HomeMy WebLinkAbout2021-09-14 - AGENDA REPORTS - NEWHALL PARK AND RIDE SOLAR LIGHTING PROJ PHASE I (2)O
Agenda Item: 8
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:
DATE: September 14, 2021
SUBJECT: NEWHALL PARK AND RIDE SOLAR LIGHTING PROJECT -
PHASE I CONSTRUCTION
DEPARTMENT: Neighborhood Services
PRESENTER: Kevin Tonoian
RECOMMENDED ACTION
City Council:
Award a construction contract to California Professional Engineering, Inc., in the amount of
$123,614, and authorize a contingency in the amount of $12,361, for a total contract amount
not to exceed $135,975.
2. Award a professional services agreement to Visual Terrain, Inc., in an amount not to exceed
$10,000 for construction support services.
3. Authorize a one-time appropriation of $145,975 from Streetlight Ad Valorem Fund 354 to
CIP Project No. F2014354-516101, Newhall Park and Ride Solar Lighting Project -Phase I.
4. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
In May 2021, staff solicited proposals to install solar -powered exterior lighting within the
Newhall Park and Ride lot. The scope of this project includes the procurement and installation of
luminaires, poles, solar panels, batteries, and a control system to enhance nighttime lighting for
residents utilizing the Newhall Park and Ride.
The initial phase of this project will improve lighting within the portion of the Newhall Park and
Ride located at the end Newhall Avenue, east of State -Route 14. Phase 11 of this project will
encompass the installation of a new solar -powered exterior lighting system at the second park
and ride lot location at the southwest corner of Newhall Avenue and Sierra Highway. Design
Page 1
Packet Pg. 59
O
preparation for this segment requires additional work due to surrounding adjacent properties and
presence of underground utilities.
Solicitation Process for the Newhall Park and Ride Solar Lighting Project
An invitation to bid was prepared and published on April 20, 2021, and was posted on BidNet.
Five bids were submitted to the City and opened by the Purchasing Division on July 26, 2021.
The results of the bids are shown below:
Company
Location
Total Bid
H & S Electric
Santa Clarita, CA
$103,200
California Professional Engineering, Inc.
La Puente, CA
$123,614
Crosstown Electrical
Irwindale, CA
$130,983
Elecnor Belco Electric
Chino, CA
$188,953
Alfaro Communications Construction, Inc.
Compton, CA
$253,100
After the solicitation process closed, the apparent low bidder, H&S Electric, informed staff of a
pricing error in their submittal and withdrew their bid. Therefore, staff recommends awarding the
construction contract for the Newhall Park and Ride Solar Lighting Project to California
Professional Engineering, Inc., the lowest responsive bidder, in the amount of $123,614, and
authorizing a contingency in the amount of $12,361, for a total not to exceed $135,975.
The contractor possesses a valid state contractor's license and is in good standing with the
Contractors State License Board. The bid from California Professional Engineering, Inc., was
reviewed for accuracy and conformance to the contract documents and was found to be
complete.
Staff also recommends awarding a professional services agreement to Visual Terrain, Inc., in an
amount not to exceed $10,000. Visual Terrain, Inc., oversaw the initial site analysis, provided
lighting system recommendations, assisted in the preparation of bid specifications, and will
provide as -needed construction support services.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
The recommended action requires an appropriation of $145,975 in one-time monies from
Streetlight Ad Valorem Fund 354 to CIP Project No. F2014354-516101.
ATTACHMENTS
California Professional Engineering, Inc. Bid Proposal (available in the City Clerk's Reading
File)
Newhall Park and Ride Pole Schematic
Page 2
Packet Pg. 60
(! ®@Jd Bunk@] epm Puu V edle4MON) mmMaPS mod GNU Pue V edHeMMON:; eM Pe W
_
Co
�
�
�
n
(D
0
n
�
[
]2
2 a
|
2
�
I
/
)
�
Nkilt,
G
a
\
a.
The Agency isbidding the project with this Bid Schedule. The Agency will award the Contract, based on
the Contractor's Base Bid, to the lowest successful Bidder. The City reserves the right to reject any and
all bids, towaive any informality in a bid, and to make awards inthe interest ufthe City.
ITEM
DESCRIPTION
UNIT
CITY.
UNIT PRICE
TOTAL
4.
Remove and Dispose of Existing On -Site Light
EA
3
6
Solar Pole System Programming
LS
1
$ 800.00
$800.00
Grand Total of Base Bid in Words:
One Hundred Twentv Three Thousand Six Hundred Fourteen Dollars Zero Cents
Bid#LMD-2D-21-37
Siena Highaay/ Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City Project No. LW4D-20-21-37
City ofSanta C|eri1a,California
In accordance with [OTs NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes 0nfurnish 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 TDBIDDERS, and all other contract documents. |fthis proposal isaccepted for award, BIDDER agrees
toenter into a contract with CITY atthe unit and/or lump sum prices set forth inthe following BID SCHEDULE, BIDDER
understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY 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 ofwork satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE
AMOUNT OFANY QUANTITY SHOWN AND TODELETE ANY ITEM FROM THE CONTRACT. |1ioagreed that the unit and/or
lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. |ncase 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 CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become
the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void.
Company Name: California Professional Engineering, Inc.
Company Address: 19062 San Jose Ave
LaPuente, CAA1748
Phone: 626-810-1338
Email: vmo
By: Van Nguyen
Print Name
Date:
Bid #LMQ-20-21-37
Sierra Highway / Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City Project No. Lh4D'20-21'37
City ofSanta [|arite,California
1. SUMMARY OFCONTRACT REQUIREMENTS
a. A contract is required for any service performed on behalf of the City of Santa Clarita
(City). Contract language will be negotiated upon acceptance of proposal and prior to
commencement ofwork. Work cannot begin until the contract has been fully executed
by both parties.
2. SUMMARY OF INSURANCE REQUIREMENTS
a. These are the insurance Requirements for Contractors providing services or supplies to
the City, By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. When Contract documents
are executed, the actual Contract language and Insurance Requirements may include
additional provisions asdeemed appropriate 6yCit/aRisk Manager.
b. You should check with your Insurance advisors to verify compliance and determine if
additional coverage or limits may be needed to adequately insure your obligations
under this agreement. These are the minimum required and donot inany way
represent or imply that such coverage is sufficient to adequately cover the Contractor's
liability under this agreement. The full coverage and limits afforded under Contractor's
policies of Insurance shall be available to Buyer and these Insurance Requirements shall
not ioany way act tnreduce coverage that isbroader orincludes higher limits than
those required. The Insurance obligations under this agreement shall be: 1—all the
Insurance coverage and limits carried by or available tothe Contractor; or 2--the
minimum Insurance requirements shown in this agreement, whichever is greater, Any
insurance proceeds in excess of the specified minimum limits and coverage required,
which are applicable toagiven loss, shall beavailable toCity.
c. Contractor shall furnish the City with original Certificates of Insurance including all
required amendatory endorsements and a copy of the Declarations and Endorsement
Page of the CGL policy listing all policy endorsements to City before work begins. City
reserves the right to require full -certified copies of all Insurance coverage and
endorsements.
a. General Insurance Requirements
All insurance shall beprimary insurance and shall name City ofSanta Ua/baas
anadditional insured. The naming ofanadditional insured shall not affect any
recovery to which such additional insured would be entitled under the policy if
not named asanadditional insured, and anadditional insured shall not beheld
liable for any premium or expense of any nature on the policy or any extension
thereof solely because they are anadditional insured thereon.
ii. Ifthe operation under this Agreement results inanincreased ordecreased risk
inthe opinion ofthe [|ty'sRisk Manager, then Consultant agrees that the
minimum limits hepeinabuvedesignated shall bechanged accordingly upon
written request by the Risk Manager.
iii Consultant agrees that provisions ofthis Section astomaintenanoeofinsumnce
shall not be construed as limiting in any way the extent to which Consultant may
beheld responsible for the payment ofdamages 10persons orproperty
resulting from Consultant's activities, the activities of its subconsultants, or the
activities ofany person orpersons for which Consultant isotherwise
responsible,
iv. A Certificate of Insurance, and an additional insured endorsement (for general
and automobile Habiihy),evidencing the above insurance coverage with a
company acceptable tothe [kyuRisk Manager shall besubmitted tmCity prior
toexecution ofthis Agreement onbehalf nfthe City.
u The terms ofthe insurance policy orpolicies issued toprovide the above
insurance coverage shall provide that said insurance may not beamended or
canceled bythe carrier, for nonpayment ofpremiums otherwise, without 30
days prior written notice ofamendment orcancellation to City. In the event the
said insurance iscanceled, Consultant shall, prior tothe cancellation date,
submit new evidence ofinsurance inthe amounts heretofore established.
vi All required insurance must be in effect prior to awarding this Agreement, and it
orasuccessor policy must 6eineffect for the duration ofthis Agreement.
Maintenance of proper insurance coverage is a material requirement of this
Agreement, and the failure tnmaintain and renew coverage ortoprovide
evidence of renewal may be treated by the City as a material breach of contract.
|fConsultant, atany time during the term ofthis Agreement, should fail to
secure or maintain any insurance required under this Agreement, City shall be
permitted to obtain such insurance in Consultant's name at Consultant's sole
cost and expense, ormay terminate this Agreement for material breach.
vii. Without limiting any other Consultant obligation regarding insurance, should
Consultant's insurance required bythis Agreement becancelled utany point
prior to expiration of the policy, Consultant must notify City within 24 hours of
receipt ofnotice ofcancellation. Furthermore, Consultant must obtain
replacement coverage that meets all contractual requirements within 10 days of
the prior insurer's issuance ofnotice ofcancellation, Consultant must ensure
that there isnolapse )ncoverage.
General Liability and Property Damage Insurance
i Consultant agrees toprocure and maintain general liability and property
damage insurance a\its sole expense toprotect against loss from liability
imposed bylaw for damages onaccount ufbodily injury, including death
person orpersons whomsoever, resulting directly from any act oractivities of
Consultant, its subconsukants,mrany person acting for Consultant nrunder its
control or direction, and also to protect against loss from liability imposed by
law for damages to any property of any person caused directly or indirectly by
or from acts or activities of Consultant, or its subconsultants, or any person
acting for Consultant, o/under its control ordirection. Such public liability and
property damage insurance shall also provide for and protect City against
incurring any legal cost indefending claims for alleged loss. Such general
liability and property damage insurance shall be maintained inthe following
minimum limits: Acombined single -limit policy with coverage limits inthe
amount of$1,OOOOOUper occurrence will beconsidered equivalent tothe
required minimum limits.
c. Automotive Insurance
i. Consultant shall procure and maintain public liability and property damage
insurance coverage for automotive equipment with coverage limits ofnot less
than $1,080000combined single limit, |fConsultant does not use automobiles
inperforming its work under this Agreement, Consultant shall provide awaiver
releasing City from all liability resulting from Consultant's use ofpersonal
vehicles under this Agreement.
6. Worker's Compensation Insurance
i Consultant shall procure and maintain Worker's Compensation Insurance in the
amount of $1,000,000 per occurrence or as will fully comply with the laws of the
State of California and which shall indemnify, insure, and provide legal defense
for both Consultant and City against any loss, claim, or damage arising from any
injuries oroccupational diseases happening toany worker employed by
Consultant inthe course ofcarrying out this Agreement.
ii Waiver ofSubrogation: The insurer(s) agree to waive all rights of subrogation
against City, its elected orappointed officers, officials, agents, volunteers and
employees for losses paid under the terms of the workers compensation policy
which arise from work performed byConsultant for City.
I have read and understand theb i nts and agree tobebound bythem for any work
performed for the City.
L
Authorized Signature: Date: 87/26/2021
Printed Name: Van Nguyen
Rid#LK80-2D-21-37
Sierra Ri0hvmay/ Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City Project No. LNND-20-21-37
City of Santa C|arita,[A
Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury,
Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under
the requirements of any CITY State, or Federal equal employment opportunity orders have been
satisfactorily filed, and that nosuch 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 ofany contract awarded hereunder, Furthermore, Bidder certifies that affirmative action
will be taken to meet all equal employment opportunity requirements of the contract documents.
By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the
Subcontractor Designations form are the subject of current and active contractor registrations pursuant to
Division Z, Part 7, Chapter 1 (commencing with section 1720) of the California Labor [ode. Contractor's
registration number is indicated below. Subcontractors' registration numbers are indicated on the
Subcontractor Designations form.
Bidder's Name: California Professional Engineering, Inc.
Business Address: 19062 San Jose Ave La Puente, CA 91748
State [0NTRA[TOR'sLicense No. &Class: 703907.A.C-10
Original Date: 7/1/2019
Expiration Date: 06/30/2023
The following are the names, titles addresses, and phone numbers of all individuals, 0nn members,
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interestin
this proposal, or any firm, corporation, partnership or joint venture of which any principa I having an interest
in this proposa I was an owner, corporate officer, partner or joint venture areas follows:
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this
proposal are asfollows:
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals
Signature
Van Nguyen, President
Name and Title ofSignatory
California Professional Engineering, Inc,
Legal Name ofBidder
1SOO2San Jose Ave LmPuente, CA31749
Address
026-810'1338 954857794
Telephone Number Federal Tax iD.No.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
A notary pubic or other officer completing this certificate vohhoa 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 ��Ies
On before me, Alicia Nguyen
Date Here Insert Name and Title ofthe Officer
personally appeared
Name(s) of Signer(s)
who proved to ma on the basis of satisfactory evidence to be the (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.
Icertify under PENALTY OFPERJURY under the laws
of the State of California that the foregoing paragraph
iatrue and correct.
WITNESS my ha a d official seal.
Signature
Sign ty Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment o/this form b/anunintended document.
Description ofAttached Document
Title orType ofDocument:
Document Date:
Signer(s) Other Than Named Above:
Copucity(ies) Claimed bySigner(s)
Signer's Name:
UCorporate Officer — llt|o(s):
OPmtner— []Limited O8*nora|
O Individual []Attorney in Fact
LjTrustee OGuardian orConservator
[]Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
[] Corporate Officer — Tbu(s):
OPartne/— Limited LGeneral
OIndividual []Attorney in Fact
:Trustee L]Guardian orConservator
Signer Is Representing:
8N#LM0-2O-21-37
Sierra Highway / Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City Project No. LK0Q-20-21-37
City ofSanta C|arite,California
1.Submitted by: Van Nguyen Telephone: 6620-810-1338
Principal Office Address: 19062 San Jose Ave La Puente, CA 91748
2.Type ofFirm:
/
i[[mpmtion
LJ 5Curporadon
L) Individual/Sole Proprietor orSingle —MemberUI
Q Partnership
0 Limited Liability Company "C^['[urp
0 Limited Liability Company "S"3{o/p
B Limited Liability Company ^P^Partnership
0 Other
3a. Ifacorporation, answer these questions:
Date o(Incorporation: 8V18/2000 State ofIncorporation: California Professional Engineering, Inc.
President's Name: Van Nguyen
WcePres Name: N/A
Secretary or Clerk's Name: Van Nguyen
Treasurer's Name: Phuong Thao Nguyen, CFO
3b, Ifapartnership, answer these questions:
Name of all partners holding more than a 10% interest:
Designate which are General or Managing Partners,
Bid #LMD-20-21-37
Sierra Highway / Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City Project No. LN1D'20-21-37
City ofSanta [|arita, California
4. Name ofperson holding [DNTRA[TOR'slicense: VanNQuye»
License number: 793807 Class: A' C-10 Expiration Date: 4/30/2023
19
D1KRegistration #
CONTRA[TOR'sKeprese»tative: \/8O Nguyen
Title: President
A|Alternate:N/Ae�
Title:
6 List the major construction projects your organization has in progress as of this date:
A.
Owner See Attached List
Project Location:____
Type of Project:
B.
Owner:
Project Location:
____�
Type of Project:
C.
Owner:
Project Location:____
Type ofProject: ___
MENMENEEMEMEM
IRMOMMIMM
2006-2
Diem
Traffic Signal
EINEM
LACDPW
On Call TS (Gale/Faistone)
$
335,816.61
#TDS0001629
2006-3
Diem
Traffic Signal
LACDPW
On Call TS (Fullerton/Harbor)
$
340,535.58
#TDS0001629
2006-4
Diem
Traffic Signal
LACDPW
On Call TS (Vineland/Giordano)
$
34,001.00
#TDS0001629
2006-5
Diem
Traffic Signal
LACDPW
On Call TS (Amar/Vineland)
$
274,364.98
#TDS0001629
2006-6
Diem
Traffic Signal
LACDPW
On Call TS (Colima/Broadway)
$
14,52100
#TDS0001629
2006-7
Diem
Traffic Signal
LACDPW
On Call TS (Hacienda/Shadybeiid)
$
251,241.25
#TDS0001629
2006-8
Diem
Traffic Signal
LACDPW
On Call TS (La Cienega/1 37th)
$
39,960.50
#TDS0001629
2006-9
Diem
Traffic Signal
LACDPW
On Call TS (Mills/Broadway)
$
38,387.00
#TDS0001629
2006-10
Diem
Traffic Signal
LACDPW
On Call TS (Admiralty/California Yacht Club)
$
332,307.50
#TDS0001629
2025
Tracy
Traffic Signal
Lancaster
2017 Traffic Signal Upgrades
$
524,628.00
#16-007; #STPL-5419(054)
2037
Diem
Traffic Signal
Caltrans 6
06A2618 Rte 43
$
68,000.00
#06A2618
2061
Tracy
Lighting
Cudahy
Citywide ATP Cycle 2
$
536,820.00
2084
Tracy
TMS Maintenance
Caltrans 6
06A,2626 TMS Detection at Various
$
187,000.00
#06A2626
20121
Diem
Traffic Signal
Whittier
Greenleaf Ave / Putnam Ave TS
$
343,76H0
#18-003 (66)
20127
Diem
Traffic Signal
Orange
Glassell St & Meats Ave
$
237,730.50
#SP-4000 #HSIPL-5073(083)
20141
Diem
Traffic Signal
Caltrans 6
06A2628 Rte 178
$
34,500.00
#06A2628
20152
Tracy
Traffic Signal/Lighting
LACDPW
Palmdale Blvd at 90th St
$
790,429.10
4TDS0001694
20159
Tracy
Traffic Signal
Lancaster
Avenue I/ 60th Street West
$
173,654.00
#17-0123
2110
Diem
Traffic Signal
Alhambra
Valley Blvd Pedestrian Improvements
$
883,059.00
#C2M21-3
2128
Tracy
Traffic Signal, RRFB
Westlake Village
Triunfo Canyon Rd -Saddle Mountain Dr
$
151,488.00
#
2135
Diem
Traffic Signal
LACDPW
On Call Traffic Signal
$
3,744,019.00
#TDS0001753
2137
Tracy
Pedestrian Hybrid Beacon
San Gabriel
San Gabriel Blvd & Roses Rd HSIP8
$
136,036.00
#20-10
2138
Diana
IRWL Crosswalk Lighting
Covina
HSIP In -Pavement Flashing Crosswalk
$
238,556.50
#HSIPL-5118(021)
Contact Information
Diana 626-810-1338
Diem 626-810-1338
Tracy 626-810-1338
Bi6#LMD-20-21-37
Sierra Highway / Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City Project No. LK8D'2O-21-37
City ofSanta C|arita,Ca|i6ornia
The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any
of its establishments, and that it does not permit its employees to perform their services at any location,
under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not
maintain or provide for its employees any segregated facilities at any of its establishments, and that it will
not permit its employees to perform their services at any location, under its control, where segregated
facilities are maintained. The BIDDER 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 BIDDER agrees that (except where it has obtained identical
certifications from proposed subcontractors for specific time periods) it will obtain identical certifications
from proposed subcontractors prior tothe award nfsubcontracts exceed ine$1O'80Owhich are not exempt
from the provisions ufthe Equal O0pur e,and tha4itwill vetain'suchcertifications inits files.
BIDDER California
Van Nguyen, President
Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary ofLabor —
32F.K�74}9,May 19,1967(F.R.Vol. 33,No. 33—Friday, February 16,196O—p.30GS).
DESIGNATION OF SUBCONTRACTORS
Bid # LMD-20-21-37
Sierra Highway / Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City Project No. LMD-20-21-37
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render
service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts
are required if sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed.
Subcontractor
N/A
DIR Registration No.*
N/A
Dollar Value of Work
N/A
Age of firm:
N/A
N/A
Annual Gross Receipts:
N/A
Location and Place of Business N/A
Bid Schedule Item No's:
N/A
Description of Work
N/A
License No.
N/A
Exp. Date: J J
N/A
Phone ( }
N/A
Subcontractor
DIR Registration No.*
Dollar Value of Work
Age of firm:
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: J J
Phone { j
Subcontractor
DIR Registration No.*
Dollar Value of Work
Age of firm:
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
i
License No.
Exp. Date: J J
Phone ( }
NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the
Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and
qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to
submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract
Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is
awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code.
Bid #LMD-20-21-37
Sierra Highway / Newhall Ave Park and Ride Lots Exterior Solar Lighting Projel
The following are the names, addresses, and telephone numbers ofthree public agencies for which bidder
has performed and completed work of similar scope and size within the past 3 years. If the scope of
work/specifications requests references different than instructions above, the scope of work/specifications
shall govern:
1Please see attached list
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
Name and Address of Owner/ Agency
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount
Type of Work
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
bidder intends tuprocure insurance bonds:
We intend to procure all bonds from:
Surety: Fire Insurance Company
305 Madison Ave
mvnistvwn, mJ.n7eso-611r
Broker: The Bond Exchange
Mission Viejo, CA 92691
949-461-7725-mx#
ymuIli oxKDmeuvnu*pm`anVa.coin
We intend to procure all liability/auto liability certificates/
workers compensation certificates frorn:
Duran Risk & Insurance Services, Inc.
George Duran, Agent
6371 Haven Ave, Suite o-2co
Rancho Cucamonga, CAmrar
909a601108-omm:#
90e'360'1273-mx#
nrnrge@uumnmoumnnooerw000.00m
anaffiliate wUnited Agencies, Inc.
-8
QD
N
0
CZ
-jO
LO
m
��O-
LO
LO
LO
LO
LO
c6
cu
0)
a)
00
cf)
cu
to
COO
0 C'�
C) CO
LO
0 Q0
co
L6 CL
CY)
z5
:,,
U)
in
cz
s=
(3) C\j
Cl)
o= co
Cl-
0 CV
CD- C)
co
2"
cz
<
U)
cz
O
0
(D cllE
cz
LL
7W
.0
�
cz
cz 2cz
0
cu
Q) (D
2'
N 0
Cif
>
8
cn
CT3
cu
C: cz
< n— <
M >
= = < < r cz
(D 0 to
cu cz C6
= — <
< N CL 't =
>, co
a) 00 CO
a)
U) 0
< a) <
:-- 0 C\j ca
N
cfj -'4 CT3
a) <
E CL
0 C�j
cz 'o m
cz
CY)
cz
0 C\j
= — cu
cu C.0 ,
0) < 0) C)
-z= !�
= : 0 00 >,
0 U) C\j —
-
0 U) C\j
<
cz 0
cu U)
C6 L9 cb
=
r— =
co 't
U) Lr - CZ 0
M �B %--
0 —(D Cd LO C,
LO Q)
0 . =
rj (D
(D
CO <
C/) I- CZ
co U)
c �:,
0- Co a)
_0 r-
(D a) < "T cz
cz 0
C-0
0 C\j
a)
c C\j 0
n M ,I- (D
m
U) <
cz
4
C- cz t6 @)
cz (n
0 7E 4 @)
co < f? E
0) cz
cz
cz
::7 cn
>1 cz C\j U)
Ri
>, cz
0 co)
co cm
3: CY) ce)
c - cy) cn C\J
2 cz
C) n
(=> =3
U) 2
:t-0 Cf)
LO Z=
< Lo C> co (D
E2
U)
0
C) 0
CZ
w
0 (D
CD
CV
CCV0
_j
cq
CD
O
CD
CD
C\j
CVCV
CV
CQ
CV
16
75-
�8
c
Q)
cz
:D
CD
o
CD
C\j
C\j
C\j
CV
C\j
CV
(D
can
0
U)
Ll-
0
0)
0)
0)
Lij
2"
0
.
>
co
CL
CO
U)
U)
C�
C�
CD
C�
CD
C�
C�C)
co
0)
m
CD
CY)
r--
LO
C�
CO
T
Cli
CY)
C)
(D
m
00
cc
00
r--
C\l
CV
C.0
LO
k1ri
k49
09
fl,3�
16S
flo
-
O
-80
LO
LO
LO
LO
LO
u LW
(D
W
.2
c::,
ci
cz
0
0
CD-
=>
cn
.2
22
C:)
CL
U)
> co
a)
>
0 :3 00
cu co
2 oo
E U)co
<
.=
cz
�>
—
CO zm
Q) L9
CD
2=
'ZD
U)
U)
> _j
U)
U)-0
Cll
>
fn
4t
F—
(D
LL
co
LM
rr
0
t--
.2)
Cl)
0
a)
(D
70
0
CO
LL
21
m
CL
t <
0
0)
>
0
0
0
E
0
E
>
q
C�>
M
CZ
CO 4t co
0 -
CC
CD
>1
co
< m
C's
u
<
-0 -- 0 m
CC 0 CC)
0
o
0 M
—
U) < m
m
m
0
-70 <
0
m o 00
0
<
<
LO =
C')
(D 0,
C-0
Lo
m
L > cz
1-9
C-
(D
0
co
LO
w
?0-
0
C13
-F
C�j
0
O.
T
a CZ
m E
LO C's
L9
cz
cn <
UJ U) co
0
0 a) C\j
C\1
> C-- C .
CD
cz CO
@)
0 C) 2 LO
M
> C
CD
m
0
—1 0-
5,
=3
CO
4
0 L9
78
t
C=
2
0
cf)
'n =3
0 -r
US Lu ";s
C?
Co
w
Q
cc
(2)
(3) m
(n c.\'
0
c—
m o C\j
-0
'LO
C) cz C'J
C)
CD o (m
C)
C) 6
�a C,
LI,
15
C15
LO
CL
C� co co
C\j
0
(M
( C> cf) CD
0
C)
a)
LO
to
Cf)
0
V)
-)
C)
Cl)
co
CJ
O
C\l
CO
\j
C\j
C)
C\j
CO
\l
C\j
<
<
<
<
C2
C2
O
C\j
CD
C\j
C\j
C\j
CD
C\j
C\l
U-
<
>C
Z
>
Z
—D
CD
C3)
21
2)
cz
U) CY)
= .=
cz
(D
U)
U)
Cf)
C/)
Q)
(�5
n.
C�
Lq
oq
Cl?
0�
LO
CD
CY
U) )
co
tcs
cyi
Cr
rz
Oc�
C.0
CD
m
r—
co
LO
CY)
C\T
6
CO
fs
8-2
LO
LO
0')
tO
C)
0)
C)
C\l
-2 o
OP
n
Cn
> 4
co
2i
CL
(1)
U)
7W
C;
as
Cll
_0
> <
CD _0
CZ N > C15
Ch
CD
0 CD < <
70 c) CZ
70 ')
>
7t-L?
C
M CZ 'T
0 cz
> -
m
75 ? Lo
cz
CL
U Q) M
c) > E
cz
0 Chz U)
r— 00
r- co
Cj
; �= (Z> I c.0 (3)
CL
Cr)0
cz
0
(D
CD
C\j
C>
C\j
C)
CT3
o
p
C\l
CC?
C:>
Oci
(.0
COC.0
C\j
co
California Professional Engineering, Inc.
COMPLETED PRIME Projects tstartino with most recentl
..11Etits,.ixit.,.JSLydL
e Cbd'
original contract final contract
a c,,'„w,vI
City of Colton
Marty Ragels
�h.1li° ..
s.�a,„,� s rs,
Nov 2019
Aug 2020
160 South 10th Street Three Traffic Signal Intersections
809b
S 678,065.00
S 678,065 00
u� g
Dolton, GA 92324 #3186-4
P�tl&sd' 1. elc
909-370-5065
mra els@coltonea, ov
original contract
final contract
Traffic Signal, Battery Back
City of Ontario
MdUYIC10 Diaz
Up Systems, video Detection
Systems, Controller Cabinet,
Jul 2020
Jul 2020
303 E "B" St
Vineyard & Sixth; Grove & Francis
90
S 140,568.00
S 141,327.00
CCTV, Wiring, Pull Boxes,
Ontario, CA
4TR1801/1802
etc.
909.395-2000
mdiaz@ontarioca.gov
original contract
final contract
City of Fountain Valley
John Nguyen
S 626,339.40
S 580,294.66
se, ry s rr ru`d , �s i oLL
s�, �Eaae<�sr;�.�,ra,���
Nov 2019
Jul 2020
10200 Slater Ave
Fountain Valley, CA 92708
Talbert,Mt Washington TS #T1233
80 %
co,dmr & conmumcaemi spstens. CCr�
714-593-4443
john,nguyen@fouiitainvalley.org
original contract
final contract
CA DOT
Roy Tomello
$ 387,550.00
S 94,050.00
Replacement of Traffic Signal
Loop Detectors
Oct 2018
Jun 2020
790 Via Laia, #100
Colton, CA 92324
On Call Loop Detectors #08A2921
p
1001%
909-915-9717
roy.tornello@dot,ca.gov
original contract
final contract
oaft o-1co,,,artro
City of Menifee
Carlos Geronimo
s 9 x a a s SCE
Sept 2019
May 2020
29844 Hann Road
Two Traffic Signal Intersections
9
75 %
S 814,935.00
S 867,901 78
rd e ds b�a..r S�—
Menifee, CA 92586
#19-04!05
ne�zt�rerG
951-723-3722
cgeronimo@cdyofmenifee.us
original contract
final contract
City of San Bernardino
Ryan Castillo
SCE Substructures, Power
300 North "D" Street
$ 95,420.00
S 89,021.53
Feed Conduit. Cattrans ROW
Mar 2020
May 2020
San Bernardino,
Hospitality / Waterman #13330
100°%
Coordination. etc.
CA 92418
909-384.5535
Castillo @sbeit .or
original contract
final contract
City of Pasadena
Sarah Tawadrous
Rra
T
Traffic
is Si Replacement of Signal and Street
Apr 2020
May 2020
100 N Garfield Ave
Fair Oaks/Mountain; Green/Arroyo
100%lacement
$ 88,870.00
S 179,237.40
Lighting Poles.
Pasadena, CA
Pole Re p #31383
626-744.4304
stawadrousf cat of asadena.net
original contract
final contract
City of Pasadena
Jiang
RRFB,Elvin
Cameras of Various
Came FUR Ttarious
May 2019
Apr 2020
100 North Garfield Avenue, N306
Pedestrian Crossing Improvements
100%
$ 185,110.00
$ 199,478.04
Locations, Integration
Pasadena, CA
#31299
626-744-7311
ejiang@cityofpasadena.net
original contract
final contract
City of Downey
Ed Norris
Traffic Signal & Flashing
Apr 2020
Apr 2020
11111 Brookshire Avenue
Brookshire Ave & Everest St #20-
100%
S 53,445.00
S 60,207.66
Beacons
Downey, CA 90241
29
562-904-7110
enorris@dowtieyca.gov
original contract
final contract
City of Buena Park
Ken Kim
Banner Pole & Arm
Feb 2020
Apr 2020
6550 Beach Blvd
Banner Poles on Orangethorpe &
100".
$ 20,300.00
S 21 945.14
installations
Buena Park, CA 90620
Indiana #618
714-562-3688
kkim@buenapark.com
original contract
final contract
Traffic Signal Construction,
City of Huntington Beach
Joe Fuentes
Conduit, Pull Boxes, Wiring,
2000 Main Street
S 643.490.20
S 676,697,47
Concrete & Sidewalk
Sept 2019
Apr 2020
Huntington Beach, CA
Main St & 17th St #CC-1488
75%
Improvements, Handicap
92648
Ramps. etc.
714-394-5676
,uentes@surfet -hb.or
original contract
final contract
City of Oceanside
Jeff Freetly
S 45,000.00
Replacement of Traffic Signal
Loop Detectors
Feb 2020
Feb 2020
4927 Oceanside Boulevard
On Call Loop Detectors
100%
S 40 338.00
Oceanside, CA 92056
760-435-5323
JFreet @oceansideca.or
original contract
final contract
Traffic Signal, Battery Rack
City of Pasadena
Arnold Dichosa
Up Systems, Video Detection
100 Noah Garfield Avenue, N306
Metro Goldlinc At -Grade Crossing
$ 858785,50
S 916,950.71
Systems, Controller Cabinet.
Apr 2019
Jul 2019
CA
Mobility Enhancements '!31131
1 OD%
CCTV, Wiring, Pull Boxes.Pasadena,
FedAid #CML-5064(083)
etc.
626-744-7402
adichosa@cityoipasadena.net
original contract
final contract
Traffic Signal, Curb Ramps,
Signing & Striping, SCE
CA DOT
Manuel Ruiz
-
Underground Suosructures,
790 Via Late, # 100
$ 2,587,172.50
$ 2,587,172.50
Concrete/Asphalt
Aug 2017
May 2019
Colton. CA
Route 10, 210 408-OE5514
90%
Improvements, Fiber Optic,
92324
Networking, Microwave
951-965-6327
Systems
manuel,ruiz0a dot.ca.gov
original contract
final contract
Flashing Beacon. Curb
City of Fontana
Jazatine Pena
Ramps, Signing & Striping,
Apr 2019
Apr 2019
16489 Orange Wy
PE Trail at Maple Ave fCC-91 -DE-
S 108,786.00
$ 108,786.00
Concrete/Asphalt
Fontana, CA
18
Improvements
949-644-3336
jpena@fontana.org
original contract
final contract
Traffic Signal, Curb Ramps,
City of Corona
Dennis Rails
Signing & Striping, SCE
Underground Subsructures.
Oct 2018
Mar 2019
400 S Vicentia Ave, #210
Traffic Signal at Green River and
80%
$ 314,729.92
S 314,729,92
Concrete/Asphalt
Corona, CA
Montana Ranch #2016-03
Improvements
951-736-2266
dennis.ralls@coronaca.gov
original contract
final contract
Traffic Signal Modifications,
City of Newport Beach
Eric Loke
Curb Ramps,
Jul 2018
Mar
100 Civic Center Dr
TS Rehabilitation FY2017-2018
S 354,777.54
S 354,777.54
Concrete/Asphalt
Newport Beach, CA
#7314-1
80q
Improvements
949-644-3311
-
eloke@newpoabeachca.gov
original contract
final contract
City of Rancho Cucamonga
Natalie Avila
$ 203,650.88
Traffic Signal Video Detection
May 2018
Feb 2019
10500 Civic Center Dr
Traffic Signal Video Detection at 15
100%
S 203,650.88
Rancho Cucamonga, CA
Locations #800-2018-01
909-774-4076
natalie.avila@cityofrc,us
original contract
final contract
Traffic Signal, Curb Ramps,
City of Orange
Medel Lianes
Left Turn Phase Signal Modification
Signing & Striping, SCE
300 E Chapman Ave
I Chapman Ave & Cannon St
608A24.00
S 608,424.00
Underground Subsructures,
Concrete,Asphalt
Apr 2018
002018
Orange, CA
4fHSIPL-5073(079) SP-3868;
80%
Batavia St & Collins Ave #HSIPL-
Improvements, CCTV
714-744-5535
5073(081) SP3870
I
mlianes@cityoforange,org
original contract
final contract
Traffic Signal, Curb Ramps.
LACDPW
Joel Zaragoza
Signing & Striping. SCE
Colima Rd I Camino Del Sur to East
$ 1 ;816,477.16
S 1,816,477.16
Underground Subsructures.
Jan 2017
Oct 2018
900 S Fremont Ave
Alhambra, CA 91803
of Tierra Luna (Pedestrian
85%
Concrete/Asphalt
Crossing) #TSM0010196
Improvements
626-458-4973
JZARA@dpw.lacounty.gov
original contract
final contract
Traffic Signal, Curb Ramps.
LACDPW
Anoush Hovsepians
Signing & Striping. SCE
900 S Fremont Ave
Florence Ave/Mills Ave I Orr and
S 1,039,990.01
1,039,99H1
Underground Subsructures,
Aug 2017
Sept 2018
Alhambra, CA 91803
Day Rd to Whittier Blvd
85".
Concrete/Asphalt
#TSM0010312
Improvements
626-458-3139
I
ahqvsepiansCddpw.Iacounty.gov I
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
Bid #LMD-20-21-37
Sierra Highway i Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City Project No. LMD-20-21-37
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 FORM A
PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY
SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION.
NON -COLLUSION AFFIDAVIT
Bid #LMD-20-21-37
Sierra Highway / Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City Project No. LMD-20-21-37
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
Van Nguyen being first duly sworn deposes and says that he/she is
the President (sole owner, a partner, president, etc.) of
California Professional En ineerin g, inc. the party making the foregoing bid; that such
bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association,
organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not
directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall
refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements,
communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to
fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any
advantage against the public body awarding the Contract or anyone interested in the proposed Contract;
that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly,
submitted its 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 CITY 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 CITY
thereof, or to any other individual, except to such person or persons as have a partnership or other financial
interest with said BIDDER in his general business.
Bidder:
Signature
Title President, Secretary
Is document must be notarized prior to submittal.��
A notary public or ether 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 Angeles
Subscribed and sworn to (or affirmed) Before rote on this 23rd day of __-Jul
20 2 _ by --- Van Nguyen
proved to me can the basis of satisfactory evidence to be jtgq �q;(�) who appeared
before me.
c��pii3TyUbfr� i
SEg�'tatUr�-.w......._..__._.__ (�eai ;� �o�ClFpR��� ►�:
dya
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or desorption of a ,ached document)
('Qle or description of anached document conbruedf
Number of Pages Document Nate
Van Nguyen (PresidenilsecretaryiManager)
Additional informatior,
1'he ivottiing of ai! Jurats srmgtatsd it Catif'rr:ia aria Jiant,ary #, 2015 m€1st Ge a, ;;`he form
as Set fcwh mYrt�ln i,hf.s ju.rsf. There wo no kEe�?tt0 3- ft a Jtlrat P% uB c efe Cff nL c.s ❑ef
fo(fo€v thrs fomom the Ime;y musi ra;rec{ 0ventage by as!rrg a;urar sia,w ronfa;r,r,rg the
correct Wlydnrg cx allaching a separa[e furat form Sdreh as Mrs on& wth loos contain the
orop&t kic7 rl_q. if% a_Idilivr,, the ?10taP'y !rust rcgwr£ an 9w? Or a ir!}ixk;r7 fror7? 'he
docunu,rrt signer regarding Jte fr t,hfarlttra of the cooteiats 3f dire c!xr'MPW. The
doc!ja? nt r^l;St be Srgw'y AF TER R Me o aifF or 3.f`Irrnatloii if the dn-^?;mwyq N.'3S Pl*wouS r
Signed, it must be re -signed in (moot of ire ?10!Eary ,atbfic dui', tog rite; €rrar preC;eSs,
State and county informa:;on must be the state and county Mlore the
document sigrter(s) persrsnal€y appeared heforfl the notary public_
X Date of notarization rn;jst be the date the sigiieT(s) personally
apPaared which must afso be the sarne date tarp- juraf proccss is
completed.
d Print the nama(s) of the doc>urt,erlt signers} Wh3 personally appear at
the firne of notarization.
Signature of the notary public must match the signature on file with the
office of the county clerk.
t ThL notary seal impression rriust be ctear and photographicaN
reproddc,ible. Impression must nest cover text or € ne6. If seai inis,ression
smudges, re -seal if a sufficient ama permits otherwise complete a
different jutat fcrrn'
Addibonal infc�rniation Is not regJred hui could help
to ensure ;his jurat °s not €nisused or attache:d to a
different docuimLw.
s Indicate title or type of attache.[ document, Purnber of
pages and date
N Secrurr #v attach this docriment to tlhe signed doc;nn.ent with a siao.e.
Bid #LMD-20 1-37
Sierra Highway / Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City Project No.LxnQ-20-Z1'g7
City ofSanta C|ahta,California
Proposals must be accompanied by proposal guarantee consisting of certified check' cashier's check
nrB|DDEK's bid bond payable tuthe CITY orcash deposit in the amount not less than ten (10) percent of
the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall,
23920Va|encia Blvd., Santa C|arita' [A41355, Attn: Purchasing, Suite 120' and marked with the words
"BID BOND FOR" and the bid #' no later than the b@ opening date and time, for the BIDDER to be
considered responsive.
NOTE: The following form shall beused incase check accompanies bid.
Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita
for: 1UY4Bid Bond dollars ($________)'this amount being not
less than ten percent (1096)ofthe total amount ofthe bid. The proceeds oythis check shall become the
property of said CITY provided this Proposal shall be accepted by said CITY through action of its legally
constituted contracting authorities, and the undersigned shall fail to execute contract and furnish the
required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned.
ProjectNome: Sierra Highway/ Newhall Ave Park And Ride Lots Exterior Solar Lighting Project
Bid No. LKMD-20-21-37 ^ A
\/ |
`��� |
Pn�ectNo. UNQ-2O'2_,_. -----_��.
Bidder's Signature [/
California Professional Engineering, Inc.
CONTRACTOR/BIDDER
1SOO2San Jose Ave
Address
LaPuente, CAQ174O
City, State, Zip Code
~ Delete the inapplicable work.
NOTE If the bidder desires to use a bond instead of check the following form shall be executed.
The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.
PROPOSAL GUARANTEE BID BOND
Bid #LMD-20-21-37
Sierra Highway / Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City Project No. LMD-20-21-37
City of Santa Clarita, California
KNOW ALL PERSONS BY THESE PRESENTS that California Professional Engineering, Inc. , as BIDDER,
and United States Fire Insurance Company as SURETY, are held and firmly bound unto
the
Ten Percent of the
City of Santa Clarita, as CITY, in the penal sum of Total Bid Amount dollars ($ 10% j, which is ten
percent (10%) of the total amount bid by BIDDER to CITY 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 CITY
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 CITY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
27th Day of
Californi P o
BIDDER: 77
Signature
in�oring, Inc.
Van Nguyen, President
Name and Title of Signatory
20 21
19962 San Jose Ave La Puente, CA 91748
Address
SURETY* t. n4cl dates Fire Insurance
ChNtige Hoang, Attorney -in -Fact
*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. This document must be notarized prior to submittal.
Bidder: Surety: Agent:
California Professional Engineering, Inc. United States Fire Insurance Company The Bond Exchange & Insurance Agency
19062 San Jose Avenue 1100 W Town and Country Rd., Suite 550 24800 Chrisanta Dr., Ste. 160
La Puente, CA 91748 Orange, CA 92868 Mission Viejo, CA 92691
(626) 810-1338 (714) 244-1298
(949) 461-7000
CALIFORNIAL
CERTIFICATE
A notary public or other officer completing this certificate verifies only the identity
of the individual who signed the document to whi.c this cerfificate is attacl,h d,
and not the truthfulness, accuracy, or validity of that doau-neni.
State of California
County of .—Los-Angeles
On July 23, 2021 before me, Diem Chu, Notary Public
personally appeared Van Nguyen
who proved to me on the basis of satisfactory evidence to be the person(&') whose
name(&) isd 4a subscribed to the within instrument and acknowledged to me, that
heis44e4t"-executed the same in his#er t +- authorize capacity(), and that by
hisflier!# t= signature(t) on the instrument the person(), or the entity upon behalf of
which the person(-s) acted, executed the instrument,
I certify under PENALTY OF PERJURY under the imps of the State of California that
the foregoing paragraph is true arid correct. �•�`'tII �yci'r,
i29;-*
rY P06 #22
WITNESS my hand and official seal. w ��
Notary Publ,, Signature iv�taty . t;I iic as=ra , % r40 4/FOR��
ITI NAL OPTIONAL I I 1NSi6.t'c i t(il�"��.1li`t Cs�Il3[ t: riNci -I'MS t tiitNI
13 frF L �l) il, Z•� 1 ,� rJJ .;_ _ 7,° { f ,1 � 3, .i1:7 f,f7,/rC :- �, -., ,lr? .� r,„f , 1-F1; �, l.k; .f'i<F,
DESCRIPTION OF THE ATTACHED DOGUMIENT : (f ,,r 1, � tFL F• � l> l r_:,
t.c f.:. i, z:r't t,l 'f . , r +7�3f ,-rjlri%e t � ,_s _:Jr;r s3�•< -f•, S,'!7"3 1 '31t+ir= f 7i:i�7r'r 'fi3 ;'
,•r•t
,T fe or desujpCior of attachec Cocv ar.- h StrtiC 'o0 rnla€ 11 illu;, ;�c tho S
.at, , al.} (aun1.��€e thC d_, u „",,,
P _ �'zl dk appcarM t-ei'mc the €i -lrp::b1 E t a'.kn i
....... 'Ippca'cd '01Edh
allF.e{7fESIOt10110€s!ti3CnCF��..CE1;11t,iE-t,Q'F;,'ll.e�f}, v °il„yl 17E ttv erl-"C,E{„e�1:,.1[,t,-1l tj?cll�,l it :1€_5ti i.yaei Ea-2I
i
111 of r% - ui pint flay Li € r r Inn 'ii L jppe•]t� %Sj[jj114 ,
}i 1€ t r ilC'i
Pages DoGEIment Date—--_ c,z it i s1o.i icl'€. 4 i €. a i €rrl ,; i 1nolmnl , th4ci,
V, flt,ni thQ €,t (ocoor€it _t m,rtsi k-Ii aj,p.,t, a: thL UIT)e of
ai uL a L>r ts1!t r;t 1�=F 5 : dry c o crP'f anc�ttr,_il i )r€xi [
?�� tiu Tlt�:�: i:�r<� >.�i c r ;r, El c :o,ec:�€ f�1rl:lM_ I i€ �:,� rt�i � •;it<< it tiic .t< ti1�s
lft, Mfla'iiml mae ":"d Lip SY:'jc"C'i.rl: o d:lCunwnl ro':ordtjdg
;x Yit10 C W ;Ird I' IhoTographo.pEi l rt^tll' dot'.I.Ac.
In p c�_s anlw,ol t r trxl <_! }wcs. H ,tui mnp ,'wn m 1t€ i_cs.
u!f7ci s€€ area persa fs, UOjl '6' cnl€lti :i,-_ a'f 1(4rcrt ackr,EM.icaarr;t:rl€. left€r,.
ri c skpmnu: e t,a [€i. ,ii;lr the
the "-(TmltT CICq'L.
Additional INW.cd hot c:lu ' iw< p €o cnts€,rc• tali-;
r,Ci n("A LA'_' tt'x;i i not ;T€zs€.€_ed of" t €4ti--hed (li I t°-€ctit kcu€tleiil.
V' l;iu l'r wla ci stia [.� r10 €alT�rii- i lrll ri°i' ut ar' cs :isri: is€c.
(s',d,i .• th ip' c,l) M d l ;; ,€ic iT ; le , i t i led
c�spi5rah' rT!lxcr_ F€rti €L;1tW til� t€tic. rt., C.:Ia3, li=€', �96:�•.-e°arti.
-� ... ,+ Y', ,. ,, , '� f_ , . .. , . --, s r, .• „� , .. JE.Li 5.i`- fl €t3�i. i�,f� d`.0 :¢Ib?i1 tS I, •� S'@�:Fi Ci. t'i;lC1:lElt';lt :h3ii2 d :i Ext1?Iz,�
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
County of Orange
On MAY 2 7 202
Date
before me, Irene Luong _ , Notary Public,
Insert Name of Notary exactly as it appears on the official seal
personally appeared Christine Hoang
Name(s) of Signer(s)
IRENE L€JONG
Notary Public- California
Orange County a
Commission k 2207169
My Comm. Expires Jul 27, 2021
Place Notary Seal Above
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 hislherltheir signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of
the State of California t�e foregoing p ra>aph is true
and correct. \
Witness my hand ano offic
Signature
OPTIONAL
rene
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of the form to another 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. -
El Individual
❑ Corporate Officer—Title(s):_
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Number of Pages:
Signer's Name
❑ Individual
❑ Corporate Officer—Title(s):
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
POWER OF A"FTORNFY
UNITED STATES FIRE INSURANCE COMPANY
i PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY
07626
KNOW ALL MEN i31' 7'I-IFSF: PRE'SF:,'STS: fltat United States Fire Insurance Company, a corporation duly organized and existing under the laws uftlse I
state o f Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint:
Yung T. Muliick, James W. Moilanen, Irene L.uong, P. Austin Neff. Emilie George, Christine Hoang, Danielle Hanson
each, its true and lawful Attorney(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver. Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States
Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the
regularly elected officers of United States fire Insurance Company at its principal office, in amounts or penalties not exceeding: Fifty Million
Dollars (S50,000,000). i
Fhis Power of Attorney limits the act ofthose named therein to the bonds and undertakings specifically named therein, and they have no authority to
bind United States Fire Insurance Company except in the manner and to the extent therein stated. [
I
This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 31. 2022.
i This Power of Attorney is granted pursuant to Article IV of the By-Lavvs of linited States Fire Insurance Company as now in full force and effect,
and consistent with Article [if thereof, which Articles provide, in pertinent part:
Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any
Vice -President, any Assistant Vice President.. the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation:
(a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and
documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings.
recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages,
E releases, satisfactions and agency agreements',
(b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the
seal of the Corporation.
k
Article 111, Officers.. Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds,
guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance
issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if mid as authorized by the Board of
Directors, dividend warrants or checks, or other numerous instruments similar to one another in form.. may be signed by the facsimile signature
or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign
such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of
any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be
such at the time when such instruments shall be issued. i
I
IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and
its corporate- seal hereunto affixed this 10€€' day of March, 2016.
INITED STATES FIRE INSURANCE COMPANY
i
Anthony R. Slimowicz, President
State of New Jersey)
County of Morris )
On this 101' day of March 2016, before me, allolary° public ofthe State ofNew Jersey, came the above named officer of United States Fire
Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing
instrument and affixed the seal of tin€ted States Fire Insurance Company thereto by the authority ofhis office.
SONIASC:ALA
NOTARY PUBLICOFNEWJERSFY Sonia Scala (Votary Public)
tilt CO MISSION EXPIRES3125/2024
No.2163686
1, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Po,,ver ofAttornev ofwhicb
the foregoing is a full, true and correct copy is still in force and effect and has not been revoked.
kIN WITNESS NVIIEREOF, 1 have hereunto set my hand and affixed the corporate seal ol'United States Fire Insurance Company on the27cu day
of May 20 21
{ UNITED STATES FIRE INSURANCE COINI PANV
mo
Peter M. Quinn. Senior Vice ]'resident
Sierra Highway / Newhall Ave Park and Ride Lots Exterior Solar Lighting Project
City ofSanta Cbhta, California
California Professional Engineering, Inc.
This proposed subcontractor x«»xx»»«xx» hereby certifies
that bhas �____,has not pa�idpatedinaprevious contract orsubcortmcisub)ec tothe equal
opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has x has not
, filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal
Government contracting or administering AGENCY, or the former President's Committee on Equal
Employment Opportunity, all reports that are under the applicable filing requirements.
By:
Title: President
Date: 07/26/2021
Note: The above certification is required by the Equal Employment Opportunity of the Secretary of
Labor (41 [TR 60'1J(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 nrtheir
implementing regulations.
Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract
nrsubcontract subject to the Executive Orders and have not filed the required reports should note that 41
CFR 60-13(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report
covering the delinquent period or such other period specified by the Federal Highway Administration or by
City of Santa Clarita, California
The bidder under penalty of perjury, certified that except as noted below, he/she orany person associated
therewith |nthe capacity ofowner, 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 aproposed 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 past10yeao.
If there are any exceptions to this certification, insert the exceptions in the following space.
N/A
Exceptions will not necessarily result in denial of award but will be considered in determining bidders'
responsibility. For any exception noted above, indicate below 1uwhom it applies, initialing AGENCY, and
dates ofaction.
N/A
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.