Loading...
HomeMy WebLinkAbout2018-07-10 - AGENDA REPORTS - 2015-16 MEDIAN MOD PGM PROJ C0049 (2)O Agenda Item: 5 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: U41 , DATE: July 10, 2018 SUBJECT: 2015-16 MEDIAN MODIFICATION PROGRAM, PROJECT C0049 - AWARD CONSTRUCTION CONTRACT AND MATERIAL TESTING CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2015-16 Median Modification Program, Federal -Aid Project HSIPL-5450(091), Project C0049. 2. Award the construction contract to FS Contractors, Inc., in the amount of $359,138 and authorize a 10 percent contingency in the amount of $35,914 for a total contract amount not to exceed $395,052. 3. Authorize continuing appropriation of the 2015-16 Median Modification Program budget from Fiscal Year 2017-18 to Fiscal Year 2018-19 for the following funds: • Miscellaneous Federal Funds in the amount of $204,322 and appropriate to expenditure account C0049229-5161.001; • Developer Fees in the amount of $9,000 and appropriate to expenditure account C0049306-5161.001; and • General Fund — Capital in the amount of $61,412 and appropriate to expenditure account C0049601-5161.001. 4. Appropriate additional Miscellaneous Federal Grant funds (229) in the amount of $55,950 to expenditure account C0049229-5161.001 and increase revenues in account 229-4424.009 by $55,950. 5. Appropriate Transportation Development Act (TDA) Article 8 funds (233) in the amount of $143,086 to expenditure account C0049233-5161.001. Page 1 Packet Pg. 40 O 6. Authorize the City Manager or designee to execute all necessary documents, subject to the approval of the City Attorney. BACKGROUND The 2015-16 Median Modification Program is a Federal Highway Safety Improvement Program (HSIP) funded project. It was selected from a statewide competitive process for its safety benefits, including reducing future broadside collisions at three locations: Copper Hill Drive at Copperstone Drive, Soledad Canyon Road at Gailxy Avenue, and McBean Parkway at Summerhill Lane. These benefits will come as a result of median modifications which reduce conflicts and restrict crossing type vehicle movements which have resulted in defined collision patterns at the subject intersections. This project will also modify the signal at Copper Hill Drive at Camino Del Arte to allow for U-turn movements. This project supports the Santa Clarita 2020 themes of Public Safety and Sustaining Public Infrastructure. Staff conducted extensive public outreach to inform local residents and businesses of the proposed project and the impacts to circulation for motorists in the area. The following are the proposed improvements at each location: Copper Hill Drive at Copperstone Drive - This is a "T" intersection. The proposed design will extend the medians to restrict outbound left -turn movements from Copperstone Drive onto Copper Hill Drive, while the northeast median will be shortened to allow for smooth left turns from Copper Hill Drive onto Copperstone Drive. The modifications to the median will include a tree and shrubbery, which will require minor irrigation improvements. In addition, the traffic signal at the intersection of Copper Hill Drive and Camino Del Arte Drive will be modified to allow protected U-turn movements for northbound traffic. This will improve circulation and enhance safety by providing motorists with another option to proceed south by making a right turn onto Copper Hill Drive from Copperstone Drive and utilizing the protected U-turn at Camino Del Arte Drive. Traffic turning movement counts indicated that an average of 16 motorists per hour made left turns onto southbound Copper Hill Drive from Copperstone Drive during peak hours. Although left -turn movements will be restricted, motorists will be able to access southbound Copper Hill Drive from Decoro Drive or by making a U-turn at Camino Del Arte Drive. This project does not impact inbound left turns from southbound Copper Hill Drive onto Copperstone Drive. Staff notified home owners associations in the area of the improvements, and, to date, no responses have been received. Soledad Canyon Road at Gailxy Avenue - This is a "T" intersection. The proposed project will extend the medians to restrict outbound left -turn movements from Gailxy Avenue onto Soledad Canyon Road. Three trees and shrubbery are included in the design, which will require minor improvements to the irrigation system. Traffic turning movement counts indicated that an average of 33 motorists per hour made left turns from Gailxy Avenue to eastbound Soledad Canyon Road during peak hours. Alternative access to eastbound Soledad Canyon Road at the signalized intersections at Anne Freda Street and at Kenroy Avenue will be available to motorists. In addition, motorists have the option of Page 2 Packet Pg. 41 O making a U-turn at Miss Grace Drive. This project does not impact inbound left turns from Soledad Canyon Road onto Gailxy Avenue. Staff contacted the 140 residents within a half -mile radius of this location and received six comments, two of which indicated concerns regarding the restricted access that would result from this project. McBean Parkway at Summerhill Lane - This is a four -legged intersection (the driveway to North Village Square intersects on the east side of the intersection as the fourth leg). The proposed project will extend the existing medians and construct an additional island on McBean Parkway, restricting outbound through and left -turn movements from Summerhill Lane to the west (Valencia Veterinary Center/Chase Bank) and the Northpark Village Square driveway to the east (McDonalds/Ralphs/Wolf Creek). No landscaping opportunities were feasible at this intersection. Traffic turning movement counts indicated that an average of about 14 motorists per hour made left turns from Summerhill Lane onto northbound McBean Parkway or continued straight through the intersection during peak hours (about 25 percent of the vehicles from that approach). Those motorists will be able to access northbound McBean Parkway by making a U-turn at the signalized intersection at Decoro Drive. The count also indicated that an average of about eight motorists per hour made left turns from the Northpark Village Square driveway onto southbound McBean Parkway or continued straight through the intersection during peak hours (about 7.5 percent of the vehicles from that approach). Those motorists will be able to access southbound McBean Parkway by exiting the center onto Decoro Drive and making a left turn at the signalized intersection at McBean Parkway. This project does not impact northbound or southbound left turns into the commercial centers. Staff met with representatives of the commercial centers on each side of the McBean Parkway and Summerhill Lane intersection on several occasions and provided background information on the project, including collision history and safety benefits. The representatives for both commercial centers were concerned the changes in circulation would negatively impact their tenants and patrons exiting the commercial centers, and contracted with Crain & Associates to complete an independent review of the intersection. The report by Crain & Associates contained alternative recommendations to address the immediate local safety issues presented by City staff. The recommendations included the installation of a traffic signal, including traffic calming features. After a thorough review of the recommendations, staff does not agree with the methods Crain & Associates used to justify installation of a traffic signal. The introduction of a signal at this location would create unnecessary interruptions to the flow of traffic along McBean Parkway, potentially leading to additional safety issues. In addition, there was no indication as to how a traffic signal would be funded. Crain & Associates' suggested traffic calming measures are not appropriate for McBean Parkway. For these reasons, staff recommends that the proposed median modification be constructed as designed. While these modifications do require that a small volume of outbound traffic from the two shopping centers (about 22 vehicles per hour at its peak) make a right turn followed by an immediate U-turn at the next adjacent intersection, it does provide for the best collision reduction among the proposed alternatives. Page 3 Packet Pg. 42 O The representatives of both commercial centers have indicated their desire to be on record as objecting to the project. An invitation to bid was published three times: January 17, 23, and 25, 2018, and posted on the City of Santa Clarita's (City) website. Five bids were submitted to the City and opened by Purchasing on March 7, 2018. The results are shown below. Company R.C. Becker & Son, Inc. FS Contractors, Inc. Aramexx Group, Inc. Access Pacific, Inc. PALP, Inc. DBA Excel Paving Company Location Bid Amount Santa Clarita, CA $289,049.88 Sylmar, CA $359,138.21 Claremont, CA $392,492.00 Pasadena, CA $480,990.53 Long Beach, CA $507,737.50 After reviewing the bids, staff determined the bid from the first low bidder, R.C. Becker & Son, Inc., was non-responsive. This bidder failed to meet the Disadvantaged Business Enterprise (DBE) goal of 11 percent as specified in the contract documents for this federally funded project. R.C. Becker & Son, Inc., was notified on March 29, 2018, of this decision and no formal protest was submitted to the City. Therefore, staff recommends awarding this construction contract to FS Contractors, Inc., the lowest responsive bidder. FS Contractors, Inc., possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and found to be complete. Additionally, FS Contractors, Inc.'s DBE commitment for this project is 13 percent. In conformance with the City's DBE Implementation Agreement with the California Department of Transportation (Caltrans), the City must advertise, award, and administer federal aid contracts in accordance with Caltrans' current Local Assistance Procedures Manual to ensure ongoing federal financial assistance. If deficiencies in contract administration procedures are identified, inclusive of DBE responsiveness requirements, they may result in withdrawal of federal and/or state funds from the project. While the City maintains a Support of Local Businesses policy that may 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 Public Contract Code does not permit a City to utilize a Support of Local Businesses policy and instead requires the contract to be awarded to the lowest responsible bidder. Since the lowest responsive bidder was higher than the engineer's estimate, staff requested additional federal HSIP funds from Caltrans and received authorization to increase federal funding by $55,950. The requested appropriations of additional funds will create a total budget of $473,770 to provide for the construction contract and project management, including public works inspection, technical support, labor compliance, material testing, and other project -related costs. Page 4 Packet Pg. 43 The requested contingency will cover costs for unforeseen conditions or conflicts uncovered during construction. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure accounts C0049229-5161.01 (HSIP Grant), C0049306-5161.001 (Developer Fees), C0049233- 5161.001 (TDA Article 8), and C0049601-5161.001 (General Fund Capital) to provide for all project related costs. ATTACHMENTS Location Map Bid for FS Contractors, Inc. (available in the City Clerk's Reading File) O Page 5 Packet Pg. 44 (IOVU1N0:D Noii:DnUISN0:D alJVM`d-N0IIV:Dl=I40w Nvia3w 96-5602) dew uol}eoo-j:;uauayoe44V - Lo an a. E E L (a Y - - vCc lC CD CD cc cr "� tl m �y�iy Z7 a SP � •— __ j - F V •� 16 dd C0 I w _.- a- O N U U a U) o � s• • 0 j _J DAN 1 none GOLDEN O� a — _ - - to torJ r j '�.. m .• ! RAI ROAD AVENUE NOANVJ OlInD51 Nyby Ny I in E 'G-. . ,• *,2p 0 3111 S a3ddj01) Q zJ L y OURS 1. = L CLCL O I ' •1zQ _ - - 213.12 -�• _ -;.{'--���-• _ ._ SECTION C: PROPOSAL FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California 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:pp Company Address: D l By: `I< Print Name Title: Signature: (�+' Date: C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-1 BID SCHEDULE FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California COPPERHILL @ COPPERSTONE Item Description QTY Unit Unit Cost Total Cost 1 Mobilization, Demobilization, Bonds and Insurance LS 1 01000 I I o�� Prepare and Implement Temporary 2 Pollution Control LS 1 51CD0 OO _Water Traffic Handling and Construction $ 3 Area Signs LS 1 000 CV0 Thermoplastic Pavement Arrow (Type IV) 4a --marking EA 7 a f_ 1 • gK� � , o� Thermoplastic 12" Limit Line 4b Marking Thermoplastic 8' STOP Pavement LF 20 l� I G- ` C� 4c Marking SF LF 22 60 200 40 D 1 4d 2 -Coat Paint No Passing Stripe w/Reflectors (Detail 22) < J� 0 I ��e r V / �I 6 r� 4e 2 -Coat Paint Median Island Stripe (Detail 24) _ LF LF 4f 2 -Coat Paint Channelizing Stripe (Detail 38A) 2 -Coat Paint Channelizing Stripe 4 _(Detail 38B) LF 490 IJ 3 r 2 -Coat Paint Line Extension Stripe 1_4h___ (Detail 12) Traffic Sign and Post LF 340 M too� 3o 5 j EA 3 �11�jj. U� Q 6 Remove Sign Post EA 2 (D vl • 6 (� p��o 1 � I. O�l^t� 7 Remove Sin EA 1 2� 5� f v 8 Relocate Sign EA 1 Modify Traffic Signal / Relocate 9 Refelctive_Street Name Sign LS 1 CC D 10 Y Sawcut AC Pavement, Curb and Gutter, PCC Median LF ' r 1 '15U 265 Remove Asphalt Pavement and 11 CAB SF 1,041 12 Remove PCC Stamped Concrete SF 487 // IQ Remove Concrete Curb, Gutter, 13 and Base Materials Grind Existing Asphalt Pavement SF 83 14 SF 2,188 Remove Traffic Striping, Pavement �� 15 Markings, and Markers LS 1 I C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-2 C0049 FY 15-16 Median Modification Program Federal Project HSI PL -5450(091) C-3 Soil Excavation & Removal, Transport, and Disposal of Excess J q ��� 16 Medians Only) CY 72 I Placement and Compaction of 15 n ' C 17 Native Soil Medians Only) CY 79 I �i Sown S � 18 1 Earthwork & Rough Grading LS 1 Asphalt Concrete Pavement (Type ��� a 4 �O� 19 B, PG 70-10 TON 20 _ "I Asphalt Concrete Pavement (Type 9_00 �C)0 20 C2, PG 70-10) TON 28 r 21 Crushed Aggregate Base CY 21 � ISS Concrete 8" Curb and Gutter (Type SU p 22 A2-8) LF 160 0 m© Integral Colored and Stamped Is 23 Median Concrete SF 381 Io 24 Controller Wire LF 191 () i I U 25 1" Remote Control Valve EA 1 0 `l5� As j C P qo 26 Quick Coupler EA 1 ) 27 Flush Valve EA 10 Zoo 21 C)®Q 28 1 1/4" Lateral Line Sch. 40 PVC) LF 35 Is s 29 1" Lateral Line (Sch. 40 PVC) LF 89 1 13 30 3/4" Lateral Line Sch. 40 PVC LF 500 f Z OID0 Class 315 Pipe/Wire Sleeve -Size IF 31 Per Plan LF 101 01) l7 32 Tree Bubblers EA 2 12® Shrub Bubbler -Including Stream �Q� 33 Bubblers EA 36 34 Root/Moisture Barrier LF 160 0 4500 Planting Area Soil Preparation & Amendments (including testing of SQ 35 import soil) SF 777 UqUo 36 24" Box Accent Tree EA 1 5oc) Is 0 37 Shrubs 1 Gallon EA 87 38 Shrubs 5 Gallon EA 41 S 39 PlantingArea Fine Gradin SF 777 AL1 d 40 3" Organic Mulch (Planting Areas) CY 7 First 90 days of Plant Maintenance and Establishment Period (Day 1 to 1 41 Day 90) SF 777 R 1 Second 90 days of Plant Maintenance and Establishment~� �� 42 _ Period (� 91 to Day 180) SF 777 I d SUBTOTAL C0049 FY 15-16 Median Modification Program Federal Project HSI PL -5450(091) C-3 FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California SOLEDAD @ GAILXY Item Description QTY Unit Unit Cost Total Cost Mobilization, Demobilization, Bonds (i 5� ��rr�� 43 and Insurance LS 1 w 44 Prepare and Implement Temporary 1 51 OCV 151COO Water Pollu ion Control LS 1 45 Traffic Handling and Construction Area i LS 1 S t70O 46a Thermoplastic Pavement Arrow Markin T e IV EA 3 q f `1 So�j 1 Thermoplastic 12" Limit Line 46b Marking _ LF SF 28 22 �� fl 46c Thermoplastic 8' STOP Pavement Marking 2 -Coat Paint No Passing Stripe C(� 46d wlReflectors (Detail 22) 2 -Coat Paint Median Island Stripe LF 60 a I 3 0 46e (Detail 24) LF 265 1 � 2 -Coat Paint Channelizing Stripe (Detail 38A) 40 C r 2 46f LF 46gT 2 -Coat Paint Channelizing Stripe 38B) i - (Detail LF 120 -- C 47 TrafficSki n and Post EA 2231 48 Remove Sign Post Remove Sign Sawcut AC Pavement, Curb and EA 2 11/ A10 gL/ 49 EA 2 2-9.50 • 00 ` c 015 50u t r. P C Median LF 405 J Remove Asphalt Pavement and r _ 51 CAB SF 1,055 UJ 52 Remove PCC Stamped Concrete SF 695 SO 1330 U7. 50 Remove Concrete Curb and Base 1 53 Materials SF 35 L 1e�� 54 Grind Existing Asphalt Pavement Remove Landscaping and Irrigation SF 2,545 d��� 55 SF 247 6 0 �u Remove Traffic Striping, Pavement r , I 1q ` I' 56 Markings, and Markers LS 1 Soil Excavation & Removal, Transport, and Disposal of Excess 10 �To 57 (Medians Only) CY 116 !-� 1 Placement and Compaction of 58 Native Soil (Medians Only) CY 127 V C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-4 59 l Earthwork & Rou h Gradin LS 1 -j OW Asphalt Concrete Pavement (Type 00 60 B, PG 70-10) TON 11 Asphalt Concrete Pavement (Type (too 00 61 C2, PG 70-10) TON 32 62 Crushed Aggregate Base 1 CY 11 IDO Q 63 Concrete 2" Curb, no gutter (Type A1-6) LF 163 64 Integral Colored and Stamped Median Concrete SF LF 449 675 1 1 S a 5 65 Controller Wire 66 1" Remote Control Valve EA 1 __i Is 0C) Soo 67 Quick Coupler EA 1 %o 68 Flush Valve EA 8 00 20c) 69 1 1/4" Lateral Line Sch. 40 PVC LF 26 3 C) l 70 1" Lateral Line (Sch. 40 PVC) LF 93 D 71 _ 3/4" Lateral Line (Sch. 40 PVC LF 469 X30 J0 a Class 315 Pipe/Wire Sleeve -Size �� PP�� 72 Per Plan LF EA 121 6 � v0 V v1� 73 Tree Bubblers 74 Shrub Bubbler -Including Stream Bubblers EA 68 75 Root/Moisture Barrier LF 243 Planting Area Soil Preparation & Amendments (including testing of 5 76 import soil) SF 1,247 .5o 77 24" Box Accent Tree EA 3 �� g 78 Shrubs 1 Gallon Shrubs 5 Gallon EA 75 79 EA SF 84 1,247 IDD 24 19 80 Planting Area Fine Grading 81 3" Organic Mulch (Planting Areas) CY 12 �V First 90 days of Plant Maintenance 82 and Establishment Period (Day 1 to Day 90) SF 1,247 Second 90 days of Plant 83 Maintenance and Establishment Period (Day 91 to Day 180) SF I 'Jw Sc _ 1,247 ® C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-5 SUBTOTAL (? FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California MCBEAN @ SUMMERHILL Item Description QTY Unit Unit Cost Total Cost — Mobilization, Demobilization, Bonds QD 0 84 and Insurance LS 1 DQ(0 Prepare and Implement Temporary 85 Water Pollution Control LS 1 Traffic Handling and Construction 86 Area Signs LS 1 Thermoplastic Pavement Arrow 87a Markin (Type IV EA 5 Thermoplastic 12" Limit Line ` 87b Marking_LF 32 Thermoplastic 8' STOP Pavement a 87c Marking SF 22 2 -Coat Paint No Passing Stripe 87d w/Reflectors (Detail 22) LF 60 e 2 -Coat Paint Median Island Stripe 2 87e Detail 24 LF 100 JQ 2 -Coat Paint Channelizing Stripe 87f (Detail 38A) LF 60 01[2�p 2 -Coat Paint Channelizing Stripe 879_(Detail 38B) LF 180 4C� 88 Sign EA 4 ---Traffic 89 Traffic Sign and Post EA 4 � � JD 90 Remove Sin Post EA 2 91 Remove Sin EA 2 aC D S Sawcut AC Pavement, Curb and ^ O� 92 Gutter, PCC Median LF 175 Remove Asphalt Pavement and f (0 93 CAB SF 392 94 Remove PCC Stamped Concrete SF 73 Remove Concrete Curb, Gutter, C 95 and Base Materials SF 50 J 96 Grind Existing Asphalt Pavement SF 2,500 �® ,)v� Remove Traffic Striping, Pavement I 1 O 97 Markings, and Markers LS 1 98 _ 1 Earthwork & Rough Grading LS 1�� Asphalt Concrete Pavement (Type 99 B, PG 70-10 TON 18 Asphalt Concrete Pavement (Type loo loo— du 100 C2, PG 70-10) TON 32 C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-6 101 Crushed Aggregate Base CY 19 00 Concrete 8" Curb and Gutter (Type �� 5 102 A2-8) LF 15 Concrete 6" Curb and 12" Gutter �` CID, 103 (Ty ep B3-6) LF 80 l Integral Colored and Stamped 1 �p 104 Median Concrete SF 142 ash SUBTOTAL TOTAL BID IN WORDS: C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) TOTAL BID IN FIGURES 2 (042 o C-7 Lq DESIGNATION OF SUBCONTRACTORS Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Part I The bidder shall list all subcontractors (both DBE and non -DBE) in accordance with Section 2-1.054 of the Standard Specifications and per Title 49, Section 26,11 of the Code of Federal Regulations. This listing is required in addition to listing DBE Subcontractors elsewhere in the proposal. Photocopy this form for additional firms. Firm Name/ YS C 7 ,( L yEy{ ji ('Ph one/ IfJ-j'QtQr Address/ e { M11<�a Annual Gross 1Receipts Local •k1 rnl�s c� r OILnx Description of Portion of Work to be Performed City, state, ZIPS C ry1� [ , vVi�l��o� Wtrrificd UBE?) �. Name Phone 0< $1 million ❑YES Y45 41$5 million [3NO Address❑ o Jk ` a S\ <$10 million If YF_S h6 0/0 x: Fax ❑ <$15 million City State ZIP ++ fie q�U ❑ > $15 million Age ❑f Firm [Yrs.? e -(1,,A' nn M1• Name i 3i W�'v U F! �7 Phone ❑ <$1 million �l � j& `lV T1 W� ql� • j� b `--V ❑ YE5 1 `,tom l LJ { 4 ❑NC} If YES list DBE p: <$5 million Address 51,00 ��y � ❑ < $10 million Fax I [7 ❑<$15million City State ZIP r� [� C� O�'D� %SJ' ❑>$15million Age ofFirm (Yrs.) Name NS-LC LO6V5 Phone ❑ <$1 million 0 ��i �� ❑YES (C0C �-� tvkltao- \, � . i � ❑NU - $5 million C-8 C0049 FY 15-16 Median Modificalion Program Federal Project HSIPL-5450(091) QAddress � � S+ ❑ <$10 million !f YES fist DRE A of Finn (Yrs.) Fax k�) w ❑ <$15 million Sty Stare ZIP` 11pp�� C� ,•ZIw"l//�� El> $15 million Name Phone ❑ <$1 million ❑YEs ❑iia If YES list 17147-:} ❑ <$5 million Address ❑ < $10 million Fax ❑ <$15 million City Stale ZIP ❑ > $15 million Age of Fimi I Yrs: } Distribution: 1) Original - Local Agency File C0049 FY 1616 Median Modificallon Program Federal Project HSIPL-5450(091) C-9 REFERENCES FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within the past 3 years: ii W, 4.kY � Or , I l Name a d Address of Owner / Agency [�Aflog o ) tI Name and Telephone Number V Person Familiar with Project Contract Amount Type of Work Date Completed 2. C d and Address of Owner / Agency e-rne-� `Vara ( 31 Name and Telephone 563-0(S-7 iar with Project _15G 112 U-\."d5Ca©e Contract Amount Type of 4 ork 3. Name Id Address of Owner I Agency �("t0h RU r)(""\ A'L ( -71 Name and Telephone Number of Person Famiiiar wi 55g 1 14 Z C. Contract Amount Type of Work CQ A 96,Z90 Date Completed IN es � Com wv-,-mo� Apse roject 111(011-7 Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: CA C15gz- Qr [�a Cv�Z6 3Z3)663 Contractors tj Contractors Name C-10 C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 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. 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. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-11 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION * * * (Must be filled out by the Bidder and ALL subcontractors over $10,000) * * * FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California This bidder 6A a- J�r,, — proposed subcontracto&.I f -Y S i �, 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 ✓ , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a T6deral 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: -3—o-7— Note: —0? 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. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-12 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION * * * (Must be filled out by the Bidder and ALL subcontractors over $10,000) FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California .p�����Wj This bidder s , At t�ckt: •proposed subcontractor Lcxa s C_{ , 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 V , 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. t ,y����, Company: ( {46-O f S tel- . By: i-� Title:i Date: 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. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-12 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION * * * (Must be filled out by the Bidder and ALL subcontractors over $10,000) FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California This bidderfi7t` { proposed subcontractor lit fgereby certifies that he has�� has not participated in a previous contract or subcontract subject to the equal opportunity clause as required by Executive Orders 10525.11114, or 11246, and that he has , has not L, 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. l Company: U�;c►IC- f S C . h By: Title: Date: _ t 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. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-12 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 Addre Telephone No.: 6 - (D(A V State CONTRACTOR's License No. & Class: Original Date: -1 12gl 4 ` � Expiration Date: 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: S � t zJ (y)q-14.a95 S(166, resp Cn r_ _1 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: C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-13 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: i A - Y\ 1 - IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this C]- )_ day of it 20. BIDDER:-'-^- 61 Signatu Name and Title of Signatory Legal Name of Bidder � 0 � Address s C) Telephone Number �- I -A5 A) 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 C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) day of C-14 (SEAL) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL 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 California County of os An es On - before me, t�rtA{l �'id7t'_ I E'-mit► `a,�d_i,jf iC D #e _ Here Insg0,Name dnd Title of the dfficer personally appeared ,eYY� of Signer6s}- who proved to me on the basis of satisfactory evidence to be the persorpKwhose name¢siislam:r'-subscribed to the within instrument and acknowledged to me that hemi xk`y executed the same in his/ rlthr6r rr authorized capacity(i , and that b his/I/ttie signature(on the instrument the persoW, or the entity upon behalf of which the personpKacted, executed the instrument. MARTHA ISABEL LOPEZ RIUBI _ ....' NotaryPublic-California Los Angeles County Z Commission # 2198318 My Comm. Expires May 21, 2021 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature _�M421L ,- Signature of Notary Publ r OPTIONAL Completing this information con 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ ❑ Corporate Officer - Title(:�� ❑ Partner - ❑Limited ❑ ❑ Individual Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer iq,.Rpresenting: ©2017 National Notary Association umber of Pages: Signer's Name: ❑ Corporate Officer - Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: _ BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this P po al ' a"cgrtified/cashier's check payable to the order of the City of Santa Clarita for: � dollars ($ V—,) ), 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: FY 15-16 MEIDAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 Bidder'6,Signature CONTRACTOR 2 City, St6fe, 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. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-15 PROPOSAL GUARANTEE BID BOND FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that F S Contractors, Inc. as BIDDER, and RLI Insurance Company as SURETY, are held and Ten Percent of the Total firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Amount of the Bid dollars f 10 1% I which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this stn day of BIDDER- Q Signatur March 2018 C, e/>?'-+ Name and Title of Signatory 14838 Bledsoe Street, Sylmar, CA 91342 (818) 838-6040 Address SURETY/* RLI Insurance Company 9025 N. Lindber h Drive, 9025 N. Lindbergh Drive (309) 692-1000 'ktPatricia Zenizo,t©rney-in-Fact J�referredBonding &Insurance Services (323) 663-7814 Subscribed and sworn to this NOTARY PUBLIC day of 20_ (SEAL) *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CAVIL CODE § 1189 c+�[.FSr - -. - - , ->�•'�....�+s-1 vaeenaa�ws�w.;.ye�:wvc�.ynYr - - - ... --- - -- 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 Los Angel es �_ ) On -MAR 07 2018 before me, Angel Nunez Notary- Public Date Here Insert Name and Title of the Officer personally appeared Patricia Z nizo Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person($) whose name(;) is/aM subscribed to the within instrument and acknowledged to me that Kb/she/t?Ydy executed the same in hlis/her/t brtr authorized capacity()gs), and that by Ws/her/tbq)r signature(p) on the instrument the person(q), 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. WITNESS my hand and official seal. Signature r10,Y�63(i i s�. � Signature of Notary Public 14vCtlll�dl E;X�iP vial I�� ori)(;. Place Notary Seat Above OPTIONAL Though this section is optional, completing this information 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: , Corporate Officer — Title(s):._ iV Partner — "Limited i General Individual iX-1 Attorney in Fact Trustee Ll Guardian or Conservator Other: _ Signer Is Representing: Signer's Name: I I Corporate Officer — Title(s): ❑ Partner — Fl Limited lJ General i. --i Individual El Attorney in Fact El Trustee 0 Guardian or Conservator L 1 Other: Signer Is Representing:. 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: 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 RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Patricia Zenizo Pietro Micciche Angor Nunez Elisab tt Salazar, iointl or several/ in the City of Los Angeles —, State of California its true and lawful Agent(s) and Attomey(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25.000.000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is 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 Company 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 Company. 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." IN WITNESS WHEREOF, the 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 31 st day of January - 2018 . p1 +,pQ AND een"nrgyyr. . SEAL;= State of Illinois 1 1*1"'„ INOIg+••I'l ICounty of Peoria SS On this 31st day of January __29_LL_ , before me, a Notary Public, personally appeared i3arton WDavis , who being by me duly sworn, acknowledged that he 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 be the voluntary act and decd of said corporation, By: Gretchen L. Johnigk Notary Public �rrrrr.r..rrr rr r•.rTr rrr rr� r GRETCHEN LJOHNIGK ' URIC "OFFICIALUTAW StEATEOF MMy mission ComMay ; Ya• A1�n�iaAAAA•AAIa 26. , La as • aaI RLI Insurance Company Contractors Bonding and Insurance Company By: Barton W. Davis Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, 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 forts= in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seat of the RLI Insurance Com�any and/or C ntraetor a Bondi Insurance Company this _L`t7� day of �, RLI Insurance Company Contractors Bonding and Insurance Company By: � - A4"-ez Jean M 0 tephensan V Corporate Secretary 09995590201/2 A0058817 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 tt 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 1 County of J} On mae Gk ��1 before me, t i(, Date Here Insert Name and Title of the Officer personally appeared Jose- P �e 1el(YOS Name ffof Signer(sK who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are 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. MARTHA ISABEL LOPEZ RIUBI Notary Public - California Los Angeles County Commission : 2198318 My Comm. Expires May 21, 2021 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature _M"tL Aozl Signature of Notary I I OPTIONAL — - - Completing this information 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:talar Iffier of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ Genera ❑ Partner — ❑ Limited ❑ General ❑ Individual 0 Attoi ne:y in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee Guardian of Conservator ❑ Trustee ❑ Guardian of Conservator ❑ Other: ❑ Other: Signer is R esenting; _ Signer is Representing: 4Fkr�t`3lS?1KFi5t3h:�,F,_,, Pil"�$4}3�5{�c 02017 National Notary Association NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-17 NON -COLLUSION AFFIDAVIT FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) ,] (Vwcl10� being first duly sworn deposes and says that he is the ,' (sole owner, a partner, president, etc.) of 1( &Mthe 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: ignature Title Subscribed and sworn to and before me this. eal of Notary C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-18 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 i A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document I to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of o On����tel before me, A (-T i �l JZa � C'06, - &'�)64 "-C Here Insert N� and Title of he Office oc� fo��'� GNames j personally appeared who proved to me on the basis of satisfactory evidence to be the persor*1 whose nameh<1s/subscribed to the within instrument and acknowledged to me that hel,Weltpey executed the same in hislharfthelfr' authorized capacity�(i�s), and that b hisl�rlyfir signatures) on the instrument the persor or the entity upon behalf of which the person,(�}'yacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing CMARTHA ISABELLOPEZ RIUBI paragraph is true and correct. Notary Public - California ." Los Angeles County dlCommission # 2198318 WITNESS my hand and official seal. My Comm. Expires May 21, 2021 Signature G Place Notary Seal and/or Stamp Above Signature of Notary u c OPTIONAL — — Completing this information 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: Numb ages: Signer(s) Other Than Named Above: _ if- Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): _. ❑ Corporate Officer — Title(s): _. ❑ Partner — ❑ Limited ❑ Generaj_--� ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee : F t Guardian of Conservator ❑ Trustee ❑ Guardian of Conservator ❑ Other: ❑ Other: — Signer is resenting: Signer is Representing: 02017 National Notary Association BIDDER'S QUESTIONNAIRE FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California 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: Telephone: Principal Office Address: 2. Type of Firm: Corporate: Other: 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: 4. 5 A State of Incorporation: State Organized im Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. Name of person holding CONTRACTOR's license: License number: Class: CONTRACTOR's Representative: Title: Alternate: _ Title: Expiration Date. - C -1 9 ate: List the major construction projects your organization has in progress as of this date: Owner: (A) (B) Project Location: Type of Project: C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-19 CERTIFICATION OF NON -SEGREGATED FACILITIES FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 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. (2,. - � (0 1 CONTRACTOR TAMC 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). C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-20 NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS FY 15-16 MEDIAN MODIFICATION PROGRAM Federal -Aid Project HSIPL-5450(091) Bid No ENG-17-18-CO049 City Project C0049 City of Santa Clarita, California The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-21 DISCLOSURE OF LOBBYING ACTIVITIES WMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. ype of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract Q a. bid/offer/application F1a. initial b. grant b. initial award b. material change c. cooperative agreement c. post -award d. loan e. loan guarantee f. loan insurance 4. Name and Address of Reporting Entity ❑ Prime Subawardee Tier , if known Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: 10. a. Name and Address of Lobby Entity (If individual, last name, first name, MI) IL 12 14. For Material Change Only: year quarter_ date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable_ _ 9. Award Amount, if known: b. Individuals Performing Services (including address if different from No. I Oa) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) Amount of Payment (check all that apply) 13. Type of Payment (check all that apply) $ actual planned a. retainer b. one-time fee Form of Payment (check all that apply): c. commission Ba. cash� — d. contingent fee b. in-kind; specify: nature e deferred value f. other, specify Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: Yes ❑ No ` 16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352, This disclosure of lobbying reliance Signature: / was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 Print Name: U.S.C. 1352, This information will be reported to Congress semiannually and will be available for public inspection. Anyr._ person who fails to file the required disclosure shall be subject Title: �1r c-ki � to a civil penalty of not less than $10,000 and not more than` [] p $100,000 for each such failure. Telephone No.: l f}�} U Date: 3 •'f77 – Federal Use Onl C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) Ci -22 Authorized for Local Reproduction Standard Form - LLL INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP -DE -90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SF -LLL -Instructions Rev. 06-04-90aENDIF» C-23 C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT *L 1. Local Agency: AY tin �� Contract DBE Goal: 3. Project Description: O 4. Project Location: fI I I � 6. Prime Certified DBE: D 5. Bidder's Name: 9. Total Number of ALL Subcontractors. 8. Total Dollar Amount for ALL Subcontractors: 7. Bid Amount: 10. Bid12. 11. Description of Work, Service, or Materials DBE Certification 13. DBE Contact Information (Must be certified on the date bids are opened) 14. DBE Dollar Amount Item Number Supplied CM iv`J - t� +�c S�c�Ws. Number tc� J l`►`�� 1�4- �c��v�-�ov� C�w�l�1 3���W ��) ZLS, b Ct4k s• Ir-, fkev Local Agency to Complete this Section ' qZt(p'`'l. 21. Local Agency Contract Number: 15. TOTAL CLAIMED DBE PARTICIPATION 22. Federal -Aid Project Number: 15. b 23. Bid Opening Date: IMPORTANT, Identify all DBE firms being claimed for credit, 24. Contract Award Date: gardless of tier. Names of the First Tier DBE Subcontractors and heir respective item(s) of work listed above must be consistent, ere applicable with the names and items of the work in the Local Agency certifies that all DBE certifications are valid and information onaub listed DBE ist"s submitted with your bid. Written confirmation of his farm is complete and accurate. 3. 07—I 8 `r 17. Date 25 Local Agency Representative's Signature 26. Date 1ti. Pry arer's Sig lure AW 28.Phone 18. Pre-parer's Name 19. 7. Local Agency Representative's Name [� 9 Local Agency Representative's Title ED. Preparers Title DISTRIBUTION: 1. Original - Local Agency 2. Copy - Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de -obligation of federal funds on contract. Include additional copy with award package. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-24 INSTRUCTIONS — CONSTRUCTION CONTRACT DBE COMMITMENT CONTRACTOR SECTION 1. Local Agency - Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Location - Enter the project location as it appears on the project advertisement. 4. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 5. Bidder's Name - Enter the contractor's firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Bid Amount - Enter the total contract bid dollar amount for the prime contractor. 8. Total Dollar Amount for ALL Subcontractors — Enter the total dollar amount for all subcontracted contractors. SUM = (DBEs + all Non -DBEs). Do not include the prime contractor information in this count. 9. Total number of ALL subcontractors — Enter the total number of all subcontracted contractors. SUM = (DBEs + all Non -DBEs). Do not include the prime contractor information in this count. 10. Bid Item Number - Enter bid item number for work, services, or materials supplied to be provided. 11. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime contractor's own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 12. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on the date bids are opened. 13. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted contractors. Also, enter the prime contractor's name and phone number, if the prime is a DBE. 14. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime contractor if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 15. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the "DBE Dollar Amount" column. %: Enter the total DBE participation claimed ("Total Claimed DBE Participation Dollars" divided by item "Bid Amount" .If the total % claimed is less than item "Contract DBE Goal," an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 16. Preparer's Signature - The person completing the DBE commitment form on behalf of the contractor's firm must sign their name. 17. Date - Enter the date the DBE commitment form is signed by the contractor's preparer. 18. Preparer's Name - Enter the name of the person preparing and signing the contractor's DBE commitment form. 19. Phone - Enter the area code and phone number of the person signing the contractor's DBE commitment form. 20. Preparer's Title - Enter the position/title of the person signing the contractor's DBE commitment form. PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-25 The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs. Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier. Names of the First -Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100% of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. LOCAL AGENCY SECTION 21. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 22. Federal -Aid Project Number - Enter the Federal -Aid Project Number. 23. Bid Opening Date - Enter the date contract bids were opened. 24. Contract Award Date - Enter the date the contract was executed. 25. Local Agency Representative's Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Contractor Section of this form is complete and accurate. 26. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 27. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the contractor's DBE commitment form. 28. Phone - Enter the area code and phone number of the person signing the contractor's DBE commitment form. 29. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the contractor's DBE commitment form. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-26 EXHIBIT 15-H DBE INFORMATION -GOOD FAITH EFFORTS DBE INFORMATION - GOOD FAITH EFFORTS Federal -aid Project No. HSIPL-5450 (091 Bid Opening Date March 7, 2018_ The City of Santa Clarita established a Disadvantaged Business Enterprise (DBE) goal of 11% for this project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment" form indicates that the bidder has met the DBE goal. This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods and Dates Solicitation C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) Ci -27 C. The items of work which the bidder made available to DBE firms including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items M Of (Y/N) Contract D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: e., "v, 0 AA0V V%nV.s i %7- 3 tliutCJ,s. Ave- Prccwk�-A, CA V i.rL e— viae, � bre k ,r, in. Names, addresses and phone numbers of firms selected for the work above: o15lx--1'0 E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DB s: �2 �r V -r) a Lk S r'krr co" 3-,f(I n< (Z-q_Ul- <.k:k&o -4&d C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) Ci -28 F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-29 r) O nn. TI � N M n O 3 � r+ of m rA+ C- O cu( 3 O O A Q n O 3 O Gq cu O O O O o O O O � 1 � � �1 O O O O O O O O Ln \ In \ Ln \ N \ (Q \ N \ N \ N \ 00 00 00 00 00 00 00 00 Ln D D D D (A r) m v) n N C -a L s -a -CD d c O -aO rD n (� O n�+ M a -a .-r > r) m' ci' O O cu. Ln D C N rr 0 O < G1 — 90 :3 nrr 0D V) 90 O Cm : ^ O W (D N C 7 n n (7 r) - n --I f•1 N Ul 0 0C c '+ o ocu c r* o o cu 0 a o �, o �, 1 �' �' a Or+ O O (D O O n O n m — o — o —o — — — ao as 3 3 3 3 3 3 3 O o T 12 T T. L T. a v CL O 2: rD 13ai Of -I cD rD q �r r+ ni c rD �' ! ° m rD - 0 ai p 3 cu 1* v rD o r+ �: 0 IQ rD o D '7 Di 3 " v v cu v r O c V) CL 3 c rD 0) — a O 0 0 3 0in 3 3 3 3 cu cu CL va -F O In -' 00 lD 4�h W 01 m 00 O O X O a LP 1�1 O SOD lFn O N 0 Ci O lD O -F 00 O F" 00 N mM O �D Ui W 91 W lD N 00 % F �-h 0) h -L V N 00 lD 00 V N O W O lD N -F O O C 4�h W 4�:- V al O lD F -A U•I CD 75 0 � O 3 S rD w + < tU v O a rD a. O O w ami — > rD G (n rF Z rD rD CD (D i M rD fl- rD Q CL _a CZ �Q UD W -! 00 O W �I W O W m W W N � V Ol O n9 N Ln W lD -! N O W 0 V 4�- N W 00 N r) O nn. TI � N M n O 3 � r+ of m rA+ C- O cu( 3 O O A Q n O 3 O Gq cu O O O O O 3 0 00 m 0 0 rn NJ r�j00 T T � 00 00 00 00 � O LA 1, N %i N fi°1 0 a! � go Q � a' 01 ro o 3 V1 rD 9A (D VC 04 Qq A O 3 � Q A n rt O� 3 0 rNt eNh rN+ O rpt R S -Q' -2. rM — 0q m aq Oq pa nni � 3 3 3 3 p — 0 v ci w w CD]. ro a: ro 0 a nsia < 3 cu (D rD v rD 3 ro A o' n 0 0 cu 3 3 3 ro 3 3 ro 77 mDrQ' N F� 0) O F -a O Fes " P:- N lO 4�:- N 4�- 0 (D m F -L 00 V lD 00 00 � � U9 z N O V 6 0 � O ii' l�D O O ro U m F, LD r+< O D cn p [1 S. fl.. 1D f v rD 0 N 3 rD CD y m 3 A CD rD rD ro ro ro n ro LA r_ f• DD M• rD • IA Q Q z z Q z z 0 0 0 0 w rn U z n 00, 3 m rn T T � N N n � O r a! � � Q O 9A 3 3 A O Q A rt O� 3 O Gq 7 k m�an0wxM=X=-OECD 12 �.5-moCLCL o m - tea■°; 5555555 #CL 6. UP }§�n�=,��ng£p,���■5nng § 0 m agm®0m-;1Ezos totototoQtoCLE ;�B 0. a Q 0mo'�2'§m[ 0-0.0M aOL rrz c CL OL a� m -100 OL /m Z> ;u22 )mfg§k » i)«2ca §;§ 3 C) a) §;Q 2�bm/ )6- )�/g7 ) w\q :L)Z> �° =g % % \2 8$\) En ae p �� /K§\§ -. ! `f oma;/ o 3g j30§77 m ) �$ §\660 # -)2§ § ) )g2) )\nf$Q\ )°(7�2@ § )/ § - >/\Z / }\2 m 2 °°t4 § 100r ()k� \ \§)[ $ \00 >z C) Z §z Ame 0k)2 0"- k9.� ) �; \\i} Q32o ;0 rn n� \�)\ )�@k bnM Z Co cn22 ( )Ufm C) )\§\ � oN) \\(/ Qoy) )§(2 0Q. )(0 m k/) �t � , Page 1 of 1 Unified Certification Program Back To Query Form Mon Mar 05 10:49:50 PST 2018 Search Returned 1 Records Query Criteria Firm/DBA Name: Firm Type: DBE Firm ID Firm/DBA Name 37718 E -NOR INNOVATIONS INC. E -nor Innovations Address Line1 16213 ILLINOIS AVENUE Address Line2 city PARAMOUNT State CA Zip Codel 90723 Zip Code2 Mailing Address Line1 Mailing Address Line2 Mailing City Mailing State Mailing Zip Codel Mailing Zip Code2 Certification Type DBE EMail ronnie@enortraffic.com Contact Name RONNIE JONES Area Code ( 310 ) Phone Number 513-6209 Extension Alt Area Code ( > Alt Phone Number Extension Fax Area Code ( 310 Fax Phone Number 513-6299 LOS ANGELES COUNTY METRO TRANSPORTATION AUTHORITY (MTA) Agency Name Counties 00; Districts DBE NAILS 00; 423990;541340;541620;561990; ACDBE NAICS C8765 DRAFTING; J9510 ENVIRONMENTAL QUALITY; C9999 BROKER; C8700 CONSULTANT, NON Work Codes ENGINEERING; C1200 CONSTRUCTION AREA SIGNS; C1201 TRAFFIC CONTROL SYSTEM; Licenses C31 Construction Zone Traffic Control Contractor; D42 Sign Installation; Trucks Gender M Ethnicity BLACK Firm Type DBE Back To Query Form https://ucp.dot.ca.gov/querySubmit.htm 3/5/2018 Rmo o (.D ID M m CD a 0 M fD CL CL CL W A fD CL 0 0 :3 0 8 3 v OL w 0 FA 4P6 > ca > CD CL CL rL a Q CD CA 0 (D CL S. (D CD CD co O 00 wi �J 4 co Rmo o (.D ID M m CD a 0 M fD CL CL CL W A fD CL 0 0 :3 0 8 3 v OL w 0 FA � 0/Eƒ 1 WO°oma-� »a ƒag�n�sEz����Er d�� ;»-5.§;�[;�;m� g=%¢\()gRoom CL ;;ja_ 71' ID zn_n=,. m. n �����c�©E ..oma aga�om-©,- o t ,i■ 2# .� z n zza§;n§rCLZ ■ ■ •©© z°m §_��n z §( § 7 �kk°§ ��� kk =oma >o§88§»& ^ ~^o _ >» K� �( (( § `�� � ��U) $ z \o« / �) (�° °� \§� 2 « , Zn - 0 qe i\ ) �7 §§ \\z c0 00 o zr (( § \co M ¥ q n §2 § % ( � A \ A g 7 m � \ ) \ ( / 2 ( 2 } \ \ \ » ƒ f un 4A6 r -r w ',ci �ij = 6 n -n iPR 917(D :2 a CL =rw (D n o. �R t (D o rn n c;. _ cD ro a An �s""ji fn CD CD (D O a) (D O NL � y � w fit '� ��� n c "I� L � ro b - D rt z j CD r,ti #� R, � cc C A !.j .......... � N CD M a w OL cu V N O 0 « l7d m • V -nmo_,E* » ov2£m-n�>>fn2>2§22JIIm32k00aaT- B�§qQ° ,M�, G ��§�--,Qa�;aeeeeeeee�nn¥2EE■§ »�_,, ng=a�222kk0 j 7 2&tee '04 U)0 z k_ U)z =M n(/gz keeen��K� �Ea + § )/( \R@ /A#§° § �� \\\� �� ri )\ cr I 2 K) � % 0A R m ° mo /§ (( \§§ ®»(D�} to {k\kk jam) j 7 )\� \2` (D -40 ) + § ®- \R@ /A#§° ° !■ o ƒ @ )\ 2§§ 44§ 0A R m ° mo /§ [ (/3 \&§ 2 } §2 §_ \\\\) �0 -E5 \2 ) ,2\ ] 41- )0 ® Amo y$§ § � P,( \ w < ) \ D § % ( 0 k \ } R Q m / e , { / k ( \ / m 2 § } j § [ \ § ) ) \ z cn2 ? \ \ e Cao .,C CAPS CO o 00 co V+ fl �. 41, (A co CD ro x o 3 � m 3 CD 0 N CL 0 CL CL 0 A CL l� M ri ao n 3 V X Pi N W CL v v cc 0 t M m V -n ;2 o 0 , k o MUFo=00'maa =r;g0 SImRR � IL IL m■c,.xK���g;�.�Ke#9K#nna«CL�U_ �«��'o m zn&;2��0 000 �pd�kdd�o a o a■a�o;�;;EZ0- �� m § -0 ch0 § D �;0'�0 (kNkJCL $ D am )ig 2 E(§ = > §� X00 �B k[ {) \gym � �Km e =§w £ 2 E§ ##§ GI` �2 -4\\� M ^ ^ ®4 w17) &9§ ) m$ // \fC33 § > = > k[ {) \gym e =§w £ 2 E§ ##§ ;! ) )G 2 #, �a\o @! \ / �. \( )4` | ; ( ( CD j \ = o §) § }\j � «yz k _\ / ) \ ) \ k � \ ] \ ( « \ \ ) ) 41 \ / d k / k \ -nm0-tri D©oo>-n-nm>>m-o>OMOr.EC3E$NNrcno>>-?-n . + "70 03_ C CO W !a1 X X X K 7 " G CL Gam. Ci m e CL m -a a s co N 3 fn CL CL N y W r m N". rr m m N cno©p7N^ ca^z co (7m U'ro�a C7 10m r- C M �AT1 zo O L w fnw m Dm xcn g o� N C7 m u DC7 7 � � C7 OD CO m 5. i fD Q FS Contractors, Inc. Mail - Quote Request - FY 15-16 Median Modification Program -Cit... Page 1 of 4 Gm 4 Fernanda Andrade <fernanda@fscontractorsinc.com> Quote Request - FY 15-16 Median Modification Program -City of Santa Clarita 5 messages _ Fernanda Andrade <fernanda@fscontractorsinc.com> Mon, Mar 5, 2018 at 9:38 AM To: tomkoprek@appianswppp.com Cc: Ernesto Fierros <Ernesto@fscontractorsinc.com>, Angel Fierros <angel@fscontractorsinc.com> Good Morning Tom, Please provide us with a quote for water pollution control plan for the subject project. The bid is due Wednesday, March 7, 2o18. Find attached the plans and specs. Please let me know if you will be sending us a quote. Thank you, Fernanda Andrade FS Contractors, Inc. 14838 Bledsoe St. Sylmar, CA 91342 (818) 838-6040 Office (818) 838-6171 Fax CONFIDENTIALITY NOTICE: The contents of this email message and any attachments are intended solely for the addressee(s) and may contain confidential and/or privileged information and may be legally protected from disclosure. rf you are not the intended recipient of this message or their agent, or if this message has been addressed to you in error, please immediately alert the sender by reply email and then delete this message and any attachments. rf you are not the intended recipient, you are hereby notified that any use, dissemination, copying, or storage of this message oar its attachments is strictly prohibited. 3 attachments Bid Schedule Median Modification.pdf 74K ENG-17-18-C0049plans.pdf 9773K ENG-17-18-C0049specs.pdf 12690K Fernanda Andrade <fernanda@fscontractorsinc.com> Mon, Mar 5, 2018 at 10:08 AM To: estimating@adanta-inc.com Cc: Angel Fierros <angel@fscontractorsinc.com>, Ying Kwan <Ying@fscontractorsinc.com>, Ernesto Fierros <Ernesto@fscontractorsinc.com> Good Morning, Please provide us with a quote for water pollution control plan for the subject project. The bid is due Wednesday, March 7, 2018. Find attached the plans and specs. Please let me know if you will be sending us a quote. https://mail. google.com/mail/u/0/?ui=2&ik=9t24a84839&j sver=c6enttOuZCQ.en. &viev--pt... 3/5/2018 \ LL )\ c� ° ]] 22� §§ oo� I $ �\\ V&§�2 e ee �e &ek ° U2§ a ■ «00 ae««UmNN� ���§®2§-o,oJa 0 Q§_��20CCCCCeu 0U)14ID 22v■vim -a.cc�E «jLcc- w �k u,•d)=P E{�� 0uu��ff3f 5£ " ■�'�2§■2x..x§§&;/� u cu2- tS�ID Mme««umNN■■■���USwu«a w««WLLLL«uo0 « 3:] Fl: UwLL FS Contractors, Inc. Mail - Quote Request - FY 15-16 Median Modification Program -Cit... Page 2 of 4 Thank you, Fernanda Andrade FS Contractors, Inc. 14838 Bledsoe St. Sylmar, CA 91342 (818) 838-6040 Office (818) 838-6171 Fax CONFIDENTTA ITY NOTICE: The contents of this email message and any attachments are intender! solely for the addressee (s) and may contain con{identinl and/or privileged information and may be legally protected from disclosure. If you are not the intended recipient of this message or their agent, or if this message has been addressed to you in error, please immediately alert the sender by reply email and then delete this message and any attachments. if you are not the intended recipient, you are hereby notified that any use, dissemination, copying, or storage of this message or its attachments is strictly prohibited. 3 attachments Bid Schedule Median Modification.pdf 74K ENG-17-18-C0049plans.pdf 9773K ENG-17-18-C0049specs.pdf 12690K Fernanda Andrade <fernanda@fscontractorsinc.com> Mon, Mar 5, 2018 at 10:10 AM To: blancah@swpppcal.com Cc: Angel Fierros <angel@fscontractorsinc.com>, Ernesto Fierros <Ernesto@fscontractorsinc.com>, Ying Kwan <Ying@fscontractorsinc.com> Good Morning, Please provide us with a quote for a water pollution control plan for the subject project. The bid is due Wednesday, March 7, 2o18. Find attached the plans and specs. Please let me know if you will be sending us a quote. Thank you, Fernanda Andrade FS Contractors, Inc. 14838 Bledsoe St. Sylmar, CA 91342 (818) 838-6040 Office (818) 838-6171 Fax CONFIDENTIALITY NOTICE: tended solely for t The contents of this email message and any attachments are in he addressee{s and may contain confidential and/or privileged information and rrioy be legally protected from disclosure. if you are not the intended recipient of this message or their agent, or if this message has been addressed to you in error, please immediately alert the sender, by reply email and then delete this message and any attachments. if you are not the intended recipient, you are hereby notified that any use, dissemination, copying, or storage of this message or. its attachments is strictly prohibited. 3 attachments In https://mail.google.com/mail/u/0/?ui=2&ik=9f24a84839&jsver=c6enttOuZCQ.en.&view--pt.., 3/5/2018 �mQ_c■ a 000>MMmanmma0m0■■■■■■N■_0anMm mvi-�7■ \kE k�(@ � Ono = zMw� M�2 � § 2 m \��E;mmss�\))�\\(�§�B�Lng;(§g§\� °a°CL ~ U)JIza' Sg �, \/Cm_�Z 'VmO0._m1 8�2 m [E _\- 77§ 0�g,— q�m�@ a;= w;_ mn //)#A %§§am 2 \ \ ) [ {m /\\ \\\�° M ( ��%/ ( )cn M� 2) 9; \\} \�\/ \A ) }f) 2 �\ §\ ) PQ �}) /d\ (/k �[/ )§ op §( §\ §2 .. q \ \ 0 co � � ��'t � a' CD � ro ate• cn D CL i 1 �} 3= u+ b m dq m C CD CL A 1=r V by{Z (D iG J C. 1O't Im { I►'yd W Ci 0 a c id r q o V1 CL 3 � r•r m a+ CD GoWW W Ing I I V 1wV 0 N � ° o co a t Local Assistance Procedures Manual Final Report -Utilization of Disadvantaged Business Enterprises (DBE) and First -Tier Subcontractors EXHIBIT 17-F FINAL REPORT -UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE) AND FIRST-TIER SUBCONTRACTORS Exhibit 17-F 1. Local Agency Contract Number � . Federal -Aid Project Number Local At�ewy. - %'Ilt s P� -sit ciC (DG 4� , Contract Completion Date 5. ContractorlConsullant . Business Address f<731CDvti t K "` l <rV-, s VI 1 C k Final Contract Amount B Contract Item Number 9, Description of Work, Service, or Materials Supplied pp 10 Company Name and Business Address 11 DBE Certification Number 12. Contract Payments 13. Date Work Completed 14. Date Of Final Payment Non -DBE DBE U SVj -IQ-ilii s:. SV� sc 9e- o L WfVV i�. ?23� (,-L-5 L-oovig-C L- mac. _V s+ D�� Zz, S 15 ORIGINAL DBE COMMITMENT AMOUNT 16 TOTAL List all first-tier subcontractors/sub-consultants and DBEs regardBa%%of tier whether or not the firms "to orlglnallylisted for goal credit If actual DBE utilization (or item of work) was different than that approved at the time of award, provide eoMmento do an adddloeol page. List oclual amount paid to each onlay. If no suburnlmderefeubcertsultantawere used on the cojWDcl. indicate on tho form. CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT 17. Cont SWI taint g6ritalnre's Si"ure { r 18. CarllractorlConsult nt apresonl� a r 19 P _ 6, pale CER THAT THE C TRACTING RECORDS AND ONSITE PERFORMANCE OF TH BE(S) HAS BEEN MONITORED 1- Local Agency Representative's Signature 2.. Local Agency Representative's Name 3- Phone 4. Date DISTRIBUTION: Original — Local Agency, Copy—Caltrans District Local Assistance Engineer. Include with Final Report of Expenditures ADA NOTICE: For individuals with sensory disabilities, this document is available in alternate formals For information, call (916) 445-1233, Local Assistance Procedures Manual TTY 711, or write to Records and Forms Management, 1120 N Street. MS -99, Sacramento, CA 95914. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-30 Local Assistance Procedures Manual Exhibit 17-F Final Report -Utilization of Disadvantaged Business Enterprises (DBE) and First -Tier Subcontractors INSTRUCTIONS — FINAL REPORT -UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE) AND FIRST-TIER SUBCONTRACTORS 1. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 2. Federal -Aid Project Number - Enter the Federal -Aid Project Number. 3. Local Agency - Enter the name of the local or regional agency that is funding the contract. 4. Contract Completion Date - Enter the date the contract was completed. 5. Contractor/Consultant - Enter the contractor/consultant's firm name. 6. Business Address - Enter the contractor/consultant's business address. 7. Final Contract Amount - Enter the total final amount for the contract. 8. Contract Item Number - Enter contract item for work, services, or materials supplied provided. Not applicable for consultant contracts. 9. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials provided. Indicate all work to be performed by DBEs including work performed by the prime contractor/consultant's own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 10. Company Name and Business Address - Enter the name, address, and phone number of all subcontracted contractors/consultants. Also, enter the prime contractor/consultant's name and phone number, if the prime is a DBE. 11. DBE Certification Number - Enter the DBE's Certification Identification Number. Leave blank if subcontractor is not a DBE. 12. Contract Payments - Enter the subcontracted dollar amount of the work performed or service provided. Include the prime contractor/consultant if the prime is a DBE. The Non -DBE column is used to enter the dollar value of work performed by firms that are not certified DBE or for work after a DBE becomes decertified. 13. Date Work Completed - Enter the date the subcontractor/sub consultant's item work was completed. 14. Date of Final Payment - Enter the date when the prime contractor/consultant made the final payment to the subcontractor/sub consultant for the portion of work listed as being completed. 15. Original DBE Commitment Amount - Enter the "Total Claimed DBE Participation Dollars" from Exhibits 15-G or 10-02 for the contract. 16. Total - Enter the sum of the "Contract Payments" Non -DBE and DBE columns. 17. Contractor/Consultant Representative's Signature - The person completing the form on behalf of the contractor/consultant's firm must sign their name. 18. Contractor/Consultant Representative's Name - Enter the name of the person preparing and signing the form. 19. Phone - Enter the area code and telephone number of the person signing the form. 20. Date - Enter the date the form is signed by the contractor's preparer. 21. Local Agency Representative's Signature - A Local Agency Representative must sign their name to certify that the contracting records and on-site performance of the DBE(s) has been monitored. 22. Local Agency Representative's Name - Enter the name of the Local Agency Representative signing the form. 23. Phone - Enter the area code and telephone number of the person signing the form. 24. Date - Enter the date the form is signed by the Local Agency Representative. C0049 FY 15-16 Median Modification Program Federal Project HSIPL-5450(091) C-31 M STATE OF CALIFORNIA — DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISES (DBE) CERTIFICATION STATUS CHANGE CP -CEM -2403(F) (New 10/99) P nAITAr T Mi 1AARGA I rni 1MTv I RntITF I POST MILES I ADMIN PRIME CONTRACTOfR� /� � w �j � �,� /1 CV.11 taapn�u nlcaa � ��y `/ I� � ••,•-„ �— -•—•• ••- •—• . -..--... ' '�.� V'�T�l vim`- prime Contractor., tis: all DBEs with changes In cerH� ion staid$ (ceriiffoWdoeertifiO4 while in your ornplay, wilether or not firms were originally lisiodfor good credit. dttarh DRF rertifiratinn/Decertification letter in accordance with the Special Provisions CONTRACT ITEM NO. SUBCONTRACT NAME AND BUSINESS ADDRESS BUSINESS PHONE CERTIFICATION NUMBER AMOUNT PAID WHILE CERTIFIED CERTiFICATIONl DECERTIFICATION DATE Leiter attached U4 a -T?" 0tC% 9 f-�� 1O- xl - 14 3Qj 33� $ � S�'�"�'� �L ctx sL4 Ck, c kkwl $ $ $ $ $ $ Comments: I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT CONTRACTORPR ENTATI Si LIRE TITLE �, St BUSYNESS PHONE, big TO THE BEA OF MY KNOWLEDGE, THE ABOVE INFORMATION IS COMPLETE AND CORRECT er rr E. T �.IrrAr��RI BUSINESS PHONE Original copy -D LAE Copy -1) Business Enterprise Program 2) Prime Contractor 3) Local Agency 4) Resident Engineer C0049 FY 15-15 Median Modification Program Federal Project HSIPL-5450(091) C-32 _C% -1O Unified Certification Program Page 1 of 1 Back To Query Form Search Returned 1 Records Wed Mar 0710:16:22 PST 2018 Query Criteria Firm/DBA Name: Firm Type: DBE Firm ID 38033 Firm/DBA Name TRAFFIC LOOPS CRACKFILLING, INC Traffic Loops Address Line1 1915 W BALL RD. Address Line2 C10 Electrical Contractor; C32 Parking and Highway Improvement Contractor; City ANAHEIM State CA Zip Code1 92804 Zip Code2 DBE Mailing Address Line1 946 S. EMERALD ST Mailing Address Line2 Mailing City ANAHEIM Mailing State CA Mailing Zip Code1 92804 Mailing Zip Code2 Certification Type DBE EMail trafficloops@sbcglobal.net Contact Name MAI -LAN NGUYEN Area Code ( 714 ) Phone Number 520-4026 Extension Alt Area Code ( ) Alt Phone Number Extension Fax Area Code ( 714 Fax Phone Number 520-4027 Agency Name DEPARTMENT OF TRANSPORTATION Counties 01; 02; 03; 04; 05; 06; 07; 08; 09; 10; 11; 12; 13; 14; 15; 16; 17; 18; 19; 20; 21; 22; 23; 24; 25; 26; 27; 28; 29; 30; 31; 32; 33; 34; 35; 36; 37; 38; 39; 40; 41; 42; 43; 44; 45; 46; 47; 48; 49; 50; 51; 52; 53; 54; 55; 56; 57; 58; Districts 01; 02; 03; 04; 05; 06; 07; 08; 09; 10; 11; 12; DBE NAICS 238210;238990; ACDBE NAICS Back To Query Form https://ucp.dot.ca.gov/querySubmit.htm 3/7/2018 C8611 RAMP METERING SYSTEM; C8903 ELECTRICAL; C8608 DETECTOR; C8501 PAVEMENT Work Codes MARKING; C4040 CLEAN & SEAL PAVEMENT JOINTS - ROUT & SEAL CRACKS; C9858 RESIDENTIAL ELECTRICAL; Licenses C10 Electrical Contractor; C32 Parking and Highway Improvement Contractor; Trucks Gender F Ethnicity ASIAN PACIFIC Firm Type DBE Back To Query Form https://ucp.dot.ca.gov/querySubmit.htm 3/7/2018 .j -i k§gIz~if k§ 10 eeg »R%kE 1��o§§§ «»0 e gm-- k2tm4$cmcmc% z222c;j2qz2wa @■■ ©os�■Ss� u--©tee©-C uu=-5=&E ,9 =«a��= €€kms§CLCL" m,.2.2§e£t�t§;&;gym RA22,■„u_0<a-w LL«uoo & k § } k «/ Eb .0 � z LLF { U) \ z ui \ •R zc «CD Rm° bj ` /( ( &±_\ (f\k &\ ®b§a/ 26( mL d§m / LL i})\) 2 -,§ .j -i k§gIz~if k§ 10 eeg »R%kE 1��o§§§ «»0 e gm-- k2tm4$cmcmc% z222c;j2qz2wa @■■ ©os�■Ss� u--©tee©-C uu=-5=&E ,9 =«a��= €€kms§CLCL" m,.2.2§e£t�t§;&;gym RA22,■„u_0<a-w LL«uoo & k § } k «/ )\mck � c� a� c W en ti 00 U CL EL vi c a c Q a W CL I U V)0LUgY o o �w�,I �M N b qpp p O Q O O Y A f I'- �D �n U ` J �^ m �") f� v f N - Q ' OQ � Cil M In LU 0 Z 07 ,.. M .. N CA O O 117 u LL a 0 'r N a a C C ` JJ rN a a a � V v a r N d y C 0 F� W df a E � a N v v .o u ZJJ e-N� B L1RG a a E 0 V a Q m �a.s4Qt�mNn1 oZ o w c 0 �a 0z 0 � z 0 0 �a d© N C C 01 01 OI 001 Ol W u V a Ni a O .y 2 t ��� Q W � w �► � u H ` M; U V C c G C c c r = C S c Q 0. c c w W Y a Uaa�U)NN22Z'222UWvQaWaQwUTUiQVGO Q � tawi� ADDENDUM 1 FY 15.16 MEDIAN MODIFICATION PROGRAM City Bid No ENG-17-18-CO049 Project C0049 City of Santa Clarita, California February 28, 2018 This Addendum is a part 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 this Addendum remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. All bidders shall sign this Addendum and submit with Bid Proposal. CHANGES TO SPECIFICATIONS 1. SECTION D —AGREEMENT Replace Exhibit B — Applicable Federal Wage Rate for Project dated 1/19/2018 with the attached Exhibit B — Applicable Federal Wage Rate for Project dated 2/9/2018 2. SECTION F — SPECIAL PROVISIONS Page F-12, PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK — add the following language after the Yd paragraph under section 6-1 Construction Schedule and Commencement of Work; The CONTRACTOR shall work to substantially complete all construction activities on 1 (one) work location at a time. No demolition may commence on any additional work sites until construction activities on previous work sites are substantially complete to the satisfaction of the Engineer. ATTACHMENTS 1. Exhibit B — Applicable Federal Wage Rate for Project Page 1 of 2 ..rte . 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. .2018 Date Bi is Signat e THIS DOCUMENT TO BE SUBMITTED WITH BID Page 2 of 2 is, 3 4' cn .1 n 3 o m -n �zt 0 `0 % - 0 is, 3 4' .1 m -n