Loading...
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.