date: /30 2014 Phone ( ) 421823 04 818.834-8199 Subcontractor DBE STATUS: NONE Dollar Value of Work $31,508.00 Pavement Recycling Systems Age of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business 10240 San Sevaine, Jurupa Valley, CA 91752 Bid Schedule Item Nos: Description of Work 8a.2 A/C Base Removal License No. 569352 Exp. Date: 05/ 31 /2015 Phone ( ) 661-948-5599 C-8 RAILROAD AVENUE BEAUTIFICATION PropW 82014 DESIGNATION OF SUBCONTRACTORS RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-62014 Project 82014 City of Santa Clarita, CA Subcontractor DBE STATUS: NONE Dollar Value of Work $3,450.00 V&E Tree Service Age of firm: Certifying Agency' Annual Gross Receipts: Location and Place of Business Certi in A enc : :Location PO Box 3280, Orange, CA 92865 Park, CA 91706 Bid Schedule Item Nos: Description of Work Park, CA 91303 43b Remove Ground Cover and Shurbs License No. Exp. Date:09/ /2014 Phone ( ) 714-997-0903 654506 30 License No. Subcontractor DBE STATUS: NONE=Wo26 �5pp pAmerican Landscape, IncAge Certifying Agency: Annual Gross Receipts: of firm: Certi in A enc : :Location and Place of Business Park, CA 91706 Phone( ) 7013 Owensmounth Ave Canoga Park, CA 91303 Bid Schedule Item Nos: Description of Work 14-36, 43-63 Landacape & Irrigation ( ) License No. Exp. Date: / /41 626-338-9923 288229 01 31 2015 Subcontractor DBE STATUS: NONE Dollar Value of Work $164,490.00 Stein y and Company, Inc Age of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business Description of Work 12907 East Garvey Ave, Baldwin Park, CA 91706 Phone( ) Bid Schedule Item Nos: Description of Work 5-7, 14, 41-42 Electrical Traffic Signal License No. Exp. Date: / /Phone ( ) 161273 05 31 2015 626-338-9923 Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. )ate: Phone( ) C-9 RAILROAD AVENUE BEAUTIFICATION Protect B2014 DESIGNATION OF SUBCONTRACTORS RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-B2014 Project 82014 City of Santa Clarita, CA Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date / / Phone ( ) Subcontractor Age of firm: DBE STATUS Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: one ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: one ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: ]Phone--( ) C-10 RNID DAVENUE 9EA IFlCATIO Pmjed 81016 REFERENCES RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-62014 Project B2014 City of Santa Clarita, CA 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. LACMTA One Gateway Plaza, Los Angeles, CA 90012 Name and Address of Owner / Agency Brian Mahaffey 213-922-7327 Name and Telephone Number of Person Familiar with Project $1,935,910.00 Pavement Replacement 1/2013 Contract Amount Type of Work Date Completed 2 City of Palmdale 38250 Sierra Hwy, Palmdale, CA 93550 Name and Address of Owner / Agency Mike Livingston 661-267-5312 Name and Telephone Number of Person Familiar with Project $1,681,855.60 Ave S Widening, Offsite Street Improvements 9/2012 Contract Amount Type of Work Date Completed 3 City of Santa Clarita 23920 Valencia Blvd Suite 300, Santa Cladta, CA 91355 Name and Address of Owner / Agency Tara Concepcion 661-254-3538 Name and Telephone Number of Person Familiar with Project $1,888,222.00 Downtown Newhall Streetscape 4/2011 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Millennium Corporate Solutions, Inc 550 N. Brand #1100, Glendale, CA 91203 818-844-4118 The Guarantee Company of N. America USA 1800 Sutter St Suite 735, Concord,CA 94520 925-566-6040 R.C. Becker and Son, Inc Contractors Name C-11 RAILROAD AVENUE BEA( FFICATION Project 82014 TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-114-132014 Project B2014 City of Santa Clarita, CA The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. NONE Exceptions will not necessarily result in denial of award, but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. NONE NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. C-12 RAILRDAD AVENUE BEAUTIFICATION Pmjec MD14 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-62014 Project B2014 City of Santa Clarita, CA This bidder R.C. Becker and Son, Inc , proposed subcontractor (s) , 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 11246, 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 Opportunity, all reports that are under the applicable filing requirements. Company: R.C. Becker and S n, � By:- 0 o ec r Title: Vi o swent Date: 11-26-13 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. C-13 RAILROAD AVENUE BEAUTIFICATION Pmtecl 82014 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: R.C. Becker and Son, Inc Business Address: 28355 Kelly Johnson Parkway Santa Clarita CA 91355 Telephone No.: State CONTRACTOR's License No. & Class: 258762 Class A. C-12 Original Date: 7-22-1969 Expiration Date: 6-30-15 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: Michael Becker, President 28355 Kelly Johnson Parkway Santa Clarita, CA 91355 661-259-4845 John Becker Vice President 28355 Kelly Johnson Parkway Santa Clarita CA 91355 661-259-4845 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: NONE C-14 RAILROAD AVENUE SEAIffIFICATION P.JW 82014 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NONE IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this „26 day of 11 20 13. BIDDER: John Becker, Vice President Name and Title of Signatory R.C. Becker and Son, Inc Legal Name of Bidder 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 Address 661-259-4845 Telephone Number 95-2567499 Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this Notary **see attached" day of , 20_ C-15 RAILROAD AVENUE BEAUTIFICATION Pmje 82014 (SEAL) CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 IX See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) 2--------- ------------- 3 -------------------- 4 --------------------- 5 ---------- ------------ Signature of Document Signer No. 1 State of California County of i5 An LISA 0. HERTZING J Commission R 1959114 Notary Public - California = z Los Angeles County My Comm. Ex ices Nov 4, 2015 Place Notary Seel Above Signator# of Document Signer No. 2 (If any) Subscribed and sworn to (or affirmed) before me on this day of /Il 61?,-, 201-3 . Data Month Year by (1) Talon Seel Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me {end Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature Wall of Notary Publi OPTIONAL t•Ii.Yleleli:EJ� Though the information below is not required by law, it may prove valuable Top of thumb here Top of thumb here to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any ''Attached /Document Tills or Type of Document t OtG2a C co"kgY, A Document Date: 11 /,;;1-6 I) Number of Pages: Signers) Other Than Named Above C 2010 National Notary Assoclatlon • NationalNotary.org • 1-900-U5 NOTARY (1-600-87&S 2]) item #5910 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a 'certified/cashier's check payable to the order of the City of Santa Clarita for: NOT APPLICABLE dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: Railroad Avenue Beautification (13`" Street to Oakridge Drive) City Project B2014 NOT APPLICABLE Bidders Signature CONTRACTOR Address City, State, Zip Code Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. C-16 MLROABAV NUE BEAMMATION P q a 82014 PROPOSAL GUARANTEE BID BOND RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-B2014 Project B2014 City of Santa Clarita, CA KNOW ALL MEN BY THESE PRESENTS that R.C. Becker and Son, Inc. , as BIDDER, and The Guarantee Company of North America USA _ as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percent of Amount Bid dollars ($ 10% ), which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 12th BIDDER: 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355, Telephone: 661-259-4845 Address of North America USA, 6303 Owensmouth Avenue, 10th Floor Subscribed and sworn to this day of 20_ NOTARY PUBLIC �+ac F\ t+gC I -u d (SEAL) 'Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list Circular 570, as amended and be authorized to transact business in the State where the project is located. "Millennium Corporate Solutions 550 N. Brand Blvd., #1100, Glendale, CA 91203 Telephone: 626-275-3000 C-17 RAILROAD AVENUE BEAUTIFICATION P,q"t 52D14 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Los Angeles On November 12, 2013 before me, Corinne L Hernandez Notary Public Date Hele IneeN Nerve and Title of the Officer personally appeared William Syrkin Name(s) of Signer(e) _ CORINNE L. HERNANDEZ :«''"� Commission # 1905285 ;p a ,,� Notary Public -California D Los Angeles County My Comm. Expires Sep 24.2014+ who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/em subscribed to the within Instrument and acknowledged to me that hettshet" executed the same in his/heNFhe# authorized capacity(iee), and that by hislHerftheir signatures) on the instrument the person(#), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my sand official se, alg Signaturi� .,/vr.x i Place Notary Seat Above sgnature of Notary Pubilc OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Signer(s) Other Than Named Capecity(iss) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s):_ ❑ Partner— ❑ Limited ❑ General Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: The Guarantee Company of North America USA Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s), ❑ Partner — ❑Limited❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ® 2007 NeNorml Notary Assodetlon • 9350 De Soto Ave., P.O. Box 2402 • ChatmoM, CA 91313.24M • vow AallonelNotary.ory Item #5907 Reorder. Call Toll -Free 1-00"7"!K!7 THE GUARANTEE COMPANY OF NORTH AMERICA USA Soufteld, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint William Syrkin, Sergio D. Bechara, Rebecca Ann Haas -Bates, Patricia Ann Bauer, Rickard LeroyAdair Millennium Corporate Solutions, Inc. Its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the Pill office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeling held on the 31•' day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attomey(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and otherwrifings obligatory in the nature thereof, and 2. To revoke, at any time, any such Attorney -In -fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or IS assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Aaomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation, Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 0th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this Instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. THE GUARANTEE COMPANY OF NORTH AMERICA USA �M•wr'� STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the Individuals who executed the preceding instrument, to me personally known, and being by me duly swum, said that each is the herein described end authorized officer of The Guarantee Company of North America USA; that the seal affixed to said Instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takal IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee o Notary Public, State of Michigan Company of North Amerce USA offices the day and year above written. County of Oakland n My Commission Expires February 27, 2010,E -- Acting in Oakland County I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. _✓x�ra IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 12 day of November„ 2013. '^'•" Randall Musselman, Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On 11/26/13 before me, Lisa 0. Hertzing, Notary Public Dab Here Imen Name entl Ie of l0e icar personally appeared John Becker T^n ._-. 1.1 who proved to me on the basis of satisfactory evidence to be the person(g) whose name(s) is/ere subscribed to the within instrument and acknowledged to me that he/she/M1ey executed the same in his/hGOA& authorized capacity(iee), and that by hi&%eFA,'q iF signature(o on the LISA 0. HERTZING instrument the person(* , or the entity upon behalf of Commission X 1959174 a: which the person(*} acted, executed the instrument. -i Notary Public • C Morris Z AA * v 015 Comm. Ea IreLos Angeles County I certify under PENALTY OF PERJURY under the laws No4 2 r of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official se L Signatures i10P ® _ 2 Place Notary Seel A9ove Sipnalure of Iary�P �c OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 11/12/13 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: John Becker Signer's Net ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): v ❑ Partner—❑ Limited ❑ General * Attorney in Fact Trustee G Guardian or Conservator ❑ Other: Signer Is Representing: R.C.Becker & Son, In - Number of Pages: ❑ Corporate Officer —TMe(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: flI'"TTI. ...... T OF SIf+NER 0200714etlonal Notary Associallon• 93W Ce Soto Aw.. P.O. Box 2402•CraL lh. CA 9131M402- w .NallonelNolery.o Item #5907 Reader. Call Toll -Free 1-800-S7F6827 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-132014 Project B2014 City of Santa Clarita, CA To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. C-18 RAILROAD AVENUE BEAUTIFICATION PnHed B2014 NON -COLLUSION AFFIDAVIT RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-62014 Project B2014 City of Santa Clarita, CA TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § John Becker being first duly sworn deposes and says that he is the Vice 15—resident (sole owner, a partner, president, etc.) of R r Renkar a0d Cnn inn the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or other financial intereeg with said BIDDER in his general business. Bidder: Title Vice President Subscribed and sworn to and before me this day of , 20_ "See Attached— Seal of Notary C-19 RAILROAD AVENUE BEAl1TAGAMON Pmjacl 82014 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 See Attached Document (Notary to cross out lines 1-6 below) See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) -------------------------------------------------------- 2-------------------------------- ---------- --------------- ----------- 3---------------------- ---------- --------------------- 4 ------ A-------------------- --------- ---------------------- 5 ------------------- 5------- ------------------------------- ----------- Signature of Document Signer No. 1 State of California County of LOS LISA 0. HERTZING Commission # 1959174 4,. Notary Public • California z Loa An§ales County Comm. U= Nw 4 2015 — Race Notary Seal Above signature of Document Saner No. 2 of MY) Subscribed and swom to (or affirmed) before me on this �6 day of 0 er 20_Z3 Date mom Year by (1) Z-66 &cker­ Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (and - (2) Name of Signer proved to me on the basis of satisfactory evidence to be the person n whoa appeared before me.) Signature^ signature of Notary PubBe OPTIONAL Though the information below is not required by law, it may prove valuable Top or tnumb here Top of thumb here to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Further Description ofAny Attached Document Title e or Type of Document: Mon - LOI I1hS I'Da, & �; Document Date: I ) h-16 (,3 Number of Pages: ' Signer(s) Other Than Named Above: 0 2010 National Notary Associalion • NationalNotary.ory • 1.800 -US NOTARY (1800.876-6827) Hem eb91 BIDDER'S QUESTIONNAIRE RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-82014 Project 82014 City of Santa Clarita, CA If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. 1. Submitted by: John Becker Telephone: 661-259-4845 Principal Office Address: 28355 Kelly Johnson Parkway Santa Clarita CA 91355 2. Type of Firm: General Engineering Contractor Corporate: xx Other: Individual: Partnership: 3a. If a corporation, answer these questions: Date of Incorporation: 12/18/1968 State of Incorporation: California President's Name: Michael Becker Vice -President's Name: John Becker Secretary or Clerk's Name: Daniel Schackart Treasurers Name: Daniel Schackart 3b. If a partnership, answer these questions: Date of organization: State Organized Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR's license: John Becker License number: 256762 Class: A, C-12 Expiration Date: 6.30-15 5. CONTRACTOR's Representative: John Becker Title: Vice President Alternate: Vince Tellez Title: Chiaf Fctimatnr 6. List the major construction projects your organization has in progress as of this date: Owner: (A) (B) Project Location: "SEE ATTACHED SHEET" Type of Project: C-20 RAILROAD AVENUE BEAUTIFICATION Pmject 8ID14 R. C. BECKER CONSTRUCTIONPRO)ECTS INPROGRESS DIVISION 10 PAVEMENT REPLACEMENT, LACMTA DIVISION 6 & 10 TRENCH DRAIN INSTALLATION ONE GATEWAY PLAZA LOS ANGELES, CA LOS ANGELES, CA 90012 CONTRACT C1062 NEWHALL ROUNDABOUT CITY OF SANTA CLARITA NEWHALL AVE & MAIN STREET 23920 VALENCIA BLVD SUITE 300 SANTA CLARITA, CA 91321 SANTA CLARITA, CA 9135: C2022 CONTRACT 13-00209 BUS STOP IMPROVEMENT PROJECT ANTELOPE VALLEY TRANSIT AUTHORITY CITY OF PALMDALE, PHASE 2 42210 6TH ST WEST MULTIPLE SITES IN PALMDALE, CA LANCASTER, CA 93534 2013-020 COC INSTITUTE FOR CULINARY EDUCATION KLASSEN CORP EARTHWORK AND ASPHALT 2021 WESTWIND DRIVE 26455 ROCKWELL CANYON ROAD BAKERSFIELD SANTA CLARITA, CA 9135: THOUSAND TRAILS AC PAVING EQUITY LIFESTYLES PROPERTIES 4700 CROWN VALLEY RD C/O VIEWPOINT RV AND GOLF RESPORT ACTON, CA 93510 8700 E UNIVERSITY DR MESA, AZ 85207 CENTRAL PARK SPORT FIELDS CITY OF SANTA CLARITA 27150 BOUQUET CANYON ROAD 23920 VALENCIA BLVD SUITE 300 SANTA CLARITA, CA 9135C SANTA CLARITA, CA 9135E CONTRACT 13-00334 BIKE PATH ALONG OXNARD BLVD CITY OF OXNARD TO GONZALES ROAD 1060 PACIFIC AVE BLDG 2 OXNARD, CA OXNARD, CA 93030 Contract A-7621 PLAYA VISTA - RUNWAY POINTE PARN AMERICAN LANDSCAPE INC 12812 RUNWAY ROAD 7013 OWENSMOUTH AVE PLAYA VISTA, CA 90094 CANOGA PARK, CA 91302 Page 1 \\SV01\Users\SharedU0B LIST\JOB LIST CERTIFICATION OF NON -SEGREGATED FACILITIES RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-82014 Project 82014 City of Santa Clarita, CA The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The CONTRACTOR agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. R.C. Becker and Son, ]no John Becker Vice Preside Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). C-21 RAILROAD AVENUE SEAUTIRCATION PmjeU 82014 ADDENDUM No. 1 RAILROAD AVENUE BEAUTIFICATION Project No. B2014 Bid No. ENG13-14-B2014 City of Santa Clarita, California November 19, 2013 This Addendum form is apart of the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in the Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. CHANGES TO CONTRACT DOCUMENTS AND SPECIAL PROVISIONS 1. WATER POLLUTION CONTROL —Replace 4"paragraph of "7-8.6 Water Pollution Control" on page E-26 of the project specifications with the following: The CONTRACTOR shall know and fully comply with the CGP including its requirement to have a Qualified SWPPP Practitioner (QSP) implement and maintain the BMPs as specified in the projects SWPPP. The City has provided a completed SWPPP and submitted the Permit Registration Documents (PRDs) through the State's SMARTS website to apply for CGP coverage of the project. 2. SOILS REPORT — Add to the Contract Document the Soils Testing Report prepared by Wallace Laboratories, LLC dated April 23, 2013 to the special provisions. 3. PLAN SHEET 19N TC1.3N — Add to the Contract Document plan sheet 19N TC1.3N to the special provisions. 4. BIDDERS' OUESTIONNAIRES AND REPONSES: Ql: Will the agency accept the use of a General Liability policy in combination with an Umbrella Liability policy in order to meet the required insurance requirements? Al: Yes. Q2: Is there a soils report available for the project? A2: The Soils Testing Report prepared by Wallace Laboratories, LLC has been added to the contract documents. In addition the Pavement Deflection and Structural Analysis for Railroad Avenue prepared by Pavement Engineering Inc, is attached for reference. Q3: Is it the City's intent to have Penfield & Smith performing the QSD services and the contractor perform the QSP services for the project? A3: General Specification 7-8.6 has been revised to clarify this question. As such, the City will provide the QSD services for this project and the contractor will be responsible for the QSP services. Railroad Avenue Beaudf=tioo- B2014 Addendum No -1 Q4: The existing striping requires testing for lead before removals. If the striping contains lead, will the additional cost.to handle contaminated material be an extra to.the contract? A4: The Special Provision for bid item #8A (pages F-64 thru F-67) requires lead testing by the contractor. As specified in the special provisions in the event the testing determines the existing striping contains lead, additional money will not be paid for any special handling and disposal of the striping. Q5: is it anticipated that the removed dirt will contain hazardous material? If so, will the additional cost to handle the contaminated material be an extra to the contract? A5: Based on the testing performed in the Soils Testing Report prepared by Wallace Laboratories, LLC, it is not anticipated that the soils to be removed from the site contain any hazardous material. In the event hazardous materials are encountered additional payment will be made for the proper removal and disposal of the hazardous material. Q6: Can you please provide sheet 19N of the traffic control plans? A6: Sheet 19N has been added to the contract documents. ATTACHMENTS: • Soils Testing Report prepared by Wowe I',aboratories, LLC dated April 23, 2013 • Plan Sheet 19N TC1.3N Supplemental Material: • Pavement Deflection and Structural Analysis for Railroad Avenue prepared by Pavement Engineering Inc. dated June 12, 2013 Bidders shall acknowledge Addendum No: 1 by executing Addendum 1 and returning with the bid. Rblie G. Newman, Director of Public Works, City of Santa Clarity BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 1 and accept d0V 1.D 2013 Date Signature Gr�cl �aniln(, THIS DOCUMENT TO BE SUBMITTED WITH BID Railroad Avenue Beautification— B2014 Addendum No. 1 A CAPITAL IMPROVEMENT PROJECT AGREEMENT Contract 13-363 RAILROAD AVENUE BEAUTIFICATION (13'h Street to Oak Ridge Drive) City Project No. B2014 Santa Clarita, CA This AGREEMENT is made and entered into for the above -stated project this _ day of 20___, BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, and as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I That contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings, appendices, and City's Labor Compliance Program; together with this AGREEMENT and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said AGREEMENT documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above - stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. Railroad Avenue Beautification Project No. B2014 Section D Page I of 9 ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VII Nature of Relationship CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations Railroad Avenue Beautification Project No. 82014 Section D Page 2 of 9 and policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not be responsible for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. ARTICLE VIII CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liabilitv Insurance During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the AGREEMENT and any extension thereof in the amount indicated above or the following minimum limits: A combined single limit liability policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. Railroad Avenue Beautification Project No. B2014 Section D Page 3 of 9 Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain coverage at CONTARCTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative. should CONTRACTOR fail to meet any of the insurance requirements under this agreement, City may cancel the Agreement immediately with no penalty. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore. CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, inure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Railroad Avenue Beautification Project No. B2014 Section D Page 4 of 9 ARTICLE IX Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD) of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. ARTICLE X Term This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless sooner terminated. Modification/Termination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Severability In the event that any one or more of the provisions contained in this AGREEMENT shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be construed as if such unenforceable provisions are not a part hereof. Governing Law Railroad Avenue Beautification Project No. 82014 Section D Page 5 of 9 This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Comoliance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local government, including City's Labor Compliance Program. CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination System (NPDES) in order to prevent pollution to local waterways. Failure to. implement NPDES Requirements shall result in project delays through City issued Stop Work Notices and/or fines levied against the CONTRACTOR. Prevailing Wages If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY'S Engineering Division or the website for State of California prevailing wage determination at hnv://www.dir.ca.¢ov/OPRL/DPreWageDetermination.htm. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Railroad Avenue Beautification Project No. 82014 Section D Page 6 of Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this AGREEMENT to be executed in duplicate by setting hereunto their names and titles this day of 20. CONTRACTOR: CONTRACTOR Name: Address: Phone & Fax No. ALL SIGNATURES MUST BE Signed By: WITNESSED BY NOTARY CITY: Attest: Approved as to Form: Print Name & Title: CONTRACTOR's License No. Class Mayor/City Manager of the City of Santa Clarita City Clerk of the City of Santa Clarita City Attorney of the City of Santa Clarity Date: Date: Date: Railroad Avenue Beautification Project No. 82014 Section D Page 7 of 9 FAITHFUL PERFORMANCE BOND RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-B2014 Project B2014 Santa Clarita, CA KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY, provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of , 2013. CONTRACTOR* SURETY* Subscribed and sworn to this 20 NOTARY PUBLIC day of * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Railroad Avenue Beautification Project No. B2014 Secuon D Page 8 of 9 LABOR AND MATERIAL BOND RAILROAD AVENUE BEAUTIFICATION (13TH STREET TO OAKRIDGE DRIVE) Bid No. ENG -13-14-B2014 Project 82014 Santa Clarita, CA KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR AND , as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of , 20. CONTRACTOR* SURETY* Subscribed and sworn to this 20 NOTARY PUBLIC day of * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Railroad Avenue Beautification Project No. B2014 Sect,on D Page 9 or9