Loading...
HomeMy WebLinkAbout2015-12-08 - AGENDA REPORTS - NEWHALL AVE PROJ C2024 (2)7�l Agenda Item: 8 CITY OF SANTA CLARITA Q) AGENDA REPORT CONSENT CALENDAR i, CITY MANAGER APPROVAL: fAI DATE: December 8, 2015 SUBJECT: NEWHALL AVENUE AND RAILROAD AVENUE STREET IMPROVEMENT AND SIGNAL MODIFICATION, PROJECT C2024 - AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Newhall Avenue and Railroad Avenue Street Improvement and Signal Modification, Project C2024. 2. Award the construction contract to FS Construction, in the amount of $352,267 and authorize a contingency in the amount of $35,227, for a total contract amount not to exceed $387,494. 3. Appropriate $210,500 from Landscape Maintenance District (357) Zone 2008-1 fund balance into expenditure account C2024357-5161.001; and appropriate $178,500 in Transportation Development Act Article 8 (233) funds to expenditure account C2024233-5161.001. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND This project will construct a bulb -out on Newhall Avenue, construct medians on Newhall Avenue and Railroad Avenue, and modify the traffic signals at this intersection. Currently, this intersection is a skewed (nearly 45 -degree) T -intersection. There are two westbound right -turn lanes from Newhall Avenue to northbound Railroad Avenue and one through lane on Newhall Avenue. Since the angle of the turn is 45 degrees, vehicles make this turn at a higher rate of speed than at a typical 90 -degree turn. Page 1 PacketPg. 83 This project will improve the safety at this intersection by relocating the existing signal poles and signal heads for better visibility, adding an additional signal head in a proposed median along Newhall Avenue, and installing a median along Railroad Avenue to direct vehicles into the appropriate receiving lanes. Additionally, this project will reduce the distance for pedestrians to cross Railroad Avenue by installing a bulb -out and creating a pedestrian refuge area. An invitation to bid was prepared and published three times, August 29, September 9, and September 18, 2015, and was posted on the City of Santa Clarita's (City) website. The bids included a base bid and three bid alternates. The base bid includes the signal modification, raised medians, the bulb -out, curb and gutter, asphalt, and signing and striping. Bid alternate 1 includes concrete unit pavers and mulch for the medians and stabilized decomposed granite in the bulb - out. Bid alternate 2 adds brick pavers with brick banding in the bulb -out. Bid alternate 3 adds landscaping in the medians and in the bulb -out with amenities in the bulb -out, such as sandstone finish bollards, boulders, and a trash receptacle, that reflect the character of Main Street. The basis of award was the base bid and bid alternate 1 (which delivers a basic project, but does not include landscaping and irrigation in the medians or bulb -out). Bid alternate 2 and bid alternate 3 provide options to include (or not include) amenities that add costs to the project and require more funding. Three bids were submitted to the City and opened on September 29, 2015. The results of the bids are shown below: Company Location Base Bid Alternate 1 Alternate 2 Alternate 3 FS Construction Sylmar, CA $266,095 $15,937 $29,240 $91,172 R. C. Becker & Son Santa Clarita, CA $277,776 $23,978 $53,232 $134,562 CPO Enterprises Covina, CA $315,570 $33,106 $67,204 $120,571 While reviewing the bids, staff found a minor irregularity and a mathematical error on the apparent low bidder's proposal. The irregularity consisted of the bid bond missing the notarization of FS Construction. Since the bid bond is issued by the surety firm and was notarized by the surety firm, the City waived this irregularity. Separately, the mathematical error was corrected per Section B of the project specifications. The corrected total amount for the base bid is $261,095. Staff recommends awarding the base bid and bid alternate 3 to FS Construction, the lowest responsible bidder. This recommendation does not change the order of the low bidder. FS Construction remains the low bidder for this project. Awarding the base bid and bid alternate 3 will result in a complete project, including planting and irrigation in the medians and bulb -out; concrete unit pavers in the medians and brick pavers; stabilized decomposed granite; boulders; sandstone finish bollards; and a trash receptacle in the bulb -out. The contract amount of $261,095 for the base bid and $91,172 forbid alternate 3 totals $352,267, plus a contingency of $35,227, results in a total contract amount not to exceed $387,494. This contractor possesses the required 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 with the noted correction. Page 2 Packet Pg. 84 The requested appropriation will create a budget of $527,151, which provides for award of the construction contract in the amount of $387,494 and leaves $139,657 for related construction costs, including Southern California Regional Rail Authority fees, labor compliance services, staff oversight, construction engineering, inspection, and project management. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the State Public Contract Code with regard to public works project procurement. In these types of procurements, the State Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsible bidder. This project supports the Santa Clarita 2020 Strategic Plan in the area of Sustaining Public Infrastructure. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Gas Tax (230) funds in the amount of $138,151 are currently appropriated in expenditure account C2024230-5161.001. The requested appropriation of $210,500 from Landscape Maintenance District Fund Balance (Zone 2008-1 fund 357) into expenditure account C2024357- 5161.001, and $178,500 in Transportation Development Act Article 8 (233) funds to expenditure account C2024233-5161.001, creates atotal project of $527,151. This amount will adequately provide for award of the construction contract in the amount of $387,494 and allows $139,657 for all other related construction costs, including Southern California Regional Rail Authority fees, labor compliance services, staff oversight, construction engineering, inspection, and project management. ATTACHMENTS Location Map Project Plans and Specifications (available in the City Clerk's Reading File) Bid Proposal for FS Construction (available in City Clerk's Reading File) Page 3 Packet Pg. 85 rr7r. M,•. �:?+. '�� 'i Wit' �a ay ,a� da 7 �Jk \,, 8.a QDGr,f SANTA CLARITA Newhall Ave & Railroad Ave Street Improvement & Signal Modification ad Project C2024 w AThe City fSanta Claritatl N Sarrant Its accuracy onbadata and as sumes no w 0 15 30 60 tiny( any errors U Feet MPprepared by:CiiY (5 t CI ih-CIS w z w a 0 a o � ' Vii. rc 0 w z > z o J J a z ® Z 06 n N o ei U J N A w 4%` } ry a Packe[ Pg. 86 - aara\�s lo z X X 3; X X 5 3s X 1N k -- .ammuuuuww Q aaammuuuuww w..�wwwui. �.wmz��ss .ss\oia� so�\�H wsazz W - si 'sz �rc k C > Q Q �QZ0 J0WI—N V J W U N Q H Q � > 0 U Z06WpU a77 � o° ca>��� a lL LLQ Q ~ J Q � OJWza. J U F Q W (D U W Z - aara\�s lo z X X 3; X X 5 3s X 1N k -- .ammuuuuww Q aaammuuuuww w..�wwwui. �.wmz��ss .ss\oia� so�\�H wsazz - si 'sz �rc k C ° g U z z a77 � o° w lL T- O o ca J U F < T— T— OD W E_! � o !;: _ ®! ■� ! _ 2 LL / § csv - ` \ /(|} \ \( ° § co // § §( \ � -----��� Zo lo \) \ - ! _ . !�00| � I _' o ils........\' \'­., - , BN7 e 4 - - k £� ka r P 1p ' 13 S 66Z 3 S ZB 15 L" i3 c� o C x;c Y" F 5 Eo E J I m w5 O 000 O 000 O w _ 5 w� p+ ififi\o14 soi\-x waa2 t - ka r � ' 13 S 66Z 3 S ZB 15 L" i3 c� o C x;c Y" f �B+ZB 15 SC tO+ZB-b15 J m w5 �u L'vl w u0� 096iKB 5 ififi\o14 soi\-x waa2 t - C r Fao c� o C x;c Y" Z W a, afrdo Q w �s (i a ~z w� p+ LL 4 U W z /� 6L'i0+Z0 'v15 i I v I [ Oa • JI�— a= 19 1 g ooiac I �,I. I p esl I 1 II W .ZZ Bv9 v3 I �I _1 z �I J 3 Lu =oW,arv'a�fi��ow 6.a-.isfimze�ss\irow•e - e„e \acro\�6!�•°\P•nm wow.o A ee Iw�av) �ewi . si ...,00 ....os - fiz°e..66\°iat ser\'.n waez:z - sioz '9z m C= - CU << E _ Q d a w s - g �o z a w¢ t° co °c > W P ,P b\? LL a W a o�����►�����00000000000® co ohYj �3a8 ;gyp 3 _ ossss�������0000000000a0 osss��sss���000000000000 . o�ss�sssss��00000000000m o�as��������00000000000® - M '•OOOOOGOGG9• -•'• fl�CCCCCCCCCC - - ' a z_ p V o0 0p o� oo` o0lil I E o0 Mille z _ �_ -_ _W t;z IN �� 00oomo"` 0 00000 00000 HIM 911111111 11021110 11 oil!!!!! as sol.0,Eozzmgl o�����►�����00000000000® co ohYj �3a8 ;gyp 3 _ ossss�������0000000000a0 osss��sss���000000000000 . o�ss�sssss��00000000000m o�as��������00000000000® - M '•OOOOOGOGG9• -•'• fl�CCCCCCCCCC - - upw y � ! fi�p S1fiZ0[9166\19f9 ya!i9ne�v\eu.a�\ip�pi\p�ppddp\upw�yn�-anp�ww\a�aa�\:� wo00-t� — SiOZ 'f0 6^Y Ua LLL z b co ohYj �3a8 ;gyp 3 _ Z- - M Ua LLL z b co ohYj Qo o 8 oa " Z- - O - ' a z_ p V o0 0p o� oo` o0lil I E o0 Ua LLL z b VAi= ohYj Qo o 8 - z_ _s z _ �_ -_ _W t;z z- �� 00oomo"` 0 00000 00000 r T a00 VAi= ohYj Qo o RE - z_ --a�- �_ -_ _W t;z El 0 ooemo=`ouo'o' o ooa o"o oo`o r T a00 C L Cf) at o zZ) 3Y� 00 wu U lL Q Q 0 cc O W O zQ J U U a — x LL w Q z C I� �e — ;► o 7i2 i 20 Fa � yY� N WW< �.o '�' S 3 ¢�_✓: i <z oowwao`� - J&' oa-N` W4"�' " Qk'z �b $:' ooW 3 a. R rm�h� a yaw=p"'N Sb3 - s �a W Y m oWN 5= 8 `� z- so9� SNF p oU pF o zo. ga 15 =�W a A - �� V�b<'�daw'y„� p�¢� � rad• `�r�d _� lY, eg �<o E,� �€ w �s�€m�wLL 6Y m w �W” z�$zommo<ao:E Volo is m 7e ff � a-ooPP. �= a vN .°� <� .< SSE _ <�� oo `oos 15� eE = n n d3a ry3� .— -- 9 — wary) W — sl o� — i66\]lel SOl\-M wegZ Z — i n i7 n op o�3o ° wr os z6i00 OFFO�OUO =°ma o6ou mow>„wum•� - °21 aM <z of<uyzZga Ffo SU OOU F� a P„ LL°Um<„o F� _<?u< � z oo'„ oo F z �a Fo o u oiw �z Qo a6� °o oQ i ZC <ow<FO 03a :Up Oun nO < O O QO a�OZo OOp O?w UO -OMO O 3oJZ6 gH p.OZ apy„ UDOoo3pDa4 g omp ° m5�soou- �W,wz amo��Vi py 0i�i '�oa >E3 utli� p o�z�oa wopo�^°` wo Suo'a<a ��o aosw_zozzo°p°=zom pgozEWw 6woaF 'oma;p�o�o�a 'g amp On<w�'<OU6 s�Uu°ww`<p� wOOQ - 5: -t2 -E< woo _ 1�� a� ommwSgOow- F o>o'ow000-ww UUUaQrcnn�U moo<UUmUomm„„m_m� c oa <<o < > - <� z0 -mF: rcx Uo w0 „FzC mwa ,am, 0_r,.� pzp O� �FO� �Of pO pwO 6 0 ?0 ” wOm < z O LLx a m amOw<m ° woF o=:F o o�Os Fop st)U :00 ZLL �<m'^ OOUaau'z4 f z3� i�Qa O .� <z0< rcFOmwNuu O �O LLO� - �. D OZO a°OoAU�OO o2 z :zs �°UOl< QO„„Ow�00o VOA _i zO sew <Hu - 6 2mOi_ oBiU�p a.z'n<m _1oa�OSz'o??>O iooz wEz o-`o�„zo'z �u �<6oryu„u„Eav�o�pW�yNi=�< iS�awJa Fsza„ F a5 Lul LL— 5 \ � o � ~• 5 \ z MI, Q Z '65 co W 5 z 3: IN w H z < < wo WiOR '88 uj 8.0 Mns z H �i z< HH .88. Z 00 oz mf z w u) o! w ILU z 9 LU --------- --- --:�4 U) NQ! IN w -Z H Fn -14 31 cn F, N. bg m O - F - ILL. KH o --T I cr o flu z 0 z �1— 4 z z o �r Ir 5 it ro �A P � 3 Q Zg op o? 33° g° o 0 ooa im�D o YD ao 0 o>Dx Iw $z oil? °t)rc�3o ow Di opo mzGi h$ 'o 3 0 - �a>oo4 oou==� oo =D 20 < O oz O (� OZx� is Do D D3 3 °mOOI oD 3w m °om N4wow6 �: ��`oo om oo g3usm No oo�o� w0003p =;w2 4o 30 z3ga Dam' <o �. �a-woo5„um-oao �'a� am SaFw3„z7 p3"',S`„wwSa z°oz.° u io�°< �oifo�o_i uE=QoN�D�3� �3car.2 Oiwtp `u o a Z► o _ o Q - o °� W3C'�sZ. � � • '" � kt W.o<C! 3o2 $asiW _i>> oo�o W O�x Fzs 1-1-12 2Vc PSH ��I ®❑w Q Zg op o? 33° g° o 0 ooa im�D o YD ao 0 o>Dx Iw $z oil? °t)rc�3o ow Di opo mzGi h$ 'o 3 0 - �a>oo4 oou==� oo =D 20 < O oz O (� OZx� is Do D D3 3 °mOOI oD 3w m °om N4wow6 �: ��`oo om oo g3usm No oo�o� w0003p =;w2 4o 30 z3ga Dam' <o �. �a-woo5„um-oao �'a� am SaFw3„z7 p3"',S`„wwSa z°oz.° u io�°< �oifo�o_i uE=QoN�D�3� �3car.2 Oiwtp `u °off Tz O E os° 3� �e =oo < LL y O U w a - r E - S S ' n - S E u 0 e - a - .-. .. "P g o C 3 _ - E_ W s g � � o � E W ; P E ➢ g 3. v� 3� _ EE li E _ 3 3 a E .'IZI�rV <3 �� t E Ziuoogo ZFI: S � ��o ws � :U.3 i rcE F a I^ III III c€ c _ i E c v ° -U p=, Eli > E g Y I� US' C: 5 E<^] - _ - � b �43� P LL Z 8 '� _ Z u SII P a a •� N_ E E E P g ° fo 10 P �.. a U U .V 4' c • € o -� N W O 000 Oe000b© _« tl 3. �a Lir;, s o 9. �a zp� � dad 8000 0 o wa n 0000000 _n„ 4 ao z SW s z p 00 �E ` �w z� \ J 1- u Q W O 000 Oe000b© _« tl 3. �a Lir;, s o 9. �a a r to w Besse see 71 0o6o8 8000 0 o wa n 0000000 _n„ 4 ao z a r to w Besse see 71 � 0000000 _n„ oz HE SW s z p 00 QnOOk ` m m< \ J a r to w Besse see 71 N " a W Ml 000 000000 n ., mdw6 Tn HE N " a W Ml 000 000000 n ., mdw6 SECTION C: PROPOSAL Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications.. INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award. BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work; that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes; royalties, and fees In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. Company Name: t5 C a)A r L) C Company Address:�� p L`) 6 <i ) l C� �Q,e/�n� By. o5z- A", r I e_t" Print Name Tile:W Signature: a', � _ � e_i /b -C Date: 2_� — 1 S Nenfiali Ave d Railroad Ave C- I Project C2024 BASE BID SCHEDULE Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 1 MOBILIZATION/DEMOBILIZATION LS 1 (NOT T_O EXCEED 3% OF TOTAL BID WATER POLLUTION CONTROL & IMPLEMENT 2 LS 1 BEST MANAGEMENT PRACTICES r 1%p oo ��" 3 TRAFFIC CONTROL LS 1 b 4 CONSTRUCT 8" CURB & GUTTER LF 161 y� 5 CONSTRUCT 8" CURB LF 360 6 SAWCUT & REMOVE EXISTING AC SF 2,400 Co PAVEMENT o REMOVE & CONSTRUCT NEW CURB RAMP EA 7 2 8 INSTALL TRUNCATED DOMES SF 25 REMOVE EXISTING CURB & GUTTER LF 60 9 10 EARTHWORK & ROUGH GRADING CY 75 11 AC PAVEMENT & AGGREGATE BASE SF 445 ^� L n�90" 12 (S) MODIFY TRAFFIC SIGNAL LS 1 13 FURNISH, INSTALL, REMOVE, REHABILITATE LS 1 SIGNING & STRIPING - $�i�� Total Base Bid: Total Based Bid in Words: BID ALTERNATE 1 ok m 4�� tilt} �►ra,. wl A CONCRETE UNIT PAVER (MEDIANS) SF 348��1 B MULCH CY 11 C STABILIZED DECOMPOSED GRANITE SF 1,553 1 D METAL EDGING _LF 225 Total Amount for Bid Alternate 1: $ Total Amount of Bid Alternate 1 in Words: rri 1*ti9/M4V T0?4J&- "w2p i4 "OT t 91k BCW Nemba9 Ave 6 Railroad Ave C-2 Prated cr, Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 E CONCRETE UNIT PAVER (MEDIANS) SF 348 -ZOi F MULCH CY 11 !9 C2 CSO 100 G BRICK PAVERS (SIDEWALK) SF 522 H BRICK PAVERS (BANDING) SF 223 7>w L MULCH I STABILIZED DECOMPOSED GRANITE SF 808 M BRICK PAVERS (SIDEWALK) BRICK PAVERS (BANDING) J METAL EDGING LF 225 N SF Total Amount for Bid Alternate 2: $ Total Amount of Bid Alternate 2 in Words: *Ly^g TWO N ip : i Wim' MV tle C�T5 Newhall Ave 6 Railroad Ave C-3 Projed 02024 02 K CONCRETE UNIT PAVER (MEDIANS) SF 348 L MULCH CY 11 M BRICK PAVERS (SIDEWALK) BRICK PAVERS (BANDING) SF 522 N SF 223 DECOMPOSED GRANITE SF 808 O STABILIZED (�O Cwt P METAL EDGING LF 225c� Q PLANTING & IRRIGATION LS 1 R 90 -DAY PLANT MAINTENANCE & SF 661 LZ2D2 fi ESTABLISHMENT S _ TRASH RECEPTACLEEA 1 ►i.(% T SANDSTONE FINISH BOLLARD EA 6 Total Amount for Bid Alternate 3: $ Total Amount of Bid Alternate 3 in Words: Newhall Ave 6 Railroad Ave C-3 Projed 02024 Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 BID SUMMARY (REVISED 9/22/15) TOTAL AMOUNT FOR BASE BID: TOTAL AMOUNT FOR BID ALTERNATE 1: TOTAL AMOUNT FOR BID ALTERNATE 2: TOTAL AMOUNT FOR BID ALTERNATE 3: TOTAL AMOUNT FOR BASE BID AND BID ALTERNATE 1: 11. % --N TOTAL AMOUNT FOR BASE BID AND ,, BID ALTERNATE 2: �v c�V� TOTAL AMOUNT FOR BASE BID AND BID ALTERNATE 3: I TOTAL BASE BID AND BID ALTERNATE 1 IN WORDS (please print legibly): 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 and Bid Alternate 1. The Agency reserves the right to award the contract for the base bid and the alternates, if any, which the City may select at its sole discretion. Newhall Ave & Railroad Avu C-4 Projecl C2024 DESIGNATION OF SUBCONTRACTORS Newhall Avenue $ Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of I/.- of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if subcontractor is participating as a DBE. Subcontractor DBE STATUS: Dollar Value of Work �_C��A e o 9 Certifying Agency. Annual Gross Receipts: CJS �G C S l� j�, UY1 yr Yr -1c - Location and P ace of Business -- - _22� Ave %Y1%n On C' 2311 Cosl Schedule Item Nos: Description of Work --� License No Exp. Date 311 Ph ne TU.( Subcontractor DBE jS�T�ATUS: Dollar]Value of Work+ _J�e� �ornxan Non D\ -5E W 22, d Z Age of firm. Certifying Agency: Annual Gross Receipts i 5 year 5 m; li. � n ,, 1_ocation and Place of Business - - 12901 ma kJE e y A-ue &&Yt n cr r k C A q 170 Cost Schedule Item Nos:cripti n of Work License No. ' �' 2e:Z3O Phane -- - - jl 33rs _9 q 13i l' NOtE A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal• subject to the requirements :)I Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work. as defined m tlwr, chapter• unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is no! a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perforin public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. (Use additional sheets as needed) Neahail Ake B R.Wnad Ave C_6 Plojeo C2024 REFERENCES Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER {V has perform/similar workrjwithin the past 3 years:V//�� jF/{��{} %�^/�o NamAddress of Ow er / Agency 2 1'1(.l j (fir % VAC r rVA i \(,\C I_ 1 V I T C '> C."J / )I I I ,Z-- J I ~I J Name and Telephone Number of Person Familiar with project 100 \ q qq -GO C''A(e-J � t11s I z Contract Amount Type of Work Date ompieted C. NamL- and Address of Owner I Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. C' V�i �t CC; C.S'l t' �rCkY\u AUe C4 (�reS C'(� �O63ra Name and Addre of Owner Agency �r'tC) oi000eS (i14 Nameand q aI ndTelephone Number of Person Familiar with Project f `I , Ll 1 C� E Y t'.c' t t�'f Gtr �k �ti�S I Z � -101 I r `t Contract Amount Type of W rk Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: 15Z2-1 l �1('P) q14 - noo Newhall Ave 6 Raftoed Ave C-7 Vroom C2024 ' <Cor\� l)CIton Contractors Name TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. 1 `� -__ i N Exceptions will not necessarily result in denial of award, but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Newhall Ave a Railroad Ave C-8 Project C2024 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION * * * (Must be filled out by the Bidder and ALL subcontractors over $10,000) * * * Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 City of Santa Clarita, California This bidder �i_)(C)RIA(1."', .igj\, proposed subcontractor hereby certifies that he has �has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has , has not y—, filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: C V By: A - " it Title: U �w L1 L,,(— Date: q - Z / 15- Note: S Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor Note: This form must be received by the AGENCY from all subcontractors no later than 4:00 PM on the 51h business day after the bid opening. Prime contractor is to submit certificate at bid opening. Newhall Ave & Rokoad Ave C-9 Pi *0 C2024 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION * * * (Must be filled out by the Bidder and ALL subcontractors over $10,000) * * * Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -18-16-C2024 Project C2024 City of Santa Clarita, California y This bidder�c o. . proposed scbcontractor //�� ���- Wit—,, hereby certifies that he has has notparticipated in a previous conte t or su mco tract srwjeci to the equal opportunity clause, as reyurred by Exe-;utive Orders 1M,25.1"1114, or 11246, and that he has _has not i , filed with the Joint Reporting Committee, acid Director of Office of Federal Contract Compliance, a federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements Company: By: Title: Date: Nate: The above certification is required by the Equal Empieyment Opportunity of the Secretary of Labor (41 CFR 60-13(b)(1)), and must be submitted by bidders and proposed subcontractors only 0,, connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Fonrr 100 (EE0-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by tl e Director, Office of Federal Contract Compliance, U.S. Department of Labor. Note: This form must be received by the AGENCY from all subcontractors no later than 4:00 Pill on the 51" business day after the bid opening. Prime contractor is to submit certificate at bid opening. Nowhall A vu 6 ftkoatl Ave C-9 hojod UW4 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION * * * (Must be filled out by the Bidder and ALL subcontractors over $10,000) * * * Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 City of Santa Clarita, California This bidder FS Construction subcontractor Chrisp Company proposed hereby certifies that he has X has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Chrisp Company By: Coda Oesterblad Title: Office Administrator Date: 9/29/15 Note: The above certification is required by the Fqual Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or - subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR subrrrits a report covering the delinquent period or such other period specified by the Federal Highway Administration or, by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Note: This form must be received by the AGENCY from all subcontractors no later than 4:00 PM on the 5`r' business day after the bid opening. Prime contractor is to submit certificate at bid opening. Nowhell Ave & Railroad Ave C-9 PIej-1 02024 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name. Business Address: Telephone No. (V 1$q3 State CONTRACTOR's License No. & Class: I Q-(2 _ - C I - C-7-7 I Original Date: _ 4 I �JC�` 20[�p Expiration Date: _( 13o 1 Zy(G The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: ()l r)5, nCA E;1 C�i F v Com n c. *-o v- 1 7 u -ng q The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: Newhoil Ave B Radroad Ave C-10 Prapa C2024 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: 1' 1p, IN WITNESS WHEREOF, BIDDER executes and,submits this proposal with the names, title, hands, and seals of all aforementioned principals this 4— ` day of , qV , 2015. li BIDDER: I -CCi Signatd{t U Name and Title of Sig"tory tory �c� CGhC,ty()c k'C) Legal Name of Bidder e `)t - Address 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 Notary Public Newfiali Ave 8 Railroad Ave C-1 1 Prohcl 02024 day of &1 ,201-5 (SEAL) r.. CARMEN 6tEVARA ` Commission # 1997674 zi:.,=m Iry Notary Public - California z Los Angeles County ' My Comm. Expires Nov 17, 2016 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California— ) County of , � ? s On 1 before me, V 1 9 (insert name and title of the officer) t G personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) iistare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. CARMEN GUEVARA WITNESS my hand and official seal. Q ;`�:�;. Commission # 1997674 Notary Public - California z �d z V ' ,.a;L• Los Angeles County n My Comm t xpires Nov 17, 2016 Signature - (Seal) BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID I v � f� NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned Project Name: Newhall Avenue & Railroad Avenue - Street Improvement & Signal Modification Bid No. ENG -15-16-C2024; Project C2024 Bidder's Signature CONTRACTOR Address City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. Newhall Ave 6 Railroad Ave C-12 PrgW C2W4 PROPOSAL GUARANTEE BID BOND Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that FS Construction, , as BIDDER, and RLI Insurance Company, as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of * dollars 4 107 1, 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 severalty, firmly by these presents. *Ten Percent of the Total Amount of the Bid in THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect In favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 24th day of September, , 2015 FS CONST CTION BIDDER. By: ��---►,�1 �1 ��'� Signature ( J J Jesse_ ,� ��,, ] 0wKeT Name and Title of __14$3$_-e_dsoe _St. , Svlmar. CA 91342 (818) 838-6040 Address 16150 N. Arrowhead Fountains Ctr. Dr. #225 SURETY" RLI INSURANCE COMPANY Peoria, AZ 85382 (623)412-5793 B - -. 14 i ---Sala ar, Att e —in --fact !300 i4c.Ccl lura St., Los Angeles: CA 90026 Subscribed and sworn,O this day of j (323)663-7814 NOTARY PUBLIC (SEAL) *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Sure Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Wei na Ave s Re:Yoae Aw C-13 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CML CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Caiifomia ) County of Los Angeles ) On September 24, 2015 before me, Trina Lee Vega, Notary Public , Date Here Insert Name and Tide of the Officer personally appeared Elisabete Salazar Names) of Signe(s) who proved to me on the basis of satisfactory evidence to be the person($) whose name(;) is/aV6 subscribed to the within instrument and acknowledged to me that btb/shaffl fy executed the same in ryilS/her it authorized capacity0ps), and that by Wp/her/#Aor signature(p) on the instrument the person(q), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of Celifomia that the foregoing paragraph is true and correct. WITNESS my hand a official seal. Signatu .— S1gilature of Notary Public OPTIONAL Though this section is optional, completing this infomiation can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signers) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: D Corporate Officer — Title(s): D Partner — G Limited O General D Individual kU Attorney in Fact I:� Trustee O Guardian or Conservator D Other: Signer Is Representing: Signer's Name: 17-7 Corporate Officer — Title(s): D Partner — D Limited D General D Individual D Attorney in Fact D Trustee D Guardian or Conservator 0 Other - Signer Is Representing: 02014 Natal Notary Association - www.NafionaiNotary.org -1-800-US NOTARY (1-800-876-6827) Item #5907 TRINA LEE VEGA Commission # 2056669 Z County > Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of Celifomia that the foregoing paragraph is true and correct. WITNESS my hand a official seal. Signatu .— S1gilature of Notary Public OPTIONAL Though this section is optional, completing this infomiation can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signers) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: D Corporate Officer — Title(s): D Partner — G Limited O General D Individual kU Attorney in Fact I:� Trustee O Guardian or Conservator D Other: Signer Is Representing: Signer's Name: 17-7 Corporate Officer — Title(s): D Partner — D Limited D General D Individual D Attorney in Fact D Trustee D Guardian or Conservator 0 Other - Signer Is Representing: 02014 Natal Notary Association - www.NafionaiNotary.org -1-800-US NOTARY (1-800-876-6827) Item #5907 R L I embalc an RN company 9025 N. Lindbergh Dr. I Peoria, IL 61615 Phone: (800)645-2402 1 Fax: (309)689-2036 Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company, required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Patricia Zenizo. Margaret Rodriguez, Pietro Micciche. Elisabete Salazar, Margarita Lopez jointly or severally in the City of Los Angeles , State of California , as Attorney in Fact, with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ( $10,000,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 28th day ofhJU, 2D U. `o0a0,00 AND•Ip9 •�'. ••G'99y ,`': ` J�ANCE C, •PQOA '•,�1,p�: �_ y ,•• pPOA : G� 416, •. ��„ �•�?y .;1 .' GO 4rR 0s -¢ SEAL ,a= SEAL State of Illinois •/CLIN015•��%t j SS County of Peoria Ji 'N On this 28th day of May 1 2015 before Inc. a Notary Public, personally appeared Rov C. Die , who being by me duly sworn, acknowledged that lie signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company, and acknowledged said instrument to he the voluntary act and deed of said corporation. M. 'OFFICIAL SEAL" NU PAfrY E JACQUELINE M. 83CKLER COMMISSION EXPIRES 01114118 Notary Public RLI Insurance Company Contractors Bonding and Insurance Company Roy C. Die x Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, and/or Contractors Bonding and Insurance Company, each Illinois corporations, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this 24th day of September, 9n1S. RLI Insurance Company Contractors Bonding and Insurance Company Roy C. Die Vice President 0449553020212 A0059115 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. Newhall Ave & Railroad Ave C-14 Projed C2024 NON -COLLUSION AFFIDAVIT Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES § C_I being first duly sworn deposes and says that he is the 5o C �4-/- (sole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Signature Title Subscribed and sworn to and befor me this day of tee: a�_C1_'1 ')COO I CT otary N—hau Ave a Rad,oea Ave C-1 S P-pcl C2C24 CARMEN GUEVARA Commission # 1997674 z I,•`; iii l r Notary Public - California z Los Angeles County My Comm. Expires Nov 17. 2016 N—hau Ave a Rad,oea Ave C-1 S P-pcl C2C24 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of I On 129 I 1'5 before me, (insert name and title of the officer) personally appeared ,,. ~1 (�' C who proved to me on the basis of sati actory evidence to be the person(sywhose name(syis/art subscribed to the within instrument and acknowledged to me that he/syteqfl W executed the same in his/barftWir authorized capacity.(), and that by his/tierAhe r signatureW on the instrument the personjay, or the entity upon behalf of which the person_*acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. CARMEN GUEVARA \ITNESS my hand and official seal. r `� r �, Commission # 1997674 z Notary Public -California n Los Angeles County Kiy Comm Expires Nov 17, 2016 Signature (Seal) I lc ) BIDDER'S QUESTIONNAIRE Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -15-16-C2024 Project C2024 City of Santa Clarita, California No e5 1 If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. 1. Submitted by: Principal Office Address. 2. Type of Firm _ Corporate:_ Individual: Partnership: 3a If a corporation, answer these questions. Date of Incorporation: President's Name: Vice -President's Name. Secretary or Clerk's Name: Treasurer's Name: 3b. If a partnership, answer these questions: Date of organization: Telephone: Other.- If ther: State of Incorporation: State Organized in,- Name n: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR's license: License number: Class: Expiration Date: 5. CONTRACTOR's Representative: Title.- Alternate', itle: Alternate: Title. List the major construction projects your organization has in progress as of this date: Owner: (A) (B) Project Location: Type of Project: Newhall Ave 8 Railroad Ave C-16 Project C2024 CERTIFICATION OF NON -SEGREGATED FACILITIES Newhall Avenue & Railroad Avenue Street Improvement & Signal Modification Bid No. ENG -16-16-C2024 Project C2024 City of Santa Clarita, California The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The CONTRACTOR agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. - r-) 41?1*1 - __ - - / _TCONTRACTOR Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). ADDENDUM 1 NEWHALL AVENUE AND RAILROAD AVENUE STREET IMPROVEMENT & SIGNAL MODIFICATION City Bid No ENG -15-16-C2024 City Project C2024 City of Santa Clarita, California September 22, 2015 This Addendum form is apart of ' the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in the Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. PLANS Revised sheet 8A & sheet 8B (attached) SPECIFICATIONS 2. Page B-4, AWARD OF CONTRACT — Revise the last sentence after the first paragraph to: "The basis of award of the contract shall be the CONTRACTOR'S Base Bid and Bid Alternate I". 3. Page C-2, BID SCHEDULE — See Revised Bid Schedule (attached). 4. Page F-32 PLANTING — 3" ORGANIC MULCH Section 1.1 Work Included — add the following sentence under subsection 1: Native soil in the planter areas shall be removed from the site, as recommended by the soils tests and defined in the project plans, and disposed of in accordance with all local, state and federal standards. Soil section to be removed to be approximately 12" depth after asphalt and existing base material has been removed. Page 1 of 2 Robert G. Newman, Director of Public Works City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum 1 and accept the aforementioned. 4911z L- _. 2015 'rur'r3 j Date Iii er's Sigma re g THIS DOCUMENT TO BE SUBMITTED WITH BID Page 2 of 2