Loading...
HomeMy WebLinkAbout2014-10-28 - AGENDA REPORTS - SOLEDAD CYN RD MEDIAN PR B3011 (2)CONSENT CALENDAR DATE: [.YI : J0]1 DEPARTMENT: Agenda Item: 2 CITY OF SANTA CLARITA AGENDA REPORT City Manager Approval Item to be presented by: October 28, 2014 Damon Letz SOLEDAD CANYON ROAD MEDIAN REFURBISHMENT, PROJECT B3011- AWARD CONSTRUCTION CONTRACT Public Works RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Soledad Canyon Road Median Refurbishment, Project B3011. 2. Award the contract to R.C. Becker and Son, Inc., in the amount of $1,311,671, and authorize a contingency in the amount of $196,751 for a total contract amount not to exceed $1,508,422. 3. Authorize an increased expenditure in the amount of $31,400 to the existing professional services contract with Pacific Coast Land Design for construction support by the project landscape architect and civil engineer, including construction staking and material testing. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Soledad Canyon Road Median Refurbishment project is part of the City of Santa Clarita's (City) adopted Capital Improvement Program. A total of 16 medians will be refurbished from west of the Saugus Speedway to Commuter Way and from Valley Center Drive to Luther Drive. The project will improve water management practices, beautify three miles of median landscape, unify the median landscape and hardscape appearance on major thoroughfares citywide, and make preparations to use recycled water when available in the future. The refurbished medians APPROWED will retain the existing oak trees, but other tree species, such as the robinia, crape myrtle, and purple leaf plum trees, will be removed due to unhealthy conditions, invasive roots, and bug infestations. The project will add a total of 104 new trees, including 67 quercus agrifolia oak trees. Once the proposed improvements are complete, all existing raised medians along the Soledad Canyon Road corridor from Bouquet Canyon Road to Shadow Pines Boulevard will be consistent with the City's median landscape and irrigation design guidelines established in May 2012. Two medians between the Saugus Speedway and Commuter Way will be modified for traffic safety and circulation improvements. An invitation to bid was published three times, August 21, August 23, and August 27, 2014, and was advertised on the City's website. The project plans and specifications were also sent to area plan rooms. The request for proposals included a base bid and an additive alternate. The additive alternate included the median refurbishment in front of the Penlon project site, which the developer, Williams Homes, has agreed to construct as part of their project. Therefore, the additive alternate will not be awarded. This contract is for the base bid only. There were a total of seven bids submitted to the City and opened by Purchasing on September 30, 2014. The results of the base bid amount are shown below: Comp anv Location Base Bid Amount Martinez Landscape Company, Inc. R. C. Becker and Son, Inc. STL Landscape, Inc. Griffith Company Clean Cut Landscape Los Angeles Engineering, Inc. MG Enterprises, Inc. Sylmar, CA $1,311,255 Santa Clarita, CA $1,311,671 Los Angeles, CA $1,482,167 Santa Fe Springs, CA $1,707,949 Clovis, CA $1,746,243 Covina, CA $1,786,360 Tarzana, CA $1,791,460 After reviewing the bids, staff determined the bid proposal submitted by the apparent lowest bidder, Martinez Landscape Company, Inc., had significant arithmetic errors, resulting in a significant increase in the overall actual bid amount from $1,311,255 to $2,129,546. A copy of the City's bid rejection letter to Martinez Landscape Company, Inc., is attached. The bid submitted by Martinez Landscape Company, Inc. was deemed nonresponsive and is no longer the lowest responsive bid. The next lowest responsive bid was submitted by R. C. Becker and Son, Inc., in the amount of $1,311,671. Staff recommends the project be awarded to R. C. Becker and Son, Inc., the lowest responsive bidder. R. C. Becker and Son, Inc., possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid has been reviewed for accuracy and conformance to the contract documents and was found to be complete. L/ The requested construction contingency will cover costs of unforeseen site conditions uncovered during the median excavation, conflict with unknown utilities, any unforseen modifications to the existing irrigation systems, and the removal of unsuitable soil and import of plant soil. The available budget is adequate to award the construction contract and related construction costs in the amount of $216,500, which will be used to cover inspection by a Landscape Maintenance District inspector, labor compliance, staff time for project management and construction support, and miscellaneous project costs. Staff also recommends increasing the spending authority in the amount of $31,400 to the existing professional services contract with Pacific Coast Land Design for construction support, construction survey staking, and material testing. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT Adequate Landscape Maintenance District Funds (357) are available in Expenditure Account B3011357-5161.001 to provide for award of the contract, construction support, and miscellaneous project costs. ATTACHMENTS Location Map Bid Rejection Letter Contract for R.C. Becker and Son, Inc., available in the City Clerk's Reading File City of SANTA CLARPm 23920 Valencia Boulevard • Suite 300 • Santa Clarita, California 91355-2196 Phone: (661) 259-2489 • FAX: (661) 259-8125 www. sanra-clarita. corn October 6, 2014 Salvador Martinez, President Via Fax: 818-364-9958 Martinez Landscape Company, Inc. 12357 San Fernando Road Sylmar, CA 91342 Re: Soledad Canyon Road Median Refurbishment - Project No. B3011 Dear Mr. Martinez: The City of Santa Clarita (City) has received a bid on September 30, 2014, from Martinez Landscape Company, Inc. ("Martinez") on the above referenced project. The Martinez bid contains calculation errors found in adding the overall total amount of bid items in the "bid price" column. These errors were found in both the Base Bid and the Additive Alternative No. 1. According to sub -item D of item 9, in Section B of the project specifications, the City shall apply the following three rules to correct the bid amount if errors are found in the bid proposal. Applying rules one and two of the "Bid Correction Rules" found in the aforementioned section, Martinez's bid results in the corrected bid amounts as follows: Base Bid: Corrected Bid Amount: $2,129,545.85 Submitted Bid Amount: $1,311,255 Additive Alternate No. 1 Corrected Bid Amount: $8,036,445.80 Submitted Bid Amount: $85,234.00 In regards to the Base Bid, the corrected total amount of the "bid price" on the Base Bid is $2,129,545.85 and this figure controls over the submitted bid amount of $1,311,255. In the Additive Alternate No. 1, multiplication errors were found in bid items 44 and 47, between your written unit prices and the quantities. This resulted in correcting the total amount on the Additive Alternate No. 1 to $8,036,445.80 instead of $85,234.00. Salvador Martinez October 6, 2014 Page 2 Your overall corrected bid amount for the Base Bid and Additive Alternate No. 1 is $10,165,991.65. For these reasons, the Martinez's bid deems non-responsive and is no longer the lowest bidder. City staff will recommend awarding the construction contract at the City Council meeting on October 28, 2014, to the next available lowest bidder, R.C. Becker and Son, Inc. If you wish, you may submit a written response to this letter to my attention, by 12:00 p.m. on October 14, 2014, and it will be made available to the City Council with their agenda packets and/or you may appear at the City Council meeting on October 28, 2014. If there are any additional questions, please contact me at 661-255-4366. Thank you for your cooperation. Sincerely, James K. Tong Associate Engineer JKT:rg S\PWENG-CIVIL 3D1ITorreepondmn \lettw Mnen-reepon6wwK,ninu Ludmpe_ 10062014 cc Robert G. Newman, Director of Public Works Damon Letz, Assistant City Engineer Joe Montes, City Attorney I CAPITAL IMPROVEMENT PROJECT AGREEMENT SOLEDAD CANYON ROAD MEDIAN REFURBISHMENT PROJECT BID # ENG -14-15-B3011; Project No. B3011 Santa Clarita, CA This AGREEMENT is made and entered into for the above -stated project this day of 2014, BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, and R.C. BECKER AND SON, INC. 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. Contract Documents Soledad Canyon Road Median Refurbishment Project, 8301 I October 2014 Page D- 1 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 temtination 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 and policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY Contract Documents Soledad Canyon Road Median Refurbishment Project, B3011 October 2014 Page D- 2 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 w--4----C-ON-T-RAC-TOR-shallmaintain-and-submit certificates, of all applicable insurance including; but— - N ° 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. Contract Documents Soledad Canyon Road Median Refurbishment Project, 83011 October 2014 Page D- 3 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. FurthermoreCONTRACTOR must obtain taplaeement coverage that meets all 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. Contract Documents Soledad Canyon Road Median Refurbishment Project, B3011 October 2014 Page D-4 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 that meet or exceed $600 in value. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. ARTICLE X TOM, — 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. Governine Law Contract Documents Soledad Canyon Road Median Refurbishment Project, B3011 October 2014 Page D- 5 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 httv://www.dir.ca.2ov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to State prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the State wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent State statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable State statues and regulations and adhering to the latest editions of such. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Contract Documents Soledad Canyon Road Median Refurbishment Project, B3011 October 2014 Page D- 6 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 2014. CONTRACTOR: CONTRACTOR NAME: R.C. BECKER AND SON, INC. Address: Phone and Fax: ALL SIGNATURES MUST BE Signed By: WITNESSED BY NOTARY (ATTACH JURATS) Print Name and Title: 28355 Kelly Johnson Parkway Santa Clarita CA 91355 (661)259-4845 (office) CONTRACTOR'S License: 258762 - Class: A Expiration Date: 6/30/2015 CITY: Mayor/ City Manager of the City of Santa Clarita Date:' Attest: Dater City Clerk of the City of Santa Clarita Approved as to Form: Date. City Attorney of the City of Santa Clarita Contract Documents Soledad Canyon Road Median Refurbishment Project, B3011 October 2014 Page D-7 ADDENDUM NO.1 Bid Proposal SOLEDAD CANYON ROAD MEDIAN REFURBISHMENT PROJECT BID # ENG -14-15-1113O11 Project No. B3011 Santa Clarlta, CA THF CITY OF SANTA CLARITA, AS AGENCY: . — In.acccordance wiUi-AGF.NCI^s-NOTICE-MVITMG, BIDS, -the -undersigned -BIDDER -hereby proposes -to fumishall ---•-- 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 tat this proposal is based upon careful examination or 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 die 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. Irawarded 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 Titley Vice Pratae � Signature- Date: rJ13fN14 Bid Proposal — Addendum no. 1 Suiedad Canyon Road Median Refurbishment Project, 8301 I Issued on September 22, 2014 Page C- I ADDENDUM NO. 1 BID SCHEDULE - BASE BID Medians 1 thra t I : Median 13 up to Station 300+42; Medians 13 thru 1.5 SOLEDAD CANYON ROAD MEDIAN REIT IIRBISHN`[UNT PROJECT [IID # ENG -14 -I5 -B3011; Pro,iect No, B3011 Santa (torch, CA Bid Proposal - Addoadum no.I Soledad Canyon Rood +ledilm Reti,rbishment Project. 433011 lowed on September 22, 2014 Paas C- 2 Np. Item Descri tion ttn ,its Unit Price - Bid price CATEGORY - GENERAL MoUl,zatiorfDemobilization, Bonds and Insurance. t Project Poasin ., Utility Cooroiaatinn and adiusimerts Water Pollution Control and Implament Bast k1wa meat Practice LS $5,988, 1 $ 5,()48 Io CATEGORY -TRAFFIC ITEMS T"raifc Handling & Construction Area Signs & (we 3 electronic cean eebie Message si ns LS$:19,465 ,3 1 $ 4S,46563 Thermaplast.c Left E,,,gel.ne (Detail 241 & Removal or 4 Rased Pavement Markers LF $0.60 22,46:3 $ ,.5,499,47 Remove and RelccatelReinslall in place ex,6eng S si;tns with new signs, an&ors and sleeves EA $230.00 10 '$ 2'300.00 8 1 Remove and Dispose Of existinq Bions I EA $86?5 1 2 1 $ 172.511 CATEGORY- DEMOLITION AND EARTHWORK C:earing.. Grubbing and Removals of Planting materals, Irrigation Equipmem and apoartenancss, - Control wires: and PVC lines for main and lateral SF $2.4 93,082 $ 8 P,ernova.. of Eiestira T-ees'Robmra spn,1 FA $189.94 3`, $ 5,898.14 Relrova'.. of Existing Trees (Lagersfroemia sop, d 9 Pcerus cerasifara nvc.) EA $520..67 31 $ 15,.140.7' io Removs of Ex.stiu T -e -e Stumps FA $'225:'4 11 $. 2,49±.34 11 Pothotin. of UtiNiies using hand excavation. EA .$545..38 10 $.. 11.312_ Z 12 Sawt:ut & Remove Existing Stamped COncreie SF $1.66 41,639 $ M_169.91 Sawout & Remove Exsting Asphalt Pavemeat & 13 Basemate6al(12 inch thickness? SF 32.63 1,487 (.S 3931,46 - 14 Remove & Salvage Existmn Boulders EA 357.14 57 1.$ � 6,4.14 15 Sawcut & Remove Existing ConcreteCud) &.Gutter LF $c+.{) 420 S 3,788A) Earthwork - Soil Removal, temporary soil stockpile, 16 and Osposal of excess Soli at all medians. LS $ L47,977.45 1 $ 147,977,45 Earthwork - Placement and Compactlon of native 17 soj at ail medians - See Dotal 8 of Sheet :111 CY $30.87 100 $ 3,087.0(s Bid Proposal - Addoadum no.I Soledad Canyon Rood +ledilm Reti,rbishment Project. 433011 lowed on September 22, 2014 Paas C- 2 CATEGORY ROADWAY CONSTRUCTION IS Corcrete Guro 1'F $13.e; 53" $.... 5,a38,PI McdifE,vd Curb & Guncr- at existing mi order 19 metal pate cover (Median. 4} EA $'2q0, 3:y 1 S 24004 20 12 in on Ih-ek Reinforced Concrete Manhole Pad EA $50(7.1)0 3 5 1,508,00 21 As�, nabI L rw,ete ;8') with two sac4 Iany 112`1 SF $20.;3 327 S 5,?I.3.31 CATEGORY- HARDSCAPE mtegial Coiared & Stamped Concrete to match LAID ?2 standard (Ex. Red madians) 5F $5.0,21 8 13618 11 -10,5111.36 New Stamped Concrete- repair of damaged ' R,vcr 23 ..Rocky -sump ma,merarice styo----, _ -._. __._5° ._g-yg,t,.} cx41 5 CATEGORY - IRRIGATION - ALL VALVE BOXES, QUICK COUPLERS, PULL BOXES, PVC LINES, BUBBLERS, IRRIGATION HEADS SHALL BE PURPLE COLOR (RECYCLED WATER) Electrical Service Pedestal, Meter and Dual Use 24 Enclosure, and Appurte:rart Facilities EA $ I O.i-q t0 1 $ 10.554.50 i+tomahc:,rrga on Uowrnrler hPleatherl ran - - sWTPRO 3036 CWM) ieoiading service agreerrent 25 CiM-PR03C-1248 until .lune 30: 2018 FA $71560.00 1 $ ?,506JM 29 Controller W.re LF $025 217.751. $ 54,437,75 Weatherirak WTPR02S-tBSTA wan Weathertrak 27 w6Okit.jupprade ex;s1inp .•icgation comroiers) Ed $550.10 2 $ 5, 100.0.) Instai(e?icy of new sleeve ,4 -inch, Ctasa 315) tp DIRECTIONAL BORING METHOD AT TWO LOCATIONS (MEDIAN 1 AND MEDIAN 5) - The ,wort, to be bone at night rme. (9 prn to 5 am 28 Monday - Friday) FA $4,tlto-17 2 - t r14" Remcmeentrc':=,alae EA $ <4.6'1 25 30 1" Remcte control valve EA S�78,0Q 59 S 16,402.011 31 1' Remote ron?rot low flow valve EA $296.136 - $ 4.060.00 32 plaster Valve EA S210.0ti $ "50.w. 33 Flow Sensor EA $700.00 $ R70,0i1 84 Oa1e Valva EA $2S0.Ot7 27 $ t-750.UC 36 '. Ooick Coupler =A $115.'% ?4 $ $,53g+iii ;6 FlushValve EA $29,0) 351 $ 30.46 F:JU FuiIBox EA $9x94 ig $ 9?=.611 38A. 2 1)2" Marr -ire (Sen 40 PV --i LF $6,00 1.082 $ 6, 3;^_.00 3396 2`Ma;niine(Sch-4 PVC) LF $5,50 1,295 $ 7,i 89 t !z2 4J r{Inn ;Soh -4J rVr'�....� LF $4 L0 25 $ 1.500"-A) 40 6F $o 0 61za S0.00 44 4 1"M Lateral 4+a-{SOk j Eh:G; LF $U.00 "682 $0.00 Bid I'ropo;al - Add-ndurn no. I $o toad Canyen Road Nlndinn Reftrrbishmsnt ProjiY�t; 43:1;1 i I fsued on Sept mbcr 22, 2014 Papa C- 3 42 1 914" tatcra enc :Bch. 40 PVC) LF 43 1' Lateral line (Sol,, 40 PVC) Lr 52.50 7,4 1- 3 $ 15.307.$0. 44 1,14' Latarat line (Sen. 40 PVC, LF $-2.40 20,75: $ 0A04.60 45 cc 46 Class 315. P peAylre Sleeve -Size Per Plan Tree Bubblers LF EA $3.011 $[;;1 !^ ° 7 327 $ .6,600.00 Is L9.620.00 4' Shrub Bubbiers- incluC ng.stream. b.Jnblera EA 529,p^ 3,325 $ 83,(25 00 CATEGORY - PLANTING —.ALL PLANTING (TREES AND SHRUBS) REQUIRE OVER-EXECAVATION (SEE DETAILS C, E, AND H OF SHEET L1.11) 46 RootiMoistUfe Barrier - high deosnv Polyethylene l -F 37.6U 13,490 $ 102.5^_4.00 49 Play}':uta Area SoiV Preparation & Amendments Onctud:ng testing of import soil) SF $0.15 76,231 $ 1 11434.6$ 50 Percoiatlon Tesi (12 vich diameter by 72 inch depth sugared pi?` EA 530.00 30 $ 90(100 51 24' BoxTree- Artvtus Manna' EA $320AY) 3 $ 96(1-(!) 52 24' Box Tree- Xcetruefena bipinmata EA $ ;itv C0 6 $ blit'( 00 53 24' Bax Free- Lagerstroemia mdica C omanc^e EA $960 t'0 5 $...._. 2.160600 54 24' Box Tree- Prunus cerasifara 'Krautei Vesuvius' EA g 300.ilt) 22 $ o.6 10.00 55 30' Box T,ee- i, uercrts agrmoiia EA 5660.00 $ 44.220.00 56 Shrubs- 1 Gallon- Homo,rcrattisx 'Bitsy, (1 761) & Arand;oa domestica 'Nana` & 1 Gallon (43); (IVaIWOa In .median 1 oni FA 55 76 1,824 . - $ t0_?^g6.a1t. 57 Shrubs- 5 Gallon — P.haph orspis nmbeirata 'M -nor' EA 1 $17-00 3,490 $ $) ?3(;,00 58 Shm]dz- 1S Ga lon — inonytrus /orrunet 'Fmeraid in Goe EA $59.00 1.022 $ 59 Protection and Wntenance or c,isY ng Trees to rernarggnauding daft kvater2g of those teas) LS 45.1100.:0. 1 $ 5-000.00 60 Piarning Area F ne Grading _.... SF 50.: 76 2`+1 $ 11,434.65 61 2' Organs rdulCh (PlantinAreas) GY $4).00 -80 £ 82 First 90 says or Plant Maintenance and Establishment Period ( Day 1 io Day 901 SF $i),! �) '*,'.221 $ 7.,t;23, l U 63 Second 90 days of Plant Maintenance and Establishment Period ( Dav 91 to Du 180L.1 SF $O.f' Tc,lS1 S ,,-;45,41 TOTAL AMOUNT FOR BASE BID IN FIGURES $ LJI I.ti71.35 '. TOTAL AMOUNT FOR BASE BID IN WORDS one motion, three hundred eleven thousand, ata hundred sevenry-one dnitar- atn6 thirty -6w cc ea 81d Pfonoeal - Addeudum no, I Sili.dad Canyon [toad Medina Kcturtmshrocnt Project, HV) 11 Isscicd on �eptltinher 22, 2014 Page T24 ADDENDUM NO. I BID SCIIEDIILE - ADDITIVE ALTTRNATL NO. 1 MEDIAN NO. 12 FROM STATIONS _1001T!W0 0 So mmo, CANYON Ron) MLDIAN REut RRISHMENr PROJECT BID 1# ENG -14-15-B3011; Project No. B3011 Santa Clarits, CA iem No, Item Descri ficin Units Unit Price O Bid Price CATEGORY -GENERAL MnbilUafin:v(iemohUrzatiot�,. Rnntt; arv{;nsprgnrw, I ProeCt Fhasing, Utility Coordination and ad;'ustments LS $5A00 -t>0 1 S 5,00x, 00. CfSotrcl and in:piemen(-Be.M ._._ ., .,.a,a_............ .._ �.- ,,._.,._. ,.._.-,,. Management Pracb,..e LS 1 $1.2,00,06 1 1S 1,20000. CATEGORY - TRAFFIC ITEMS i ra 7 abdling . GoVisirucron Area . igps iv+o 3 electron c changeable Message signs LS $0.7oo.ou. t $ 1)'00.00 Tliermoplastic Leff Fdq_aime (De•aii 24) a Removal of 4 . Raisad Pavemart.Ma Kers LF $11,69 1,419 $ 4%9.1 i R-:meUa-«silt.—'MidIC+F,:#tP,ifiC:t4 "044:ptacc EtXifi4>Ffr- ttiyi;�:witfa•+�avai-an�tleeues E:. $o -Go $0.00 8 R.-.wi ar'ri-Qisauea o«Exwt+ncd___ CA $0 co 0 $0.00 CATEGORY- DEMOLITION AND EARTHWORK -0ieari1g, Gruhn ng and -4--O gals of Planting male^als, Irrlgotiori E.>�;iprneni and appvrterancea, Gontrol wires, and P C tines to mei, and lateral SF a> u;; 5, 59C+ S ; 6,146. 10 8 Removal of Sxstinq ras iRobxia s,OP.) EA $13284 18 S 3,417.12: a€+..,..sw+}?:aesti�=+U+t'tuxuira.nf'±+�sr `? .'va,aus-crxaeite+al;w:v FA $n.Co 0 $0.00 10 Removal of Existing Tree Stumps EA $325.44 1 $ 22i9d I i POW01;cq cif Utilities SSM hand eKpavat;cn FA SS9`;.3$ 1 $ 38 l2 S Sawcut Remove Exisung Stamoed Concrete SF aawr:t+t. A-Reraeve2-r=xistin JAoor�alf Fatien�c.rk-R.- 13 Race -,^?alar al; -A aca-zhicic++ess-} aF 5:1.00 0 $0.00 14 Remove & Salvage Existing Souders rA $57,11. } $ }?,; 'S E�;ve;,t+4-h-Removr {r+sf;nvF%trr ter tr $0.00 0 $0.00 Farthwork - Soil Removal, temporary soil stockmic 1F, and Disposal of excess soil at an media^s LS $I?,rt`.>o4 Earthwork -- piaf,"m ;nt and Gomicauior of native 17 sail at all medians- See Detail B of Street L1.11 CY $30.87 50 $ 1343.50 CATEGORY- ROADWAY CONSTRUCTION Rid I'rnlrr.Sel - Addandum ncr..I Solcdad Canvnn R gad Median Refurb':s?unent Prolcct. 1330 11 Isened on Satltember 2:, :O 14 oar, t:'- 5 Rid Prup(,.Sa' - Addendum no, I Soic&d Cariyon Road Median Refurbishment Prqiw,, 6301 i Issued on Suiptember 22, 2014 Page C- 6 J $0.00 EA S01,00 G Woo 20 '12 7Octick FA $0.001 0 $0.00 'l Asolsa4iGoncxete 141 $e;'On 0 $0.00 CATEGORY- HARDSCAPE 22 aEanaara-x-me4iarrs) S+^ - $0.00 G $0.00 23 New Stamped Concrete- repair of damaged'Rivei Rock'stamp maintenance strip SI, 516.61 141 $ 2 14-1,01 CATEGORY - IRRIGATION -ALL VALVE BOXES, QUICK COUPLERS, PULL BOXES, PVC LINES, BUBBLERS, IRRIGATION HEADS SHALL BE PURPLE COLOR (RECYCLED WATERI 24 FaGdiii g EA $0.00 0 j $0.00 25 VVT-PROZC-36 ajr,,,Jier4L [A $0.00 0 $0100 26 Controller Wire LF V, 639. , 'co7 -'i 27 3mjtfueqfade EA 80.00 0 $0.00 26 by DIRECTIONAL BORING METHOD --Th.e-wo;k jo be lmsiday) 61; so'00 a $0.00 129 30 1 '14' Remote control valva 1" Remo -Ontrjl V31VL EA EA $325,00 $173,00 3 2 is $ 356'00 31 32 Macw-valve FA E-A $0,00 $0,00 6 $0.00 10.00 33 Flow Sensor FA $C.00 0 $0.00 34 Galls Valve EA $4 4'0 , 0 C. 35 26 Quick coupler Flush Valve EA EA $11(1.00 $29 nn 7 $ 912.00 5)2,0) 37 Full Box EA $49.00 1 $ 49AJ 38A 2 u2" Mainline (Sch. 40 PVC) LF $tI.W. 6710 5 4'J2600 388 2'MS4W48,�' F WOO 0 $0.00 39 1, W' 40 PVC-) MOO G $0,00 40 2" $0,00 a $0.00 41 4 -!4' -iatu:.44- i-F. $000 0 $0.00 42: 1 V4 Lateral lRie'Sn. 40 PVCi Rid Prup(,.Sa' - Addendum no, I Soic&d Cariyon Road Median Refurbishment Prqiw,, 6301 i Issued on Suiptember 22, 2014 Page C- 6 41 T' Latera! Ilse ism 4U PVC) LF $2.50 79 $ 14750 44 3i4' Latera' fne (Sall 40 PVi:) LF .$3A0 2.802 6.724.80 45 Gtaa"t5-PipwW:re Si w plan LF $0.00 0 $0.00 46 Tree Bubblers EA $60,00 35 $ 2, i00,00 47 Scrub Bubblers- including steam bubblers EA $24.00 329 $ %,fia6.00 CATEGORY - PLANTING - ALL PLANTING (TREES AND SHRUBS) REQUIRE OVER-EXECAVATION (SEE DETAILS C, E, AND H OF SHEET 1-1.11) a 4., RuoUMoisture Barrier- rgn density poiyethy!ene LF $9.60 1'755 $ 10'<>8.00 ----PlantirgArea - .49 -Soli Preparation -&Amendments (Including testing of import soil) SF $0.15 8, 45 2 $ 1.26,). d1 50 Percolation Test 112 inch diameter by 72 ;nch depth eugered pit) EA $85.00 2 $ 170-00 51 24144" Tram-,AsW rp; Me.;,:a EA $0.00 G $0.00 52 ,T4"-.BGt;f9y..i{pWJtIMQhg> .. A EA $0.6C $0.00 53 EA $0.00 D $0.00 54 24 Box Tree- Prunus cerd.sifera 'K,Bo:er Vesavws FA $K:1,00 3 $. c60 fU 55 3c" Box Tree- Quei=s agrifolia EA $'700:10 10 % 7,000.00 56 Shrubs -1 Gellon- Hainprrcalisx Bitsy' EA $5.7V 82 $ -167.40 Shrubs -5 Galion- Prhaphlofsxa umdeiWaMinor EA $17.00 343 $ 5,8.;1.00 58 15 Gallon -- Euonymus fierluner 'Emerald'. God' EA $59 G0 124 $ ?316.0(1 59 Protection and %4ainterlan_e of Existing Trees io remain (irclu" daily watenng of those tr?es) LS $I,c00AO 7 �u $ I,000.0f1 6G P!etati Area Fine Grade SF $0.15 6,462 $ 1,2119.30 51 2' Organic N'ulcc (P�antvg Areas; CY $58 00 53 $ 3,074.01 62 First 40 days of Plant Maintenance and Establishment Period ( Darr 4 to Day 90) SF $0.12 8,462 $ 1,015.44 63 1 Second 90 days of Plan! M.a:rteaence and Estab.ishme,-it Psnod i Day 91 to Day 1801 SF 50.13 1 8 462 5 1,269.;0 TOTAL AMOUNT FOR ADDITIVE ALTERNATE NO. 1 IN FIGURES S 1 au,32a.52 TOTAL AMOUNT FOR ADDITIVE ALTERNATE NO- 1 IN WORDS one hundred thirty thousand, three h-dndred twenty-four dollars and fifty-two genre Hid Pft posal - Addendum no. I Suledad Canyon Road Median Refurbishment Projsct, 83011 Issued on September 22, 2014 Pago C:- 7 ADDENDUM NO. l BID SUBMMARY SOLFDAD CANYON ROADMEDIAN REFURIIISHMENI' PROJECT BID k ENG -1 J -15-B3011 Project No. B3011 Santa Clarita, CA "Bid Summary" sheet shall be incorporated in and submitted with BIDDER'S proposal. NAME Or BIDDER: R.C. Becker and Son, Inc TOTAL AMOUNT FOR BASE BID IN FIGURES: TOTAL AMOUNT FOR ADDITIVE ALTERNATE NO. 1 IN FIGURES: TOTAL AMOUNT FOR BASE BID PLUS ADDITIVE ALTERNATE NO. 1 IN FIGURES: $ 1,311,671.35 130,324.52 1,441,995.87 TOTAL BASE BID AND ADDITIVE ALTERNATE NO. 1 AMOUNT IN WORDS (please print legibly): one million, four hundred forty-one thousand, nine hundred ninety-five dollars and eighty-seven cents 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 additive alternate no. 1. The Agency reserves the right to award the contract for the base bid and the additive alternate no. 1, if any, which the City may select in its sole discretion. The AGENCY also reserves the right to add ANY OR ALL of the CATEGORIES IN THE ADDITIVE ALTERNATE NO. 1 BID SCHEDULE 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 no. 1 constant throughout the duration of the project up to the last contract working day. No additional compensation will be allowed for Alternates added by Contract Change Order beyond the amount shown on the original bid. 13id Proposxl -- Addendum no. I Svledad Caryon Nom'. Median tWurbishmenl Project, 83811 lsswd on Seplcmber 22, 2014 Pagc C- 9 DESIGNATION OF SUBCONTRACTORS SOLEDAD CANYON ROAD NIEDIAN Ruu RBISHMEN I PROJECT BID # ENG -14-15-B3011 Project No. B3011 Santa Clarita, CA 1.iutrd hc•km are the names a:nd toeationa of the places W husincvx ol•cuch suhcol dutor, supplier. mild vendor who orlma WFIL0001�S tor,.' bid: T)Ri--:mkw, age ni iim; trod arnu.1 gross rurc;p(s are requited if sen Contractor portit:ipating a, a DIdIS Su6contrrtor DDK-9TA173S: Dollar Value of Work $16479.20 B C Traffic Specialist Cu1i::i.:• Ace;x'v: n!a annmd (iross Rcecipts: tinder $10 million drr..r_ 8 17'. C;ertj;":in¢ Atzeuc ills annual 610:55Rewipts: under $5 million i.,acation sod No nHnsiaecs Bid St•hcdute Item No 638 W Southern Ave, Orange, CA 92865 CA 91355 . Hid Sc edule ttcnt \as: Deser rainn ni' Wark Lancecape 4, 5, 6• alt 4 Sign and Striping Phone ( } .icense No. Exp. nate: ( Phone ; 877686 06 31 16 714-974-1190 Siitxontractor - °i^r".,...�; PAT, IS: - Dollar Vahoa Wcitk $736,321-95 Marina Landscape, Inc A,e of titin; 26 Cu1i::i.:• Ace;x'v: n!a annmd (iross Rcecipts: tinder $10 million Lacxlinn e.nd Place of Hitsincsr. C'ertifvin., :1 �en� •: .4nnuat Grass Rcceipt,;under $10 million - 900 S. Lewis St, Anaheim, CA 92805 Bid St•hcdute Item No Dcscritaion of Work CA 91355 25-39,42-58,60-63; a,t26,29,30. -38a,42-44,46-50,54-58,60-63 Lancecape I icense No Exp. Date: F r Phone ( } 492862 06 30 16 714-267-6475 Subcontractor pD{'s-S-Fr4'3l-JSi._-. n a Ooll u• V.duc of WLrk $9,170-00 H8S Electric. Inc A^c nt (nm: 13 C'ertifvin., :1 �en� •: .4nnuat Grass Rcceipt,;under $10 million Location and }`lace of Rosiness 27895 SmW Drive Unit 6A, Valencia, CA 91355 Laid S,:hcdule item Nos: DeTiption of Wnrk 24 Electrical I:icense. No .xp. Date t 1 Phone (...) 797242 07 31 15 661-295-7705 Bid Proposal S Iedad Canyon Road -Median Refurhishawrit Plgia t, 1`33011 August 2014 Page C- 9 DESIGNATION OF SUBCONTRACTORS SOLEDAD CANYON ROAD MEDIAN REFURBISHMENT PRO.IFCT BID # ENG- 14-15-B3011 Project No, 83011 Sento Clnrita, CA Lked below arc the nat,mS Ind lotalime; of the phlcee of bus;nass of each sn'knntractor• supplier, and vendor WMt will perhmn work or lablor or mmkr sr:rvsc in excess of !4. ai I percent, :.r .SIQnA() (whichwncr is gresier) or Oro pr.arc mltr, [ra haul hid. DOE agc W, 11111111 anti amulai crow reccipi, me m•quiced it qui, conic nsor is r tttirtipnlin �, , t N"L li,('UUnti:lCiyY 1W STA iP"f Al e ' of firm' (•eCCll Ytn•' fltcr`.t•.: ).;elnr lathe of l\'M-K ,J;iHl:tl GrJlS ll cCt'ipC�. iAcnun aiid Yhtce of tidstncss �..._�. rli[ SC 7ed+liE ?ant Vai; h'v't il;(inno:'W-:):k L"icen,e 1 a F:xp pnrc: Phone, 1 7 1 Itim: Cctciti'ut'Accn .;: 1)n11tir value al'Wnrk AlounnlGmss licccipts t - i u: of P„isincs:c _. lih! �elterhdo f(cu: Vv3. f �ac:•[rIN;an N ;tiSer1, License 40. Fxp. Data: i phone SuF:cuntr:¢;inr... UV ,I lint” Fl}' -S F,a1'FJS:: %.rtiC`,tny :\. crcy: r) illm Value [d Work_... :'\enL31 Cim.,l: Rctciptr. Lx'ati�m ;aii Placa n111unina�. Si, Scher al Vern N ,, D.:.itip r:r. ofitiruk License No, Fxp. D ate i ,' Intone r laid I-mpnzal SalMad (':v -yon R,wd Acadian Reli:,binhtmnl Ymje:t• Wolf Aulmml 'ill# Page C. 10 REFERENCES SOLEDAD CANYON ROAD MEDIAN REFURBISHMENT PROJECT BID d ENG -14-15-133011 Project No. B3011 Santa Clarita, CA 7fie following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within the past 3 years: CA Mike Livingston 661-267-5300 Name and Telephone Number of PPerson Fan- iat with Projmt rc $1.083.63T06 Safe Routes to School Stre t1wavement_ 92014 Contract Amount Type of Work Date Completed 2, City of Santa Clarita 23920 Valencia Blvd, Santa Clarita, CA 91355 Nide And Adik`e+ of Owner � Agency Frank Lujan 661-286-4138 Name and Telephone Number of Person Familiar with Project $1,668,871.31 Median Improvement 82014 Corirnct Amount Type of W c L}ato C,otnpletc+d 3. Los Angeles County MetropSlitan Transit Authodty One Gateway Piaaa. to 90012 Name and AAddresc of (honer /Agency Deneise Glover 213-922-7302 _ _ _,. m..._.., •__ — . _ Nmne and Telephone Nuinber of Person Hamiliar evtth Project $1,628,600.00 Division 8 Pavement Replacement 62014 CZrifract Alnourd Type of Work bate .dmpis[ekl The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Aon Risk Solutions 707 Wilshire Blvd, Los Angeles, CA 90017 213-630-3327 Fidelity and Deposit Company of Maryland 1400 American Lane, Schamburg, IL 60196 847-605-6000 Millennium Corporate Solutions, Inc 550 N, Brand #1100, Glendale, CA 91203 818-644-4118 R.C. Becker and Son, Inc t onlydcGli's�urr�e- Aid Proposal 4>ledad Canyon Road Mcdian RefurbMin i, Project. 83011 Augwt 2014 Page C- t I TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBAIL'NENT AND SUSPENSION CERTIFICATION SOLEDAD CANYON ROAD MEDik,4 REFURBISHMENT PROJECT BID # ENG -14-15-83011 Project No. B3011 Santa Clarita, CA The bidder under penalty of perjury.. certified that except as noted below, helshe or any person associated (herewith in due capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ioeligibilito by tiny federal AGENCY: has not been suspended, &,barred, voluntarily excluded. or detertnined ineligible by any federal AGENCY within pus( three years: does not have a proposed debarment pending, and has not been indicted, convicted, or had a civil judgment readcrcd against it by u court of competent jurtstlictian in any matter involving fraud or ofiicia) misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. NONE Exceptions will tint 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 wise information may result in criminal prusecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall acro constitute signature of this Certification. Rid Propo al Soledad e;:at Yor :toad Median Rciurb _dunrnt Prn ect, B301 I Augtu1 2014 lake t.'- 12 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION SOLEDAD CANYON ROAD MEDIAN REFURBISHMENT PROJECI BID # ENG -14-15-83011 Project No. B3011 Santa Clarita, CA This bidder.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 10925.1 1114, or 11246, and that he has x has not , filed with the Joint Reporting Cmnmittee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, at the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: R.C. Becker and Son c By:C l_ r John Ler Title: vice P Date: 8�0-14 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(6)(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 C,0-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (FFO-I) 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. Bid Proposal Sonedad Canyon Road Nledimi Refurbishment Project, 63011 August 2014 Page C- 13 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid ars true and correct and made under penalty of penury 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 !ilex!, and that no such reports are currently oumandin& 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 subupntntcted, and that such affrtnative actions have been filly documented, that said documentation is oNit to inspection, and ;hat said affirmative action will remain in elrect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affinnnutc action will he taken to meet all equal mtnpluyanent opportunity requirements of the contract documents. Bidder's Nanx: R.C. Becker and Son, trrc Business Address: 28355 Kehv Johnson Parl(W i Santa Clanta, CA 91355 Yetgplvme No.: 661-259-4845 Stale CONTRACfOR's License No, & Class: 258762 Class A Oricinal Date- 712211969 Expiration Date: 6/301215 The following are the names, titles, addresses, and phone numbers of all individuals, firm mcinbers, partners. joint venturers, anWoi corporate officers laving a principal interest in this proposaC R.C. Becker and Son, Inc 76355 Kelly Johnson Parkway, Santa Clarita,. CA 91355 661-259-4845 Michael Becker. President ^48355 Kelly Johnson Parkway, Saha Clanta, CA 91355 6fi1-259-4645 John Becker, Vice Presidert,29355 Kelly Johnson Parkway, Santa Clanta CA 91855 86i-259-4845 The dates of any voluntary or invohmtary bankrupicy,iudgments against any principal having an interest in this proposal. or any firm, corporation, parmership or joint venture of tvftich any principal having an interest in this proposul eros an owner, corporate 0f6ee1", partner at joint venture are as fotlows: NONE ilia Propoval Snledad Canyon R, and %feclian Retinbu;hmcat Project, RIM I August "it 14 P; r -c C- 14 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NONE IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 30th day of Sept 20 14. BIDDER: Signature f `` John Bee ket, 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 661-259AS45 95-2567499 Telephone Number Federal Tax I.D. No, SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this "see attached" day of , 20_ Notary Public Bid Proposal Soledad Canyon Road Median Refurbishment Project, B3011 August 2014 Page C. 15 (SEAL) CALIFORNIA JURAT WITH AFFIANT STATEMENT oovnttxtrw eaoe it e:o: See Attached Document (Notary to cross out lines 1-6 below) ( See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature e1DnrvmeN &grwr No. i State of California county of %s_A„o�eff,4 w e LISA si � ZIN Commissionn # # 1959 1959174 Notary Puollc • CAROMS Los An 1168 County t M Comm. fx runs Nov 4, 2015 p Mw NaIa, Seal Above signet. a Document SWn. No.2 gt any) Subscribed and sworn to (or affirmed) before me on this 3044 -day of SGP 20 (7 r bY oma... Macon year_. &Ck6r_.._ —_-- Name d Sign. proved to me on the basis of satisfactory evidence to be the person who appeared before me (and (2) --.-- Name ai sgaa, proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature S ywiura all I n� P ' T � .w_ OPTIONAL Though the fnformatlon betow is not required by law, it may prove valuable to persons retying on the document and could provent fraudulent removal and reattachmarnt of this form to another doutunanl. Further Description of Any Attached Document 1� Title or Type of Document: Document Dale: ci + 30 I �. Number of loagoe, Signer(s) Ofhar Than Named Above: _ __ ____ _ RrOr4lnllPABrr NINi IiIGMi 77,77 nfN7 j�IR BID SECURrrY POW FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following fonn shall he used in case check accompanies bid. Accompanying ;his Proposal is a *ecrtiftedteashiers 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, atoll the undersigned shat: fail to execute a contract and furnish the required bonds within the stipulated time; othmvisc, the check shall be returned to the undersigned. Project Name SOLEDAD CANYON ROAD MEDIAN RF.FuRBEsHMENT PROJECT Bid No. ENG -14-15-B3011 Project No. B3011 Not Applicable Bidder's Signature CONTRACTOR City, Stato. 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 lya not less than ten percent (I()#/) of the total amount of the bid. Bid Proposal tsolcdad C'atyou RoadMedian Refurbishment Project. Blot I August zala Page r.• 16 PROPOSAL GUARANTEE BID BOND SOLEDAD CANYON ROAD MEDIAN REFURBISHMENT PROJECT BID # ENG -14-15-B3011 Project No. B3011 Santa Clarita, CA KNOW ALL MEN BY THESE PRESENTS that RG. KC14ER&SON INC. as BIDDER, and FIDELITY AND DEPOSIT COMPANY OFMARYLOD ti,q SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of TENPEBCENT OF AMOL84r DID dollars (Sla"k of Amaunt aid), 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 WHF,REAS, the parties hereto have set their names, titles, hands, and seals, this 24th :day of September 20AA . BIDDER R.C. DECKER&SON.INC,-28355 Ke0y.lohnaan SURETY*t ADTe AM OPOT COMPANY OF MARYLAM 777 5 Figuerm &, Suite 3900. Lw Angeles, CA 90017 Telephone No 213-270-M $ AteRp3� ADa+rajFac1 Subscribed and sworn to this 241h clay of _ SOMWr 2614 , NOTARY PUBLIC see aaached jurat *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 he authorized to transact business in the State where the project is located. Bid Proposal Soledad Canyon Road Median Refurbishment Project, 83011 August 2014 Page C. 17 CAUFORNIA 1URAT "`State 6f California County of Los Angeles, Subscribed and sworn to (or affirmed) before me on this 24th day of September —, 20 14 , by B. Aleman proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. (seal) Signature Trac Aston trucv�srox Committal ay 1939076 Notary Public. California x Loa Angeles County p �' M Cr.,omm. I brow : May 15, 201I ZfiRICH AMERICAN INSURANCE COMPANY COLONIAL .AMERICAN CASUALTY AND SURRTV COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MIEN RY THESE PRG4B'v I:S: That the ZURICH AMERICAN INSURANCh COMPANY. a corporation of the Sistc of New York. the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, it corporation of the State of Maryland. and Lite FIDEL ITY AND DEPOSIT COMPANY OF MARYLAND a craporation of the Stoic of Maryland (befein collectively called the "Caauparies"), by THOMAS O. MCCLELLAN, Vice President, in pursuanw of authority granted by Article V. Section 8. of lite lily -taws of wn1 Cuvnlisui1es, which are 3E' forte) on the reverxe aide licreof Rod are hereby certified to be In full force and effect on the date hold(. do hereby nominate, constitute, and appoint E. ALEMAN, of Ions Angalcs. California, its time and lawful agent and Attorney -in -Fact, to snake. execute, seal and deliver, t"ut, add on ifs behuif ag surety, and as its act and tatee d: any and all bonds and undertakings, and lite execution of such bonds or undertaking:: in prnsurdwe of :hese presents, Arall he, as binding upon said Corollaries. as fully and amply, to nil intents and purposes. as if they hod been duly execauld and acknowledged by the regularly elector ol'ficen of lite ZURICH AMERICAN INSURANCE' CCiMPANY at res office in New York. Now York., the regularly elected officers of tire COLONIAL AMMUCAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers We the FIDELITY AND UF,'POSI'T COMPANY OF MARYLAND it its orrice Lt Owin,. Wit, Maryland., Ir. thzir own proper persons. 'file said Vice Presiuenl docs imrcby certify that rho extract set forth on lite revers: side hereof is a true copy of Ar cic V. Scot tort S. of d)c. Ry -Taws of said Companies. and is now ill force. IN WITNESS NVHt•,REOF, the said Vin>Pmsident has hereunto subscribed hisliher names and affixed the Corporate Seals of dle. said ZURICH AMERICAN INSURANCE COMPANY. COLONIAL. AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEKWIT COMPANY OF AIARYLAMD. thio Ulth day of MuY. A.D. 2012. ATTEST: BIT rinbGvtr Sc':'rrtr.�). i Iit 0- flu. 'as ZURICH AMERICAN INISURANCE COMPANY COLONIAL AMERICAN CASUACIY AND SURETV COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND /J, Miy4 1. pry• Vtre pasidnu! D.otn,ar 0. Af(CIcii,m State of MarvUtn: Cif_r of Raltimen: vin dor 10th day or Tray, AJ). 2012. tstore the subsCrd)to a Nntan' Pui,li..d it a n,; ;r klar land dull, end uviNiwre' atm yunlirieJ. THOMAS O. NICCLELLAN, Vire Pcexideat, and ERIC D. HARM .S. AavLstant Secretary, of to rm pv'40,o ly kuuwu w tx� the i?divuruaa£:utd olfceec d.s.mbcd m and u•h: • exIWod the tMWing imvunaaa. and j�ru wle,iged Ihu vwe u: uu of .avne, and he:nx wj me ,hIly sw;trn. depase:h ani still,, that hnish: c'. I!w void ofi',ce, cr ttm Cornp,my awe,,wd. and true the seal"Ifftxei In the pome,itng msmmll.m a's, the COrvorwe Semis of s.ud Ctirgamtev. and than the said Cugxn;ter. Suds mil the A-lual n: as well officer were duly affixed zml 'sobstsii"I Ic the stud Wtimux or ny rho au favi -.Y and Jovaicn ni the 13id LrnLrfciti." ,, IN T'FST'. -LONV ` HURFOF, i haw lwleunto zet ori hand and;d)ixed nay 011,clal ScA dlwt day mssi y: or fua at;ove vrraten. ds:":'✓Lu .r<:::fir Y.,.._N:, Stivia D ndaeaki. Nue.rt Public: Mi, Cbnnnt.<wo kAjara,: hely 3,2-_015 PCA -F W23285Z EXTRACT FROM @Y -LAWS OF THE COMPANIES "Article V, Section 8, A xytpys-in-fact The Chief Executive Officer, the President, or any Executive Vice President of Vice Pff Siuenl "toy, by written instrument under the attested ca:porate seal appoint aaamayA411-fuct with authority to execute (rinds, policies, recagniranus, stipu ations, undcrlakings, or other like instruments on behalf of the Company, and may aulburize any oflicer or any such attomey-in-fuel to affix the corporate sent thereto; and may with or without cause modify of re oke. ny such appuintrixnt of authority at any tine•.' CERTIFICATE 1. lite uodetsigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY. the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, du hereby certify that die forcgoing Power of Amomcy is still in fit!) forces and effect on the data of this certificate; and I do further certify that Article V, Sccnon f. of the By -Law, of the Companies is still in force. This Power of Attorney end Ceriifcate may be signed by facsimile under and by Anthony of the following resolution of the Boum of Directors of the ZURICH AMLRICAN INSUttANCL COMPANY ata meeting duly colied and 'held on the 15th day of December 1993. RESOLVED: "Thai the signature of the Pmaidem are Vire Presidaiil and lox atte5[in$ stgnatLLm of a seerciary or tin Amisranl Secretary and the Seal of fire Company may he affixed by facwiouic on any Power of Attorney..Any such Power or any certificate thereof ix;aring Such facsimile signature and seal shall he valid Arid Mailing on the Company." This Power of Amomey and Certit'ieate may he signed by fwF inulc under and by authority er the following resolution of the Room of Directors at the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ata nieeflng duty culled and bcid on the 5th day of May. HIM, and the; following resolution of the Board of Directors of the FIDELITY AND DFPOSrr COMPANY OF MARYLAND ut v meeting duly called and held an the Illth day of May, 090. P RESOLVED: "That file facsimile or mechanically reproduced seal of tho company and tucsimite or mechanically reproduced signature of any Viee.President. Secrcnoy, or Assistant Sccwtary of the Company, whether made henxufurc or hereafter, wherever appearing uprm a ccaifled copy Of any power Of atomey issuod by rho Company, shail ho ealid :cod binding upon the Company with the sante ford and affect as though manual, affixed. IN TESTIMONY R'HERE OF, 1 have hereunto subscrihetl Illy name and affix:al the r.nrporare.ceats of the void Corntxmii s, this — .dery of "3 vMk CAL Geoffrey Dclisjo, Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 4<1:C(.Y`tt,�;C:e,ri�r,e.�r1Cr;,i%.("�ff3<.Y?c•.F:c:f<:G.e�'4r4Y:a:£:t�S.'�:f.4Yiiv�6'�}1'A4if,,Lir.GY.`lJfdiS7Qii4'S;4'SlS•`.Ctif7tX.'4'59.4`IMKi4X4".'J�tXW'$C:S%7kdY State of California 1 County of Los Angeles On 9130/14 before me, °Lisa O Hertzing, Notary Public unln NW 1,nnli NmmviW Ypk ulNq•aitkn, personally appeared . Becker _ NYII'Aial al slWwPJ -. who proved to me on the basis of satisfactory evidence to be the person(s) whose name(o) islare subscribed to the within instrument and acknowledged to me that hisfAvillhey executed the same in hia/her/thcs authorized capacilyfies), and that by his/horfttheu signature(E) on the w.a..a,r.�•r.�,r.a.a• instrument the person(*, or the entity upon behalf of LISA D. NEFiT21N which the person(# acted, executed the instrument.Commission • 1959174 i;(; : <' tto sty Public - California Los Anglo County I certity under PENALTY OF PERJURY under the taws oM Comm, E rife 8ov 4 2015 µ of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and dd}official seat, Signature,(�.YdDs�_ t3! • �_ . __.____. I'10,.O NmvY s,w AAave *,Arvx�•a«.taA;,,y v –' OPTIONAL ---- Though the information below is not required by law, it may Prove vahabfe to perswrs relying on the documenl and could premnf fraudulent removal and reattachment of thk form to another document. Description of Attached Document Title or Type of Document: Bid_Bond Document Date, 9/24/14 Signer(s) Other Than Named Abuve: Capacity(has) Claimed by Signer(s) Number of Pages: 1. __ _... ........ Signer's Name: John. Becker Signer's Name:_._ -._._-.—,......_.,..,_.__..-. O Individual ❑ Individual Corporate Offk:er—Tme(s): VP, -_w ❑ Corporate Officer— Title(s): G Partner — ❑ Limited ❑ General ❑ Partner —Cl Limited D General 7 Attorney in Fact +- ❑ Attorney In Fact :i Trustee -rw•nr u.x�u n„ UTrustee Guardian or Conservator ❑ Guardian or Conservator €, 0 Other:....._,.._....�....._:.:...._.,w..�..._. OOther:__.--- ---- ------ — ,I Stgner Is Representing: _ ,,, Signer Is Rep•esenfing c•�?1�3i�.�Ge'FLR'C6[aF.�4`��hZ.`r'b4A:��.GS".f.4'4xrR eGl:L2:4:<wRX G'�=�+;tr.Gr::c +<,c -(,<:C:<:4:: c Gr:;e;�r rccC.:c x 2�2IX11 NA4�riN Ndnry A56aeialian•Ba50 fM SMO Ave PO BwPWrXpl MveN f,A AIl1;}�Oft1•wxw.NellmalNMAryag Item Y54'1] flr,Mrla. Cnll ldl-rrreIB0.lAlE fi(L"1 NON -COLLUSION AFFIDAVIT ('Title 23 United States Code Section 112 and Public Contract Code Section 7106) SOLEDAD CANYON ROAD MEDIAN REFURBISHMENT PROJECT BID # ENG -1415-63011 Project No. 83011 Santa Clarita, CA --; o-thei^ W-01-',rANT-A G[ARtTA In confonnauce 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 rot 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 anv 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, connnunication, 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. THF. RIDDtfIt'.5 R.1FCUTION ON T'HF: 31GNATURF PORTION OF THE' ''B1D1.)hRS ('ERTIFICATION" SHALL ALSO CONMUTt1TF.' AN ENDOR,SILMEAT AND AX1701710N of INOSE ('£RTIFK ATIONS '+I'Hlt.'H FORM A PART 01 7HF. PRt)1'U1'.. L BIDDERS ARE CAUTIONED '1'H32' MAKING A FALSE CER7IFIC.177oN +14AI' :SMOT.CT THE CFY2T177FR TO CRWYAL PROSFC11:710.N. Bid propoml Sntatnd Canyon Rund Wdisu RuAabiJimemk Project, B3011 Aue:ua 2I Paye C. 18 NON -COLLUSION AFFIDAVIT SOLEDAD CANYON ROAD MEDIAN REFURBISHMEN r PROJECT BID # ENG -14-15-113011 Project No. B3011 Santa Clarita, CA STATE OF CALIFORNIA ) COUNTY OF LAS ANGELES ) John Becker being fust duly swam deposes and says that he is the Vice resident (sole owner, a partner, president, etc.) of .teclirand bon, lno V Y --P � 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 sbam, 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 we, and father, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository. or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Signed Title Vice Presxl Subscribed and sworn to and before me this_,__,___. day of "see attached•• Seal of Notary Rid Proposal Solednd Canyon Road Median Returbixhment Project, B3011 August 2014 Page C- 19 CALIFORNIA JURAT WITH AFFIANT STATEMENT oOVEleMranT CODE 0 8202 DI See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signerfs), not Notary) Bgnelum of aocumanl Mg., Nn. l State of California County of tas,.�A+�aLt __ LISA d. HEf17ZINC Commission 11959174 r Notary Public . California i Loa AnyaNa Coumy My Comm. Ea Iroa Nov 4, 2015.. Paco Nay seal move _. atBnaure d DoDocument9laig ner No. 2 (0 erry) Subscribed and sworn to (or affirmed) before me on this day of -SVS. 20-1 . ora akro Tear by ( )._ Soh►. Be�k� Noma d Blgter proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) Q (end proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature slrware a wrwry ���f((t OPTIONAL Though ft intomlation babw Is not required by law, R may (trove valuable Top of Thumb here Top o1 th mh here to persons raying on the document and could prevent /raudulent removal and reeftachnrent Of this /oral to another rbcurn nt. Further Description of/Any Attached Document ry Tine or Type of Document: orN - X01 I "e y, A4' Jet V — Document Deto: q'30 / ( 1 Number of Pages: J„_ signer(s) Other Than Named Above: Nenonal Notary Aaaotledon. N-.11 -INNalang • 1 -800 -LIS NOTARY (I.B00-070AB27) Nem a5010 BIDDER'S QUESTIONN AM SOLEDAD CANYON ROAD MEDIAN REFURBISHMENT PROJECT BID # ENG -14-15-83011 Project No. B3011 Santa Clarks, CA If the bidder has answered the questionnaire within the past year and there arc no significant changes in the information requested, then the bidder need not file a new questionnaire. Ifthere 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. i. Submitted by: John Becker 'telephone: 661-2594845 Principal Office Address:. 28355 KeII Johnson f arkway, Santa Cianta, CA 91355 Z. Type of Firm: Corporation _ Corporate: M Other:... triclMdual: Partocrship, 3a. If a cotporation, answer thesequestions: Date of incorporation: 1213-1968 State of hreorpotation. California President's Name: Michael Becker Vice -Presidents Name: John Becker Secretary or Clerk's Nana: Daniel Schackart T'reasurer's Name: Daniel Schackart 3b. If a partnership, nnawcr these questions: Date of organization: NIA —State Organized in: Name of all partners holding more than a Its% interesr.., v, _ Bid Pmpucal Soledad Canyon Rv%J Mediaa Refurbisluraent Proicct, B3011 Augast 2014 Page C- 20 BIDDER'S QUESTIONNAIRE (cont'd) SOLEDAD CANYON Ro.AD INIEDIAN REFURBISHMENT PRO fWXT ECT BID # ENC -14-15-B3011 Project No, B3011 Santa Clarita, CA Designate which are General or Managing Partners. 4, Name of person holding CONTRACrOR'slicense: John Becker License number: 258762 Class: A Expiration Date: &W-2015 5, CONTRACTOR's Reptesentotive:. jaw °�okttl Title: Vice President Vince Tellez Alternate: Chief Estimator Title: 6, List the major coustn.ction projects yow- organization has in progress as of this date: Owner: (A) City of Lancaster Project Location Lancaster ll I'll - Type of Project ,Pedestrian Improvements Rid proposal Auks 2014 (B} S.C. Anderson, Inc Camarilio on and offsite AC " Soledad Canym Road Median ReturcistuneN Project, B -01I Page C. 21 CERTIFICATION OF NON -SEGREGATED FACILITIES SOLEDAD CANYON ROAD MEDIAN REFURBISHMENT PROJECT JECT BID # ENG -14-15-B3011 Project No. B3011 Santa Clarits, 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 or the Equal Opportunity clause in this Contract. As used in this certification, [lie tern "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 t his files. "? RC. . Becker and Son, Inc John Booker Vice President L""f3NTUA R — 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, 19613 —p. 3065). Bid Proposal Soledad Canyon Road Median Refurbishment Project, 83011 August 2014 Page C- 22 ADDENDUM No. 1 Soledad Canyon Road Median Refurbishment Project No. B3011 Bid No. ENG -14-15-B3011 City of Santa Clarita, California September 22, 2014 This Addendum forms as a part of the Contract Documents for the above -identified project and modifies the original Plans, 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. (CATION Please use the new website link for the sate wage aeterminanons — vw dir ca.00v/OPRUPWD/index.htm. This new website link will replace the existing link shown in the Notice Inviting Bids and the general provisions. 2. BID SCHEDULE (SECTION C OF THE PROJECT SPECIFICATIONS) SEE ATTACHED BID SCHEDULE FOR "BASE BID" AND "ADDITIVE ALTERNATE NO. 1." ALL BIDDERS ARE REQUIRED TO USE THE ATTACHED BID SCHEDULE PAGES WHEN SUBMITTING THE BID PROPOSAL DUE BEFORE 11 AM ON SEPTEMBER 30, 2014, SEE ATTACHED 8 PAGES FOR BASE BID AND AUDITIVE ALTERNATE NO 1 GENERAL SPECIFICATIONS [SECTION E OF THE PROJECT SPECIFICATIONS) • PROJECT PHASING — The locations of the project phasing have been revised: The locations of the Phase 1 consist of the fol:owing designated median numbers' 1, 2A, 2B, 3 thru 11, and median 13 thru 15. The location of the Phase 2 consists of only median 12. The Contractor will not be allowed to work in the median 12 unless the work to be done by other is complete. This is in reference to the work outside of the project limits beyond Station 307+00 at median 12 • CONSTRUCTION & LANE CLOSURE HOURS FOR MEDIANS 13, 14, AND 15: The working day has been modified to include Fridays. The Contractor will be allowed to work from Monday thru Friday from 9 PM to 5 AM. 4. GENERAL PROVISIONS _LCTION F OF THE PROJECT SPECIFICATIONS • SELF PERFORMANCE (Section 2-3.2) — The percentage amounting to the CONTRACTOR's requirement to perform or provide contract labor, materials, and equipment has been reduced to at least 30 percent of the Base Contract Amount The Contract labor performed or provided by the CONTRACTOR shall amount to at least 15 percent of the total contract labor for the Contract. • AS BUILT DRAWINGS(Seetion 2.13.1) — The Agency will provide one copy of the project plans and specifications to the Contractor. It's the Contractor's responsibility to record the field changes or modifications on a daily basis with City's staff oversight. The copy of the As Built Drawings shall be kept at all times in the project trailer. • WORKING DAYS (Section 6-7.2) — CONTRACTOR's activities for Medians 13 thru 15 shall be confined to the work hours from 9 pm to 5 am Monday through Friday. The Contractor will be allowed to close the number 1 lane in each direction. 5. _SPECIAL PROVISIONS (SECTION G OF THE PROJECT SPECIFICATIONS) — Deletion and/or Modification of the following bid items to the base bid and additive alternate no.1, The modification text is both boldlitallc/and underlined • BID ITEM NO. 1 (G-4 and GS) — SEE ATTACHED 2 PAGES. • BID ITEM NO, 12 1 and GAIL)—SEE ATTACHED 2 PAGES. • BID ITEM NO. 16 (G-19 and G-21) — SEE ATTACHED 3 PAGES. ALSO ATTACHED IS THE THEORETICAL QUANTITIES, 1 PAGE, FOR THE SOIL REMOVAL AT ALL MEDIANS. • BID ITEM NO. 17 1 and G-23) — SEE ATTACHED 2 PAGES. Pulte I -f 2 BID ITEM NO. 28 - The Unit has been changed to EACH from Linear Foot. SEE ATTACHED SKETCH (1 PAGE) for the additional location at Median no. 5. The Contractor Is required to use a "Directional Boring' method for the installation of 4 inch (Class 315) on Soledad Canyon Road from the back of the sidewalk panel to the existing median. They are required In medians 1 and 5. The Contractor is expected to bore approximately 120 linear feet of using a directional boring method at the two locations in the Medians 1 and 5. The cost in the contract unit price paid in EACH shall Include all the cost for labor, equipment, and material associated with the work to complete the task and no additional compensation will be made to the Contractor. BID ITEMS 40 AND 41 - The lateral slzes for 2 inch and 1 '% inch have been deleted as they are not required for the project. BID ITEM 43 - The Quantity for 1 inch lateral size has been increased to 7,403 linear feet BID ITEM NO. 46 - There are two locations at Median 12 where the stamped concrete in between the footprint of the proposed landscape improvement will not be removed. The Contractor is required to Install Class 315 sleeve (4 inch) beneath the existing stamped concrete to allow passage of 2 3/2 Inch mainline and wire as part of the contract work. The cost for installing the class 315 sleeve (4 Inch) will be paid in the linear foot unit price. 6. BIDDER'$ QUESTIONS AND RESPONSES Question: The notes on sheet L2.11 and L2.12 shows the existing conditions with mainline at sizes indicated. It also shows a requirement to have mainline in sleeve. Are the mainline existing or are new mainlines required? This is a conflicting note that does not explain if new lines are required. Please advise. Answer: It is the intent of the plans that existing, sleeved mainline in place beneath existing roadways and paving shall remain and that new mainline will be installed within the planted portions of the project medians. Sheets L2. f 1 and L2.12 depict the existing mainline and sleeving to remain In place beneath paved surfaces and refers the contractor to sheets L2.01- L2.10 for locations where new sleeving is required. Sheets L2.01 - L2.10 straw the extents of existing mainline and sleoving to remain and define where now sleeving is required and the locations at which the new mainline connects to the existing lines. Question: The bid form Item #40 shows 2" lateral lines. There are no lateral lines shown on the plans. Can you please provide location for this? Answer: The lateral sizes for 2 inch and 1 14 inch are not required on this project. The lateral sizes required for the project are indicated in the revised bid schedule, see attached 8 pages. Bidders shall acknowledge Addendum No. 1 by executing Addendum t and returning with the bid. ...mss..% Roliort man, P.E., L.S. Director of Public Works City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. i and accept the aforementioned. I also acknowledge that there are a total of 21 pages in the Addendum No. No. 1. 2014 l.�vLs/G Date fc�cler's3ignature 1r{.C•Pjc°c,M,grtSOnOn(- THIS DOCUMENT TO BE SUBMITTED WITH BID saru 29355 Kelly Johnson Parkway Santa Clarita, CA 91355 u City of Santa Clarita Purchasing 23920 Valencia Blvd Santa Clarita, CA 91355 DO NOT OPEN WITH REGULAR MAIL SEALED BID FOR: Soledad Canyon Road Median Refurbishment, City Bid No. ENG -14- 15-133011, City Project No. B3011, City of Santa Clarita Bids to be opened at 11 AM on Sept 30, 2014