Loading...
HomeMy WebLinkAboutCO 2025-052 - H L Hitchcock Construction CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT CONTRACT H L HITCHCOCK CONSTRUCTION FOR RED HILL PARK PICKLEBALL COURT FENCING (PW 2024-148) AWARD DATE: April 28, 2025 City of Rancho Cucamonga CONTRACT NUMBER 2025-052 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 April 1, 2025 HL Hitchcock Construction Attn: Hunter Hitchcock 10950 Arrow Route #607 Rancho Cucamonga, CA 91729 SUBJECT: REQUEST FOR OPEN MARKET PUBLIC WORKS BID Red Hill Park Pickleball Court Fencing ($75,000 or less) Project No. PW2024-148 Dear Hunter: The City of Rancho Cucamonga invites your proposal for providing Red Hill Park Pickleball Court Fencing within the City of Rancho Cucamonga. This is a request for an informal bid made pursuant to Public Contract Code Section 22032(a) and R.C.M.C Section 3.08.110.B.1. Your proposal must actually be received in the City’s Department of Public Works, attention: Ryan Samples, 10500 Civic Center Drive, Rancho Cucamonga, CA, 91730, on or before 2:00 p.m. on April 3, 2025. The City’s time stamp shall be conclusive as to the date and time of receipt. Contractor assumes all risk of untimely or lack of receipt for bids not personally and timely delivered as required above. Late bids will not be opened and will be returned. GENERAL SCOPE OF WORK: Contractor/bidder shall furnish all necessary labor, tools, materials, appliances, and equipment to complete the Project as described in the Scope of Work and Service requirements (“Work” or “Services”), including, but not necessarily limited to: 1.Coordination and management of the Services required, including review of the Project site, improvement plans, specifications and special provisions, if any. 2.Inspection of the Work on the Project before, during and/or after construction to ensure conformance with Federal, State and City statutes, regulations, ordinances, guidelines, applicable standards, specifications, plans, laws and accepted standard construction practices. 3.The keeping of proper records and reports, photographs and videos, including but not limited to, certifications of compliance, submittals, shop drawings, materials reports, and other related documents received. Contractor shall deliver documents to the City when generated, prepared or received. 4.Designation of a person or persons fully qualified to perform the Services. 5.Attend any meetings that the City deems necessary. 6.Installation of fencing around the pickleball courts at Red Hill Park. 7.Performance of the Work in compliance with the Standard Plans for Public Works Construction, Latest Edition with Supplements published by the American Public Works Association; the City of Rancho Cucamonga Standard Drawings, Latest Edition, and the attached specifications, all of which are hereby incorporated into this Request for Bid along with the agreement (if any) that is awarded as a result of this Request. Any Scope of Services, Contingencies, Special Instructions and/or Terms and Conditions applicable to this Proposal and any Purchase Order created thereafter, are also incorporated by reference herein, and shall Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 be effective as of the issue date of Purchase Order (the “Effective Date”), and shall remain in full force and effect until one hundred eighty days after (i) the filing of a notice of completion; or (ii) City has accepted the Work in writing and has made final payment if a notice of completion is not required to be filed; unless sooner terminated by the City. LABOR CODE COMPLIANCE The Work and Services constitute a public work requiring payment of prevailing wages and compliance with other provisions of the California Labor Code, as set forth in the attached document entitled “California Labor Code Compliance.” LICENSES: At the time of submitting a bid (or contract award if the Project is federally funded), and at all times during the term of the Agreement if awarded, Contractor shall possess a current, valid Class A, General Engineering Contractor, B General Building contractor, and C-13 Fencing Contractor License in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000, et seq.) and rules and regulations adopted pursuant thereto. Pursuant to Section 7028.15 of the California Business and Professions Code, the Contractor’s State contractor’s license number shall be set forth on the bid, together with the expiration date, and the bid shall be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true and correct. SUBCONTRACTORS: In the bid, the Contractor shall list the name, business address, the California contractor license number, and public works contractor registration number issued pursuant to Section 1725.5 of the Labor Code, of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the Work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the Contractor’s total bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor’s total bid or ten thousand dollars ($10,000), whichever is greater. The Contractor shall be prohibited from performing work on this Project with a subcontractor who is ineligible to perform work on the Project pursuant to Section 1777.1 or 1777.7 of the Labor Code. INSURANCE: If awarded, the Contractor shall not commence work under the contract until the Contractor has obtained all insurance described and set forth in the attached form of Agreement. BONDS: If the contract amount exceeds $25,000, California Civil Code Section 9550 requires the Contractor to provide a payment bond in 100% of the contract amount. If the contract amount is $25,000 or less, the City does not require the foregoing payment bond. If the contract amount exceeds $25,000, a performance bond in 100% of the contract amount is required. If the contract amount is $25,000 or less, the City does not require the foregoing performance bond. AWARD OF CONTRACT: The City will evaluate bids received utilizing any lawful method of scoring. Price may or may not be the primary selection factor. If awarded, an agreement will be awarded based on the bid determined to be the most beneficial to the City. The City shall be the sole judge in the ranking process utilized in making such determination. The City reserves the right, in its sole discretion, to reject any or all bids, to withdraw this Request for Public Work Bid at any time prior to any award, and to waive any irregularity in any bid. The City shall not be liable for any costs incurred in preparing and submitting any bid. If a contract is awarded, then, as a condition of the award, the Contractor shall execute the attached form of agreement (“Agreement”) and provide insurance coverage in the form and limits set forth in the Agreement. CITY BUSINESS LICENSE: The Contractor must have a City Business License as a condition of being awarded a City contract. COMMENCEMENT OF WORK: Unless otherwise specified in writing, no materials may be ordered, or work completed prior to the issuance of a written Notice to Proceed by the City. LIQUIDATED DAMAGES: Liquidated damages are applicable to this procurement. The Contractor agrees to enter into the Agreement within the earlier of fifteen (15) days from the date the City gives public notice of award of the contract or upon written notice to the Contractor by City after the fifteen (15) days. Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Thereafter, Contractor shall complete the work within 7 working days from the date specified in the City’s written Notice to Proceed served on the Contractor. The Contractor agrees to the assessment of liquidated damages in the amount of one hundred dollars ($100) for each calendar day the work remains incomplete beyond the completion date. City may deduct the amount of any assessed liquidated damages, from any monies due or that may become due the Contractor under the contract. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. CONTRACTOR'S LIABILITY: Contractor shall indemnify, defend and hold the City of Rancho Cucamonga and its elected officials, officers, agents and employees free and harmless in accordance with the indemnity set forth in the Agreement. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of age, disability, race, color, religion, sex, sexual orientation or national origin of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and doing the prescribed Work per the NOT-TO-EXCEED unit prices and/or lump sum, as applicable, set forth in Contractor's bid. SUBMISSION: Contractor may submit bids in a sealed envelope or via email attachment provided bids are appropriately signed. The envelope shall be marked, or email subject shall be titled “Bid - City of Rancho Cucamonga” and the name of the Project. The Contractor shall also include a description of the Contractor’s qualifications relevant to the required Work. Experience working with local public agencies is a must. Having an office within a 30-mile radius of the City is preferred. Contractor shall also include a signed acknowledgement of receipt of any addendum(s) to the Request for Public Works Bid issued prior to the bid submission deadline. The City shall not be liable for any costs incurred in preparing and submitting any bid, whether or not a contract is awarded. Furthermore, the City reserves the right to reject any or all bids without liability for any costs. Any bid may be withdrawn prior to the date and time set for receipt of bids. Unless timely withdrawn, all bids will become the property of the City and will be subject to public review pursuant to the California Public Records Act, regardless of any marking thereon, such as “confidential”, “trade secret”, etc. If you have any questions, please contact the undersigned at (909) 774-2213 or email at Ryan.Samples@CityofRC.us. Sincerely, Ryan Samples Community Services Supervisor Attachments: (1)Bid Proposal Form (2)Contract Agreement (3)Specifications (4)California Labor Code Compliance (5)Non-Collusion Declaration Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Bidder Name & CSLB No. P-1 B I D P R O P O S A L F O R M FOR "Red Hill Park Pickleball Court Fencing" TO THE CITY OF RANCHO CUCAMONGA: The undersigned bidder declares that he has carefully examined the location of the proposed work, that he has examined the Plans, Special Provisions and Specifications, and read the accompanying information, and hereby proposes and agrees, if this proposal is accepted, to furnish all material and equipment to do all the work required to complete the said work in accordance with the Plans, Special Provisions and Specifications, in the time and manner therein prescribed for the unit cost and lump sum amounts set forth in the schedule on the following Proposal. Item No. Description Qty. Unit Unit Price Price 1.Chain link four (4) feet high, 2” link, 9-guage core coated fencing (fencing and installation)310 LF 2.Temporary Construction Fencing chain link fence panels with inverted T footing (clamped) for 21 days 1 LS 3. 4. TOTAL AMOUNT IN NUMBERS: _______________________________________________________________ TOTAL AMOUNT IN WORDS:__________________________________________________________________ $2,200.00 $2,200.00 $42,664.00 Fourty Two Thousand Six Hundred Sixty Four Dollars and No Cents $130.53 $40,464.00 H L Hitchcock Construction Inc 1080210 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Bidder Name & CSLB No. P-2 Bidder Information for Red Hill Park Pickleball Court Fencing Company Name: Company Address: CSLB No: DIR No: Telephone No: Email Address: Web Address: Authorized Representative (Print): Title: Signature: Date: Vendor routing for contract signatures via DocuSign Name Title Email HLHitchcock Construction 1080210 1000821711 Hunter@HLHitchcock.com Hunter Hitchcock 10950 Arrow Rte Unit #607 Rancho Cucamonga, CA 91729 909-518-5513 CEO 4-2-25 H L Hitchcock Construction Inc 1080210 Hunter Hitchcock CEO Hunter@HLHitchcock.com Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Bidder Name & CSLB No. C-1 AGREEMENT This Agreement (“Agreement”) is made and entered into as of the date executed by the City Clerk and the City Manager, by and between H L Hitchcock Construction Inc., a Class B General Building Contractor and C-13 Fencing Contractor hereinafter referred to as the "Contractor", and the City of Rancho Cucamonga, California, hereinafter referred to as "City." WHEREAS, pursuant to the Request for Open Market Public Works Bid, bids were received on or before the date specified in said notice; and WHEREAS, City did accept the bid of Contractor; and WHEREAS, City has authorized the City Manager, or designee, to enter into certain written contracts for furnishing labor, equipment, and material for the construction of Public Works. NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1.GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work necessary to satisfactorily complete the “Red Hill Pickleball Court Fencing” project. The foregoing work (“Work”) shall be performed in accordance with the provisions of this Agreement, specifications and standards referenced in Section 2 of this Agreement and those on file in the office of the City Engineer, and in accordance with bid prices hereinafter mentioned and with the instructions of the City Engineer. The Work shall be performed in compliance with any and all applicable local, State, and federal laws, statutes, and regulations. 2.CONTRACT DOCUMENTS: The documents, specifications, and standards referenced in Section 1, above, the Request for Open Market Public Works Bid dated 01 April, 2025 and any addendums thereto, the Standard Specifications for Public Works Construction, Latest Edition, with Supplements published by the American Public Works Association the Standard Plans for Public Works Construction, Latest Edition, with Supplements published by the American Public Works Association; the City of Rancho Cucamonga Standard Drawings, Latest Edition, and any and all other provisions, instructions, specifications, and plans referenced therein and/or attached hereto, and the Contractor’s bid, all of which are incorporated by reference herein, together with this Agreement, shall constitute the entire agreement between the parties. This Agreement is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the Contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the individual documents described and this written agreement, the provisions of this Agreement, then the Request for Open Market Public Works Bid, shall control. 3.LIQUIDATED DAMAGES: Liquidated damages apply to this Agreement. The Contractor agrees to the assessment of liquidated damages in the amount of one hundred dollars ($100) for each calendar day the Work remains incomplete beyond the expiration of the completion date. City may deduct the amount thereof from any monies due or that may become due the Contractor under this Agreement. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. 4.INSURANCE: The Contractor shall not commence work under this Agreement until Contractor has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any subcontractor to commence work on a subcontract until all insurance required of the subcontractor has been obtained. The Contractor shall take out and maintain at all time during the life of this contract the following policies of insurance: H L Hitchcock Construction Inc 1080210 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Bidder Name & CSLB No. C-2 a.Workers Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that it has taken out full compensation insurance for all persons whom it may employ directly or through subcontractors in carrying out the Work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this Agreement. The policy shall be endorsed to waive the right of subrogation. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self -insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract." b.For all operations of the Contractor and/or any subcontractor in performing the Work provided for herein, insurance with the following minimum limits and coverage: (1)Commercial General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000 each accident. (2)Commercial General Liability - Property Damage (not auto) $1,000,000 each accident; $2,000,000 aggregate. (4)Automobile (any auto) - Bodily Injury $2,000,000 each person; $3,000,000 each accident. (5)Automobile (any auto) - Property Damage $2,000,000 each accident. c.Each such policy of insurance provided for in paragraph "b." shall: (1)Be issued by an insurance company approved in writing by City, which is qualified to do business in the State of California. The insurance company shall have an A.M. Best Company Rating Guide rating of not less than A:VII; (2)Name as additional insureds the City, its elected officials, officers, volunteers, agents and employees, and any other parties specified in the bid documents to be so included; (3)Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; (4)Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not be canceled, nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." (5)Otherwise, be in form satisfactory to City. H L Hitchcock Construction Inc 1080210 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Bidder Name & CSLB No. C-3 (6)Waives all right of subrogation against the additional insureds in the policy of insurance provided for in paragraph "b." by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the Work provided for herein; (7)Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City by registered mail. e.The Contractor shall at the time of the execution of this Agreement present the original policies of insurance required in paragraphs "a." and "b." hereof, or present a certificate and original endorsements of the insurance company, showing the issuance of such insurance, and the additional insureds and other provisions required herein. 5.LABOR CODE COMPLIANCE: At all times herein, the Contractor shall comply with all applicable provisions of the California Labor Code including those set forth in the attachment hereto marked “CALIFORNIA LABOR CODE COMPLIANCE.” 6.CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials, officers, agents and employees shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers, employees of the Contractor, his subcontractors, or the public, or for damage to adjoining or other property, from any cause whatsoever arising out of or in connection with the performance of the Work. The Contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever, except the sole negligence or willful misconduct of the City, its employees, servants, or independent contractors who are directly responsible to City during the progress of the Work or at any time before its completion and final acceptance. To the maximum extent permitted by law, the Contractor will indemnify, defend, and hold the City, its elected officials, officers, employees, volunteers, and agents serving as independent contractors in the role of City officials (“Indemnitees”), free and harmless with respect to any and all actions, claims, damages to persons or property, stop notices, penalties, obligations, and/or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization, arising out of or incurred in connection with the Work, Services, operations, acts, omissions, or activities of the Contractor, its owners, agents, employees, subcontractors, and/or invitees, whether or not there is concurrent passive or active negligence on the part of any of the Indemnitees, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of any of the Indemnitees, and in connection therewith: a.The Contractor will defend any action or actions filed in connection with any of said claims, damages, penalties, obligations, or liabilities and will pay all costs and expenses, including attorneys' fees incurred in connection therewith. b.The Contractor will promptly pay any judgment or award rendered against the Contractor or any of the Indemnitees covering such claims, damages, penalties, obligations, and liabilities arising out of or in connection with the Work, operations, or activities of the Contractor hereunder or reasonable settlement in lieu of judgment or award, and the Contractor agrees to save and hold the Indemnitees harmless therefrom. H L Hitchcock Construction Inc 1080210 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Bidder Name & CSLB No. C-4 c. In the event any of the Indemnitees is made a party to any action or proceeding filed or prosecuted against the Contractor for damages or other claims arising out of or in connection with the project, operation, or activities of the Contractor hereunder, the Contractor agrees to pay to City any and all costs and expenses incurred by City or any of the Indemnitees in such action or proceeding together with reasonable attorneys' fees. So much of the money due to the Contractor under and by virtue of this Agreement as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damage as provided above. 7. MANDATORY TERMS: a. The City shall pay Contractor for its services in accordance with the agreed-upon rates as set forth in Section 9, described in the Bid Proposal Form (P-1) and incorporated herein by this reference. Pursuant to Public Contract Code Section 20104.50, the City shall make any progress payment within thirty (30) days after receipt of an undisputed and properly submitted payment request from Contractor. Upon receipt of a payment request, the City shall review the payment request as soon as practicable to determine whether the payment request is proper, and if any payment request is determined not to be suitable for payment, the City shall return the payment request to the Contractor as soon as practicable, but not later than seven (7) days after receipt, with a document setting forth in writing the reasons why the payment request is not proper. b. In the event of any dispute or controversy with the City over any matter whatsoever, the Contractor shall not cause any delay or cessation in or of Work, but shall proceed with the performance of the Work in dispute. The Contractor shall retain any and all rights provided that pertain to the resolution of disputes and protests between the parties. The Disputed Work will be categorized as an “unresolved dispute” and payment, if any, shall be as later determined by agreement or a court of law. The Contractor shall keep accurate, detailed records of all Disputed Work, claims and other disputed matters. All claims arising out of or related to the Contract Documents or this Project, and the consideration and payment of such claims, are subject to the Government Claims Act (Government Code Section 810 et seq.) with regard to filing claims. All such claims are also subject to the dispute procedures set forth in Public Contract Code Section 9204 and Public Contract Code Section 20104, et seq. (Article 1.5), to the extent each is applicable. This Contract hereby incorporates those provisions as though fully set forth herein. Thus, the Contractor or any Subcontractor must file a claim in accordance with the Government Claims Act as a prerequisite to filing a construction claim in compliance with Section 9204 and Section 20104 et seq. (if applicable), and must then adhere to Section 20104, et seq. and Section 9204, as applicable, pursuant to the definition of “claim” as individually defined therein. c. Pursuant and subject to Public Contract Code Section 22300, the substitution of securities for any moneys withheld by the City to ensure performance under a contract is permitted. d. The City or its representative shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its billings to the City as a condition precedent to any payment to Contractor. Contractor will promptly furnish documents requested by the City. Additionally, pursuant to Government Code Section 8546.7, if this Agreement involves the expenditure of public funds in excess of ten thousand dollars ($10,000), Contractor shall be subject to State Auditor examination and audit at the request of the City or as part of any audit of the City, for a period of three (3) years after final payment under this Agreement. H L Hitchcock Construction Inc 1080210 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Bidder Name & CSLB No. C-5 e. Pursuant to Public Contract Code Section 7103.5, Contractor offers and agrees to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the California Business and Professions Code) arising from purchases of goods, services, or materials pursuant to the Agreement. This assignment shall be made and become effective at the time the City tenders final payment to Contractor without further acknowledgment by the parties. f. Pursuant to Public Contract Code Section 9201, the City has full authority to compromise or otherwise settle any claim relating to this Contract at any time. The City shall timely notify Contractor of the receipt of any third-party claim relating to the Contract. The City shall be entitled to recover its reasonable costs incurred in providing the notification required by Public Contract Code Section 9201(b). 8. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of age, disability, race, color, religion, sex, sexual orientation or national origin of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 9. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and satisfactorily performing the Work, the unit and/or lump sum prices, as applicable, set forth in the Contractor's bid. IN WITNESS WHEREOF, the parties hereto have caused these present to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License #: Contractor: Address: By: Signature Name &Title Date: By: Signature Name &Title Date: CITY OF RANCHO CUCAMONGA, CALIFORNIA By: Jennifer Hunt-Gracia, Community Services Director Date: H L Hitchcock Construction Inc 1080210 1080210 H L Hitchcock Construction Inc. 10950 Arrow Rte Unit 607, Rancho Cucamonga, CA 91729 Hunter Hitchcock CEO 04/02/2025 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 5/12/2025 | 7:05 AM PDT Bidder Name & CSLB No. C-6 Contractor's Business Phone Number: ___________________________________________________. Emergency Name and Phone Number at which Contractor can be reached at any time: ____________ __________________________________________________________________________________ 909-518-5513 Tanner Hitchcock 909-261-9573 H L Hitchcock Construction Inc 1080210 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 LC-1 SPECIFICATIONS Installation of a chain link fence with accessible openings surrounding the pickleball courts at Red Hill Park (7484 Vineyard Avenue, Rancho Cucamonga, CA 91730) per the rough design provided by the City. The contractor shall attach a proposal detailing how they will meet the project goals. Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 LC-2 CALIFORNIA LABOR CODE COMPLIANCE 1. Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works and the awarding public agency (“City”), and agrees to be bound by all the provisions thereof as though set forth in full herein. 2. This is a public work and requires the payment of prevailing wages for the work or craft in which the worker is employed for any public work done under the contract by Contractor or by any subcontractor pursuant to Section 1771 of the Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute this contract from the Director of the Department of Industrial Relations. These rates are on file with the City Clerk or may be obtained at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. 3. Copies may be obtained at cost at the City Clerk's office. Contractor shall post a copy of such wage rates at the job site and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of Sections 1775, 1776, 1777.5, 1777.6, and 1813 of the Labor Code. Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the City, as a penalty, not more than $200.00 for each calendar day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the stipulated prevailing rates for any work done under this contract, by him or by any subcontractor under him, in violation of the provisions of this Agreement. 4. In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited exceptions for bid purposes only under Labor Code Section 1771.1(a)]. 5. Contractor agrees to comply with the provisions of California Labor Code Section 1776 which, among other things, require Contractor and each subcontractor to (1) keep accurate payroll records, (2) certify and make such payroll records available for inspection as provided by Section 1776, and (3) inform the City of the location of the records. The Contractor is responsible for compliance with Section 1776 by itself and all of its subcontractors. 6. Contractor agrees to comply with the provisions of California Labor Code Section 1777.5 concerning the employment of apprentices on public works projects, and further agrees that Contractor is responsible for compliance with Section 1777.5 by itself and all of its subcontractors. 7. Contractor agrees to comply with the provisions of California Labor Code Section 1813 concerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the California Labor Code. Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 LC-3 8. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, Contractor hereby certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Date Signature 4-2-25 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 ND-1 NONCOLLUSION DECLARATION FORM TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID [Public Contract Code Section 7106] The undersigned declares: I am the ______________________ of ____________________, the party making the foregoing Bid. The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The Bid is genuine and not collusive or sham. The Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid. The Bidder has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or to refrain from bidding. 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. All statements contained in the Bid are true. 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, to any corporation, partnership, company, association, organization, Bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid, and has not paid, and will not pay, any Person or entity for such purpose. Any person executing this declaration on behalf of a Bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the Bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ___________ [date], at ___________________________________________ [city], ______________________ [state]. Signature: Printed Name: Date: Signature: Printed Name: Date: Hunter Hitchcock 4-2-25 CEO H L Hitchcock Construction Inc. 04/02/2025 Rancho Cucamonga California Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 A-1 Attachment A – Sample Additional Insured Endorsement, Ongoing Operations Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 A-2 Attachment B – Sample Additional Insured Endorsement, Completed Operations Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 A-3 Attachment C – Sample Waiver of Subrogation Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Submittal Detailed with Comments and Links 001-0 Rancho Pickleball Courts 1282 (1282) 001 - Fence Shop Drawing Subject Fence Shop Drawing Status Open n Spec section 32 31 00 - Fences and Gates Submittal package Responsible company HL Hitchcock Construction Spec sub section Type Product Data LocationImportance Normal Author HL Hitchcock Construction Tanner Hitchcock Resolved by DESCRIPTION Tanner Hitchcock on 4/2/2025 05:48 AM Shop Drawing File Rancho Cucamonga ... Tanner Hitchcock ASSIGNMENTS Ryan Samples (City Of Rancho) Due on 4/9/2025 Page 1 of 1Printed on: 4/2/2025ProjectSight Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Submittal Detailed with Comments and Links 002-0 Rancho Pickleball Courts 1282 (1282) 002 - Post Grout/ Cement Subject Post Grout/ Cement Status Open n Spec section 03 61 00 - Cementitious Grouting Submittal package Responsible company HL Hitchcock Construction Spec sub section Type Product Data LocationImportance Normal Author HL Hitchcock Construction Tanner Hitchcock Resolved by DESCRIPTION Tanner Hitchcock on 4/2/2025 05:50 AM Quik Rok File QuikRok Specs.pdf Tanner Hitchcock ASSIGNMENTS Ryan Samples (City Of Rancho) Due on 4/9/2025 Page 1 of 1Printed on: 4/2/2025ProjectSight Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 For exterior applications, Quik-Rok must be shaped / crowned to allow water run-off by troweling. Sealing with an epoxy sealant to the exposed surface is recommended. Quik-Rok will set within 10-12 minutes, the ideal situation is that both the powder and the water are at 70°F. To maintain set time consistency for continuous use, add warm water in cold weather / cold water in warm weather. Pouring Quik Rok at temperatures below 32 ° F is not recommended regardless of added water temperature. 8 minutes is the maximum time for consistently pour ability. To maintain consistency, batch sizes should be mixed in quantities that will be used in this window of time. Mixing too late or adding too much water compromises finished strength. If the external application will be subjected to heavy salt-spray or road salt concentration / continuous moisture build-up will increase the risk of product deterioration. Applying an epoxy sealant greatly reduces the affects of water exposure. Quik-Rok has a shelf-life of (6) six months after the manufacturing date when stored and sealed inside its container. Please note: Due to the application situation, along with mixing techniques of Quik-Rok, concrete & water, a vast variation in the final properties of the mixture can & will occur. Ameristar does not guarantee ideal results where conditions or procedures are beyond our control. Quik-Rok has a shelf-life of (6) six months after the manufacturing date when stored and sealed inside its container. Under no circumstances will Ameristar Fence Products, Inc. be held liable for damages in excess of the purchase price of Quik-Rok. Use of Quik-Rok in any form or fashion, the pursuant hereto shall be considered to have been based on transactions deemed initiated in Tulsa, Oklahoma. Any and all disputes that arise directly or indirectly due to said transactions shall be resolved in the courts of Tulsa County, State of Oklahoma, to the exclusion of any other court, and any resulting judgement may be enforced by any court having jurisdiction of such an action. All transactions shall be governed by and construed in accordance with the laws of the State of Oklahoma. By use of this product, the customer agrees to indemnify Ameristar Fence Products for any costs, including attorney fees incurred by Ameristar as a result, in whole or in part of any violation by the customer of any Federal, State or Local statute regarding regulation or nationally accepted standard. It shall be the customer's sole responsibility to understand and comply with all applicable laws and regulations regarding the handling, use, transportation and disposal of Quik-Rok once taking possession of same. For questions or concerns regarding non-typical usage, Ameristar invites you to speak with an expert member of our technical team by calling 888-333-3422. QUIK-ROK ® ITEM NUMBER: 1002 | WEIGHT EA: 52.5 lbs PLASTIC PAIL | 36 PAILS PER PALLET NEAT-MIX WARNINGS & GUIDELINES ADDITIVE USE WARNINGS & GUIDELINES PERMACOAT ® | GALVONALL ® | QUIK-ROK ® Effective: 04/01/20 TO PLACE YOUR ORDER CALL 888-333-3422 | VISIT AMERISTARFENCE.COM |13.19 QUIK-ROK ® | SELF-LEVELING CEMENT / GROUT Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Effective: 04/01/20 | TO PLACE YOUR ORDER CALL 888-333-3422 | VISIT AMERISTARFENCE.COM13.20 QUIK-ROK ® | SELF-LEVELING CEMENT / GROUT QUIK-ROK ® | GALVONALL ® | PERMACOAT ® MATERIAL DIAMETER HOLE DIAMETER HOLE DEPTH AMOUNT OF QUIK-ROK NEEDED .5"1.5"1.5".5 lbs .75"1.75"2.25"1 lbs 1"2"2.5" 1.25 lbs 1.5"2.5"2.75"1.75 lbs 2"3"5"4 lbs QUIK-ROK ® | NEAT-MIX USAGE GUIDELINES ITEM NUMBER: 1002 | 52.5 lbs PLASTIC PAIL | 36 PAILS PER PALLET 6 PALLET ORDERS MINIMUM FOR PAID FREIGHT FULL OR HALF TRUCKLOADS MAY BE DISCOUNTED Clean all debris (loose dirt, rocks, etc.) from the hole intended as the form. Ensure the surrounding area of the hole is structurally sound (either by a sufficient mass of well-cured concrete or steel reinforcing that is equivalent). Quik-Rok is an expansive material, so NEVER use to fill holes cut into narrow or thin-capped walls, curbs, block or brick masonry. Always ensure that no edge of adjoining concrete is less than 2 hole diameters from the outside perimeter of the hole. Mix up to 1 part pure water to 3.5 parts of powder by volume. Use as little water as possible for pour-ability. Accurately measuring the powder & water in the first batch, then implementing same measurements, ensures a consistent pour-quality. If variations in the ratios occur, absorption & overall strength will be compromised. Mix water & product vigorously (mechanical mixing is recommended for batches over 5 lbs in volume) for 2-5 minutes until a "creaming" of the slurry occurs. When pouring, do so in one constant action as this product sets quickly and layering will weaken the bond. NOTE: Quik-Rok has a shelf-life of (6) six months after the manufacturing date when stored and sealed inside its container. For questions or concerns regarding non-typical usage, Ameristar invites you to speak with an expert member of our technical team by calling 888-333-3422. Recommended dimensions for use as "Neat Mix" anchoring grout. Quik-Rok MUST NEVER be used to anchor balcony railings or any similar human life safety structures. Read all instructions for proper use and become aware of all CAUTION STATEMENTS before using this product. Fill to elevation & crown at post .25" up x .25" hole in post STEP 1 STEP 2 STEP 3 STEP 4 For details, see Ameristar's Sales Policy in the catalog guide. Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Effective: 04/01/20 TO PLACE YOUR ORDER CALL 888-333-3422 | VISIT AMERISTARFENCE.COM |13.21 QUIK-ROK ® | SELF-LEVELING CEMENT / GROUT PERMACOAT ® | GALVONALL ® | QUIK-ROK ® QUIK-ROK ® | NEAT-MIX USAGE GUIDELINES ITEM NUMBER: 1002 | 52.5 lbs PLASTIC PAIL | 36 PAILS PER PALLET 6 PALLET ORDERS MINIMUM FOR PAID FREIGHT FULL OR HALF TRUCKLOADS MAY BE DISCOUNTED QUIK-ROK ® | ADDITIVE USAGE GUIDELINES ITEM NUMBER: 1002 | 52.5 lbs PLASTIC PAIL | 36 PAILS PER PALLET Add approximately 1.5 to 3 lbs of Quik-Rok for every 10 lbs of cement in the mix. Combine mixture thoroughly (mechanical mixing is recommended), and add as little water as possible but enough to create the desired flow. When using this mixture to set columns or posts, be aware & ensure that the diameter of the hole is at least 3x (times) the diameter of the post. This requirement is typical for most additive application uses. NOTE: Quik-Rok has a shelf-life of (6) six months after the manufacturing date when stored and sealed inside its container. For questions or concerns regarding non-typical usage, Ameristar invites you to speak with an expert member of our technical team by calling 888-333-3422. For more details regarding Quik-Rok, visit www.ameristarfence.com Quik-Rok MUST NEVER be used to anchor balcony railings or any similar human life safety structures. Read all instructions for proper use and become aware of all CAUTION STATEMENTS before using this product. STEP 1 STEP 2 To accelerate the set time of a standard 1:2:3 concrete mix, substitute Quik-Rok for cement as follows: Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6 TO BE POSTED IN A CONSPICUOUS PLACE AND NOT TRANSFERABLE OR ASSIGNABLE Business Name Business Location Business Owner(s) Certificate Number: Effective Date Description Expiration Date CITY OF RANCHO CUCAMONGA BUSINESS LICENSE TAX CERTIFICATE 10180 Victoria St Rancho Cucamonga, Ca 91701-5260 General Building Contractor H L HITCHCOCK CONSTRUCTION 10180 VICTORIA ST RANCHO CUCAMONGA, CA 91701-5260 For all inquiries regarding this certificate, contact the Business Licensing Division at (909) 919-2948. "For Services Provided in the City of Rancho Cucamonga, California Only" Hunter L. Hitchcock Business TypeH L Hitchcock Construction CONTRACTOR - GENERAL December 09, 2024 December 08, 2025 083563 THIS BUSINESS LICENSE TAX CERTIFICATE DOES NOT PERMIT A BUSINESS THAT IS OTHERWISE PROHIBITED. 2025 DBA H L Hitchcock Construction: Thank you for your payment on your City of Rancho Cucamonga Business License Tax Certificate. ALL CERTIFICATES MUST BE AVAILABLE FOR INSPECTION UPON REQUEST. If you have questions concerning your Business License Tax Certificate, contact the Business Licensing Division via email at: BusinessLicense@CityofRC.us or by telephone at: (909) 919-2948. Keep this portion of your tax certificate separate in case you need a replacement for any lost, stolen, or destroyed tax certificate. A fee will be charged for a replacement or duplicate tax certificate. This certificate does not entitle the holder to conduct business before complying with all requirements of Rancho Cucamonga Municipal Code and other applicable laws, nor to conduct business in a zone where conducting such business violates law. If you have a fixed place of business within the city limits of the City of Rancho Cucamonga, please display the Business License Tax Certificate above in a conspicuous place at the premises. Otherwise, every Business License Tax Certificate holder not having a fixed place of business in the City shall keep the Business Tax Certificate upon his or her person, or affixed in plain view upon any cart, vehicle, van or other movable structure or device at all times. Starting January 1, 2021, Assembly Bill 1607 requires the prevention of gender-based discrimination of business establishments. A full notice is available in English or other languages by going to: https://www.dca.ca.gov/publications/. City of Rancho Cucamonga BUSINESS LICENSE TAX CERTIFICATE CITY OF RANCHO CUCAMONGA BUSINESS LICENSING DIVISION 10500 CIVIC CENTER DRIVE RANCHO CUCAMONGA, CA 91730 Date of Issue:12/09/2024 083563Certificate Number:H L HITCHCOCK CONSTRUCTION 10180 VICTORIA ST RANCHO CUCAMONGA, CA 91701-5260 Docusign Envelope ID: F1D8BD37-78EE-411E-B523-0533409978C6