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