Loading...
HomeMy WebLinkAbout2022-03-22 - AGENDA REPORTS - 2017 18 HWY SAFETY IMPROV PGM PROJ M0121O Agenda Item: 8 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: A,1 DATE: March 22, 2022 SUBJECT: 2017-18 HIGHWAY SAFETY IMPROVEMENT PROGRAM CITYWIDE GUARDRAIL PROJECT, PROJECT MO121 -APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2017-18 Highway Safety Improvement Program Citywide Guardrail Project, Project MO121. 2. Award a construction contract for the 2017-18 Highway Safety Improvement Program Citywide Guardrail Project, Project M0121 to C & W Construction Specialties, Inc., in the amount of $773,591 and authorize a contingency in the amount of $77,359, for a total contract amount not to exceed $850,950. 3. Extend the current contract and authorize an increased expenditure authority for construction support services for the 2017-18 Highway Safety Improvement Program Citywide Guardrail Project, Project MO121 with Kimley-Horn and Associates, Inc., in the amount of $44,924 and authorize a contingency in the amount of $4,493, for a total amount not to exceed $49,417. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The 2017-18 Highway Safety Improvement Program (HSIP) Citywide Guardrail Project, Project MO121, is a grant -funded project that will upgrade guardrails and apply guardrail end treatments to meet the current Federal Highway Administration guidelines at 26 locations throughout the City of Santa Clarita (City). The selected locations are along the following major roadways: Page 1 Packet Pg. 129 O Bouquet Canyon Road, Whites Canyon Road, Via Princessa, Soledad Canyon Road, Sand Canyon Road, Magic Mountain Parkway, and Railroad Avenue. All locations are along major arterial roadways that have posted speed limits of 45 to 50 mph. This project exemplifies the City's commitment to maintaining the safety, quality, and value of our public infrastructure, and is a component of the Sustaining Public Infrastructure theme of the City's five-year strategic plan, Santa Clarita 2025. Construction Solicitation Process An invitation to bid for the 2017-18 HSIP Citywide Guardrail Project, Project MO121, was published twice, on January 11 and 18, 2022, and notification of the bid was posted on the City's website. The bid specifications were downloaded by 19 vendors and one bid was submitted and opened by Purchasing on February 14, 2022. The results of the bid are shown below: Company Location C & W Construction Specialties, Inc. Ventura, CA Bid Amount $773,591 Due to the volatile bidding environment and high construction activity throughout Southern California, the City continues to receive fewer bids on projects at higher cost. Staff recommends awarding the construction contract to C & W Construction Specialties, Inc., the lowest responsive bidder. C & W Construction Specialties, Inc., possesses a valid Class A State Contractor's License and is in good standing with the Contractors State License Board. The contractor's bid has been reviewed for accuracy and conformance to the contract documents and was found to be complete. The requested construction contingency will cover the cost of unforeseen site conditions, such as potential utility conflicts, abandoned utilities not shown in record drawings, and additional work requested by the City. Construction Design and Support Services The City Council awarded a design contract for a total amount not to exceed $161,463 to Kimley-Horn and Associates, Inc., (Kimley-Horn) at the April 24, 2018, City Council meeting. Kimley-Horn was selected through a request for proposal process and is the Engineer of Record for the 2017-18 HSIP Citywide Guardrail Project. In order to provide appropriate construction and design support throughout the construction period, it is recommended that the existing contract amount with Kimley-Horn be increased by a total of $49,417, including contingency. This increase will allow Kimley-Horn to provide construction support at regular meetings, review submittals, respond to requests for information, and address design issues as the project is constructed. The remaining project funds will provide for all anticipated project administrative costs, including staff time, public works inspections, materials testing, environmental support, and labor compliance monitoring. Page 2 Packet Pg. 130 O ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in the 2017-18 HSIP Citywide Guardrail Project expenditure account M0121229-516101 to support the recommended contracts and project administrative costs. ATTACHMENTS Location Map Bid Proposal for C & W Construction Specialities, Inc. (available in the City Clerk's Reading File) Proposal for Kimley-Horn and Associates, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 131 '°'I /& sa uid M o �x x x\ poqS *� x AlNnoo Sol LxJX x r-x x �x x S3l3oNd� .�r XdllHdlol X 30 Allo X l I � I Vx �x X x+� d1NVS ?x x� daaM o " +� X I XLx puoS z — m uo! uoG OD PDO�j *1 � x � O IR Lu co U w � X `i'I �° O —A7 rx LLIJ= Z N �c� IX I x rx — X X X a0 x j o uos �, �'o X ' OJX� � X x x xJ— a� ° I c..� ¢i o O x can a� (D as Q�ij so i� x X o�scn v' �a aao Rd. X u�G sa�!gm °1 a ouiaa�o� a�up c�° x X �� N\ x S ci ° C IX�x I bow Glen �r \��� x I �, Rain I � b x X\ l x °' -/ M �j d Gal �jy \ a a I G �aagod 'D �� X 0 I pie Q :s � I/o X Eluether � J �, R a M. x x °' Golden o�qj ' Q O 04-1 cy DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 PROPOSAL FORM Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based ,upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. if this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to 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 of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the 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. C & W Construction Specialties, Inc Company Name: Company Address: 2419 Palma Drive Ventura, CA 93003 Phone: (805) 642-0204 Email: ericm@cwcs.us By: Eric Marksberry Print Nome Title: Sr. Project Manager/Lead Estimator Signature: Date: 02/01 /2022 Citywide Guardrail Upgrade REBID Estimated Contract Value ($790000) Total Awarded Value $ 0.00 Project 1 Project 1 General (Bid Schedule) General (Bid Schedule) Code Description Code Quantity Price Total Cost Bid Rank 1 Traffic Control Lump -Sum 1 1 195000 195000 1 2 Implementation of Best Management Practices Lump -Sum 2 1 57307 57307 1 3 Mobilization Lump -Sum 3 1 50403 50403 1 4 Remove existing guardrail Linear Foot/Feet 4 1130 8.4 9492 1 5 Remove existing end terminal Each 5 9 985 8865 1 6 Remove and replace asphalt concrete and crushed Square Foot/Feet 6 35 469 16415 1 aggregate base 7 Remove 4" PCC sidewalk or curb ramp Square Foot/Feet 7 546 40 21840 1 8 Remove existing PCC curb and gutter Linear Foot/Feet 8 35 450.5 15767.5 1 9 Remove posts cast in concrete Each 9 34 161 5474 1 10 Reset existing metal beam guardrail Linear Foot/Feet 10 38 65.6 2492.8 1 11 Remove and reconstruct wood block out and bolts Linear Foot/Feet 11 300 19.7 5910 1 12 Raise existing end terminal Each 12 1 507 507 1 13 Remove bridge rail transition Each 13 3 430 1290 1 14 Replace existing wood post with strengthened post for Each 14 1 610 610 1 bridge transition 15 Remove temporary asphalt concrete Square Foot/Feet 15 18 38 684 1 16 Remove sensor pole and foundation Each 16 1 4135 4135 1 17 Remove lodge -pole fencing Linear Foot/Feet 17 40 15.35 614 1 18 Remove and replace existing sign(s) on new post(s) Each 18 3 633 1899 1 19 Strengthened Midwest Guardrail system for a fixed Each 19 1 4895 4895 1 object 20 Midwest Guardrail with wood posts Linear Foot/Feet 20 1520 49 74480 1 21 Concrete vegetation control Square Foot/Feet 21 890 74 65860 1 22 Metal beam guardrail to Midwest guardrail system Each 22 16 1958 31328 1 transition. 23 Non thrie-beam bridge rail Each 23 3 2415 7245 1 24 Long span nested guard railing Each 24 7 2605 18235 1 25 31" In -line terminal system end treatment (MSKT-MGS- Each 25 14 3805 53270 1 W) 26 End anchor assembly (SFT-Caltrans RSP A771­11) Each 26 7 1187 8309 1 27 End anchor assembly (SFT-Caltrans RSP A77S1) Each 27 12 1187 14244 1 28 City's modified Vermont end terminal Each 28 8 2000 16000 1 29 Tapered end terminal (SRT) Each 29 2 3500 7000 1 30 Reconstruct existing I-beam, metal plate, assembly, & Each 30 1 500 500 1 appurtenances 31 Cast guardrail post in concrete Each 31 3 445 1335 1 32 8" curb and 24" gutter Linear Foot/Feet 32 47 420 19740 1 33 4" PCC sidewalk Square Foot/Feet 33 564 39 21996 1 34 Half tree grate Each 34 1 3000 3000 1 35 6" Thermoplastic Caltrans Striping Detail 27B Linear Foot/Feet 35 350 1.75 612.5 1 36 8" Thermoplastic Caltrans Striping Detail 38A Linear Foot/Feet 36 75 3 225 1 37 Thermoplastic legend (BUS ONLY) Each 37 1 350 350 1 38 Set guardrail back 4" from curb Linear Foot/Feet 38 707 35 24745 1 39 Install lodge -pole fencing Linear Foot/Feet 39 40 37.9 1516 1 Group Total : $ 773590.80 Project Total : $ 773590.80 DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (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. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. 2. 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 do not in any 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 in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the 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 to a given loss, shall be available to City. 3. 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. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. H. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under 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 the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide Aan occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor,and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions mustbedeclared toandapproved-by-the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Reauirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours, of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Risk Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: L �— Date: 02/01/2022 Printed Name: Eric Marksberry DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa C'larita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION 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 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: Eric Marksberry Business Address: 2419 Palma Drive, Ventura, CA 93003 Telephone No.: _(805) 642-0204 State CONTRACTOR's License No. & Class: 256795 (A, C13) DIR No.: 1000007135 - Original Date: 01/2015 Expiration Date: 06/30/2022 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 Steven Bennett, President - 2419 Palma Drive, Ventura CA 93003 Myrna Bennett, Secretary - 2419 Palma Drive, Ventura CA 93003 Laurie Bennett, Asst. Secretary - 2419 Palma Drive, Ventura CA 93003 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint venture are as follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this February,day of 01 2022 . BIDDER: (iv -- Signature Eric Marksberry, Sr. Project Manager/Lead Estimator Name and Title of Signatory Eric Marksberry _ Legal Name of Bidder 2419 Palma Drive, Ventura, CA 93003 Address 805 642-0204 Telephone Number 95-2564663 Federal Tax I.D. No. This document must be notarized prior to submittal. CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Ventura On February 8, 2022 before me, Daniel Alexander Payan, Notary Public Date Here Insert Name and Title of the Officer personally appeared Eric E. Marksberry Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(st)"whose name(§.Yis/are subscribed to the within instrument and acknowledged to me that he/sha/they executed the same in his/her -/their authorized capacity s); and that by his/harAheir signature)" on the instrument the personO, or the entity upon behalf of which the person (0acted, executed the instrument. yt•.°,Jyf DANIEL ALEXANDER PAYAN = Notary Public - California �- - Ventura County r ` . Commission # 2266230 My Comm. Expires Dec 5, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. >� Signature 1/ ) Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bidder's Information and Certification Document Date: February 1, 2022 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Eric E. Marksberry ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator 91 Other: Sr. Project Manager/Estimator Signer is Representing: c a wConstruction Specialties, Inc. Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: CJ YY . .. .. ii.xy..,. .:.: '." v ?W';a.:Vi'Ya .:Y;dt,' '.. •'.. ., fj•^•-..•5. 4'." .. y.1:.:+;..�;< Z. (02018NationalNotary • • DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 BIDDER'S QUESTIONNAIRE Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California 1. Submitted by: Eric Marksberry Telephone: (805) 642-0204 Principal Office Address: 2419 Palma Drive, Ventura, CA 93003 2. Type of Firm: U C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 10/08/1968 State of Incorporation: California President's Name: Steven Bennett Vice -President's Name: Justin Bennett Secretary or Clerk's Name: Myrna Bennett Treasurer's Name: Steven Bennett 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California 4. Name of person holding CONTRACTOR'S license: Steven Bennett License number: 256795 Class: A, C13 Expiration Date: 07/31/2023 D.I.R. Registration # 1000007135 5. CONTRACTOR's Representative: Eric Marksberr Title: Sr. Proiect Manager/Lead Estimator Alternate: Daniel Pavan Title: General Manager 6. List the major construction projects your organization has in progress as of this date: A. 05-ON7AU4 - Segment 4A, Carpinteria: Construct HOV lanes and rehabilitation - owner: California Deparment of Transportation Project Location: Highway 101, Carpinteria, CA Type of Project: Guardrail and Fencing B. 05-ON72U4 - Segment 4B, Summerland: Construct HOV lanes and rehabilitation owner: _California Deparment of Transportation Project Location: Highway 101, Summerland, CA Type of Project: Guardrail and Fencing C. Athos I Perimeter Fencing owner: IP Athos, LLC Project Location: 25250 Rice Road, Desert Center CA 92239 Type of Project: Install Solar Field Fencing DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California 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 priorto the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. �,,.,6 Eric Marksberry, Sr. Project Manager/Lead Estimator BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 DESIGNATION OF SUBCONTRACTORS Bid # ENG-21-22-MO121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarito, 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 ofY2 of 1 percent, or $10,000 (whichever is greater) ofthe 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 DIR Registration No.* Dollar Value of Work Total Barricade Service, Inc. 1000007525 $195,000.00 Age of firm: DBE: Yes No Annual Gross Receipts: 18 years Certifying Agency: $3,000,000.00 Location and Place of Business 701 E Ventura Blvd., #1266, Oxnard, CA 93036 Bid Schedule Item No's: Description of Work 1 Traffic Control Lane Closures and Flaggers License No. Exp. Date: 10/ 31 /2023 Phone ( ) 826823 (805) 485-0345 Subcontractor DIR Registration No.* Dollar Value of Work Granite Construction 1000000085 $115,783.50 Age of firm: DBE: Yes No Annual Gross Receipts: 100 years Certifying Agency: $2,337,425,000.00 Location and Place of Business 213 E. Columbia Way, Palmdale, CA 93535 Bid Schedule Item No's: Description of Work 1, 3, 6, 7, 8, 15, 32, 33 Asphalt & Concrete Remove and Replace License No. Exp. Date: 05 /31 /2023 Phone ( ) #89 (661) 726-4447 Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: DBE: Yes No Annual Gross Receipts: Certifying Agency: Location and Place of Business Bid Schedule Item No's: Description of Work Road Striping License No. Exp. Date: / / 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 ofthe 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 ofthis section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 ofthe Business and Professions Code or by Section 10164 or 20103.5 ofthe Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 ofthe Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) ofthe California Labor Code. DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 REFERENCES Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a 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: 1 County of Ventura - 800 S. Victoria Street, Ventura, CA 93009 Name and Address of Owner / Agency Kevin Chrisman - (805) 340-1966 Name and Telephone Number of Person Familiar with Project $65,000.00 Annual MSA Guardrail & Fence Repair Ongoing Contract Amount Type of Work Date Completed County of Kern - 2700 M Street, Bakersfield, CA 93301 Name and Address of Owner / Agency Eduardo Lopez- (661) 203-1408 Name and Telephone Number of Person Familiar with Project $19,640.00 Guardrail Repair 08/30/2021 Contract Amount Type of Work Date Completed 3. City of Santa Clarita, 23920 Valencia Blvd., Suite 300, Santa Clarita, CA 91355 Name and Address of Owner / Agency Dan March - (661) 294-2544 Name and Telephone Number of Person Familiar with Project $45,000.00 Annual MSA Guardrail & Fence Repair Ongoing Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: Tolman & Wiker Insurance Services, LLC / Fidelity and Depost Company of Maryland DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. No Exceptions Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. The Contractor further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department/agency. 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. Bidder: _�, E _ Signature Title Eric Marksberry, Sr. Project Manager/Lead Estimator DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California This bidder Eric Marksberry , proposed subcontractor , hereby certifies that it has X , has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that 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. Company: C & W Construction Specialties, Inc. Title: Sr. Project Manager/Lead Estimator Date: 02/01 /2022 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 BUY AMERICA CERTIFICATION - (STEEL OR MANUFACTURED PRODUCTS) [61 FR 6302, Feb. 16, 1996, as amended at 74 FIR 30239, June 25, 20091 Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California General Requirement (as stated in 49 CFR 661.5) (a) Except as provided in 49 CFR 661.7 and 49 CFR 661.11, no funds may be obligated by FTA for a grantee project unless all iron, steel, and manufactured products used in the project are produced in the United States. (b) All steel and iron manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel additives. (c) The steel and iron requirements apply to all construction materials made primarily of steel or iron and used in infrastructure projects such as, transit or maintenance facilities, rail lines, and bridges. These items include, but are not limited to, structural steel or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or iron used as components or subcomponents of other manufactured products or rolling stock, or to bimetallic power rail incorporating steel or iron components. (d) For a manufactured product to be considered produced in the United States: (1) All of the manufacturing processes for the product must take place in the United States; and (2) All of the components of the product must be of U.S. origin. A component is considered of U.S. origin if it is manufactured in the United States, regardless of the origin of its subcomponents. If steel, iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each bidder or offeror in accordance with the requirement contained in 49 CFR 661.13(b). Certificate of Compliance with Buy America Requirements. The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1), and the applicable regulations in 49 CFR part 661. Company C & W Construction Specialties, Inc. Name Eric Mark/sberrry� Title Sr. Project Manager/Lead Estimator � E / Signature_ I_ _ _Date 02/01 /2022 DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 Certificate of Non -Compliance with Buy America Steel or Manufactured Products Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 5323(j)(2), as amended, and the applicable regulations in 49 C.F.R. 661.7. Company Name Titl Signature _ _Date, DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTOR/SUPPLIER/BROKER/TRUCKER IFB NO: IFB TITLE: Name of Prime bidder's firm: C & W Construction Specialties, Inc. Address: 2419 Palma Drive City: Ventura Name of DBE firm: Address: State: CA Zip: 93003 Total Barricade Service Inc City: Oxnard State: Ca Zip: 93031 Telephone: 805-485-0345 Description of work to be performed by DBE firm: Flaggers The bidder is committed to utilize the above -named DBE firm for the work described above. The dollar value of this work $ $95,000.00 The percentage value of this work (in comparison to the total contract value) % 1 ?% Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as stated above By _ 49Q� ed U ec�ti Title President If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and void. DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application ❑ a. initial b. grant b. initial award ❑ b. material change c. cooperative agreement c. post -award d. loan For Material Change Only: e. loan guarantee year quarter f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime � Subawardee Tier , if known Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: 9. N/A 10. Name and Address of Lobby Entity (If individual, last name, first name, MI) 12. [it] 15. Congressional District, if known Federal Program Name/Description: CFDA Number, if applicable Award Amount, if known: 11. Individuals Performing Services (including address if different from No. 10) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) Amount of Payment (check all that apply) 14. Type of Payment (check all that apply) S actual planned a. retainer b. one-time fee Form of Payment (check all that apply): c. commission ea. cash d. contingent fee b. in -kind; specify: nature a deferred Value f. other, specify Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: YesEl No 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. print Name: Eric Marksberry 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject Title: Sr. Project Manager/Lead Estimator to a civil penalty of not less than $10,000 and not more than (g05) 642-0204 $100,000 for each such failure. Telephone No.: Federal Use Only: Standard F.— T.T.1. Rev Distribution: Orig- Local Agency Project Files Date:02/01 /2022 Authorized for Local Reproduction Standard Form - LLL Page l LPP 13-01 May 8, 2013 DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT 1. Local Agency: City of Santa Clarita 2. Contract DBE Goal: 10% 3. Project Description: Citywide Guardrail Upgrade REBID 4. Project Location: Various Locations 5. Bidder's Name: C & W Construction Specialties, Inc. 6. Prime Certified DBE: ❑ 7. Bid Amount: $773,590.80 8. Total Dollar Amount for ALL Subcontractors: $314,706.50 9. Total Number of ALL Subcontractors: 3 10. Bid Item Number 11. Description of Work, Service, or Materials Supplied 12. DBE Certification Number 13. DBE Contact Information (Must be certified on the date bids are opened) 14. DBE Dollar Amount 1 - Flaggers 40940 Total Barricade Service, Inc. 701 E Ventura Blvd., #1266, Oxnard, CA 93036 $95,000.00 (805) 485-0345 Local Agency to Complete this Section upon Execution of Award 95,000.00 21. Local Agency Contract Number: 15. TOTAL CLAIMED DBE PARTICIPATION 22. Federal -Aid Project Number: HSIPL-5450(094) 12% 23. Bid Opening Date: IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above must be consistent, 24. Contract Award Date: 25. Award Amount: where applicable with the names and items of the work in the Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. "Subcontractor List" submitted with your bid. Written confirmation of each lfisted DBE 7issrequired. _ , I 02/14/2022 26. Local Agency Representative's Signature 27. Date 16. Preparer's Signature 17. Date Eric Marksberry (805) 642-0204 28. Local Agency Representative's Name 29. Phone 18. Preparer's Name 19. Phone Sr. Project Manager/Lead Estimator 30. Local Agency Representative's Title 20. Preparer's Title DISTRIBUTION: 1. Original - Local Agency 2. Copy - Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de -obligation of federal funds on contract. 3. Include additional copy with award package. LPP 18-01 Page I of 3 January 2019 45ANrAc{ � 9 Ci ♦� °yOEO �s uecEn a^9Y, Addendum No. 1 BID # ENG-21-22-MO121 Citywide Guardrail. Upgrade REBID Addendum No.1 January 19, 2022 This addendum must be acknowledged via BidNet and should be included with the bid response. I. CATEGORY CODE UPDATE The purpose of this addendum is to update the category codes associated with this bid notification. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. L[ 2�� - 01 /27/2022 Contractor's Representative Date C & W Construction Specialties, Inc Company Name BID # ENG-21-22-MO121 Addendum No. 2 January 27, 2022 Addendum No. 2 BID # ENG-21-22-MO121 REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) Citywide Guardrail Upgrade REBID This addendum must be acknowledged via BidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on January 26, 2022 beginning at 10:00 AM. The meeting was located at via Zoom. Attending Staff: • Julia Regan — Project Manager, Public Works • Danielle Marquez — Buyer, Administrative Services • Taylor Porvin — Administrative Analyst, Public Works • Dan Duncan — Environmental Administrator, Public Works • Amy Weight — Office Assistant, Public Works • Evelyn Glasgow —Administrative Analyst, Public Works • Erven Jaramilla — Senior Engineer, Public Works • Yiota Georgalis — Project Engineer from Kimley Horn Attending Vendors: • Eric Marksberry, C&W Construction Specialties Inc. Meetinq Agenda Details: 1. Welcome / Introductions — Julia • Thank you for interest • Being recorded • Introductions: Design Team & City Staff and Contractors • Intent of Meeting o Informational — Ask questions as you have them. o Questions are due before 11 am on Wednesday, February 2. o Bid closing is before 11 am on Monday, February 14. BID # ENG-21-22-MO121 REBID OF SANTA O� G�OF�i34ECL•EO��, Addendum No. 2 January 27, 2022 2. Bidding Guidelines — Danielle 2.1 Recommend everyone submits before the deadline to ensure all questions are answered and to ensure everything is submitted before the deadline. 2.2 Meeting Minutes to be posted online as an addendum. 2.3 Any questions after today's meeting can be posted online via BidNet on the Questions & Answers portal, or Danielle Marquez can be contacted directly. 2.4 Make sure to go through to ensure all documents are included — please refer to the document checklist to confirm everything required is included. 3. Labor Compliance — Taylor 3.1 Contractors won't be able to bid unless they are currently registered with the DIR. 3.2 Prevailing Wage and Apprenticeship Requirements are required for this project. 3.3 Prevailing Wage will be based on the current wage determinations. 4. Schedule, Phasing, Working Days, Traffic Control —Julia 4.1 Scheduled to be awarded at March 22 CC Mtg. Currently expect construction to begin in April, 2022 4.1.1 Anticipate awarding at March 8 or March 22 City Council meeting. 4.1.2 Pending procurement, we anticipate starting in April, 2022. 4.2 Working hours as noted in plans and specs. Traffic control hours per each location. 4.2.1 There are multiple locations and traffic hours may very per location 4.3 Working days 20 days for Part 1 NTP 65 days for Part 2 NTP 4.3.1 Part 1 NTP for Submittals / Pre -Construction work 4.3.2 Part 2 NTP for Construction 4.4 Coordination with City overlay projects and others 5. Federal Funding — Julia 5.1 Project is Federally funded through FHWA with Caltrans oversight. 5.1.1 All federal processes will be followed. 5.1.2 All federal forms will be required. 5.1.2.1 The City of Santa Clarita is audited by Caltrans 5.1.2.2 Be aware of all documents listed in the bid package and their due dates. 5.2 DBE Goal is 10% 5.2.1 Will be utilizing the Caltrans review process. 5.2.2 Bidders should do everything in their power to meet the Goal. 5.2.3 Recommend that ALL bidders prepare and submit a good faith effort, due within 4 days of bid opening (even if you meet the goal). 5.3 Buy America 5.3.1 ALL Steel and Iron being installed will need to meet all Federal Buy America requirements, as outlined in Federal -Aid Contract language. 5.3.1.1 If there are any questions on Federal Buy America, please submit them so that we can address them. BID # ENG-21-22-MO121 REBID Addendum No. 2 January 27, 2022 5.4 Materials Testing / Quality Assurance 5.4.1 The City uses a Quality Assurance Program, which is included in the bid documents. 5.4.2 City may be hiring a firm to perform materials testing and quality assurance. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. - L � 29,� 01 /27/2022 Contractor's Representative Date C & W Construction Specialties, Inc Company Name BID # ENG-21-22-MO121 REBID Addendum No. 3 February 8, 2022 Addendum No. 3 BID # ENG-21-22-MO121 City Project No. M0121 Citywide Guardrail Upgrade REBID This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. UPDATED FEDERAL WAGE RATES Please see the attached updated Federal Wage Rates ;or this project. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 02/09/2022 Contractor's Representative Date C & W Construction Specialties, Inc. Company Name BID # ENG-21-22-MO121 DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 PROPOSAL GUARANTEE BID BOND Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that Fidelity and Deposit Company of Maryland C&W Construction Specialties, Inc., as BIDDER, and as SURETY, are held and firmly bound unto the Cityof Santa Clarita, as CITY, in the penal sum of Ten Percent ofBid dollars 10% of Bid o p ($ ), 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 21 st Day of January 20 22(2\. CONTRACTOR: Name and Title of Signatory ISignature v C&W Construction Specialties, Inc. Legal Name of Bidder 2419 Palma Drive Ventura, CA 93003-5731 Bidder Address 805)642-0204 Telephone Number Federal Tax I.D. No. SURETY*: Fidelity and Deposit Company of Maryland Name i'~�J. Mike Nielshenker, 166rne 213-270-0716 paul.wickersham@zurichna.com Paul Wickersham Phone Number and Email 777 S. Figueroa St., Suite 3900 Los Angeles, CA 90017 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone 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. In Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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: County of California Ventura On 1/21/2022 before me, Susana G. Rodriquez, Notary Public, personally appeared Mike Melshenker who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PERJURY under the laws of The State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SUSANA G. RODRIGUEZ CO #2324411 z 0 W Notaryy Public - California o w�.� � Ventura County L M Comm. Expires Mar, 15, 2024 Signature of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) ❑PARTNERS ❑LIMITED ❑GENERAL ®ATTORNEY -I N-FACT - ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Mike MELSHENKER, Joni Marie BOOLE, Kip KELLER, Shirley RHOADS, Achara TRUJILLO, Barbara L. AYERLE, Ronald F. COSSA, Cynthia GONZALEZ, Jessica Blanchard, Donna ONG, Stacy MALDONADO and Shaun KELLY, all of Bakersfield, California, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3rd day of January, A.D. 2020. ray lt�,iLg�.,ss w� ucra#, ci�9lilt�j�.L,, 8SALa, � wnw iS� ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 3rd day of January, A.D. 2020, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, RobertD. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public '•ryi;.Jti;; P.\ 11111iI1iit�� My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revolve any such appointment or authority at any time. CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in fall force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By - Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 21st day of January 2022 By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.renortsfelaimsrd,zurichna.com 800-626-4577 01_ DocuSign Envelope ID: 47B7B4F5-22264612-AC07-B52835EB77E3 PROPOSAL GUARANTEE BID BOND Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that C & W Construction Specialties, Inc. , as BIDDER, and Fidelty and Deposit Company of Maryland as SURETY, are held and firmly bound unto the Ten percent of bid 10% of Bid o City of Santa Clarita, as CITY, in the penal sum of dollars ($ ), 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 21 st CONTRACTOR: SURETY*: Day of :.1anuay �zo 22 % Bennett Secretary Name and Title of Signatory ' I SignatllJ e C & W Construction Specialties, Inc. � Legal Name of Bidder 2419 Palma Drive, Ventura, CA 93003-5731 Bidder Address (805) 642-0204 95-2564663 Telephone Number Federal Tax I.D. No. Name Phone Number and Email Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone 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. CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 rft'. •�L.^ ',ry aF. c%' •�Fzi-i�luYS.:Fua+Y^ i ..i-'^:2iv.r •'•:n:•��••�i. :•,�+ "�i...' r� 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 Ventura On February 17, 2022 before me, Daniel Alexander Payan, Notary Public Date Here Insert Name and Title of the Officer personally appeared Laurie Bennett Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)-whose nameja)-is/are subscribed to the within instrument and acknowledged to me that'he/she/they executed the same in .li+s/her/their-- authorized capacity(ies), and that by.his/her/theif signature on the instrument the person, or the entity upon behalf of which the personlsj acted, executed the instrument. DANIELALEXANDER PAYAN Notary Public - California Ventura County n Commission N 226623U My Comm. Expires Dec 5, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature y Stignature of N terry Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Personal Guarantee Bid Bond Document Date: January 21, 2022 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Laurie Bennett X Corporate Officer— Title(s): Smarr .terry ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: C&wConstruction specialties, Inc. Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: - ©2018 National Notary Association DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) 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. DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 NON -COLLUSION AFFIDA' Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) Eric Marksberry being first duly sworn deposes and says that he/she is the Sr. Project Manager/Lead Estimator (sole owner, a partner, president, etc.) of C & W Construction Specialties, 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: � L �"i✓��� Signature Title Sr. Project Manager/Lead Estimator This document must be notarized prior to submittal. CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 R See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) 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 Ventura DANIEL ALEXANDER PAYAN Notary Public • California '"•+-"� - Ventura County Commission # 2266230 My Comm. Expires Dec 5, 2022 Place Notary Seal and/or Stamp Above Subscribed and sworn to (or affirmed) before me on this 8th day of February , 20 22 by Date Month Year (1) Eric E. M (and (2) / ), Namef') ofSigner(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature/` I\ Signatur ' of Not ry Public r.1.1 i r.Vt"1 Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Non -Collusion Affidavit February 8, 2022 Signer(s) Other Than Named Above: ....Ai ...... C2017 National• • • Number of Pages: 2 DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 Local Assistance Irroceaures Ivlanual Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non -DBE) - Part 1 As of March 1, 2015 Contractors (and sub -contractors) wishing to bid on public works contracts must be registered with the State Division of Industrial Relations and certified to bid on Public Works contracts. Please register at https://www.dir.ca.gov/Public-Works/Contractor- Reg istratio n.html. The local agency will verify registration of all contractors and subcontractors on public works projects at bid and thereafter annually to assure that yearly registration is maintained throughout the life of the project. In accordance with Title 49, Section 26.11 ofthe Code of Federal Regulations, and Section 4104 of the Public Contract Code of the State of California, as amended, the following information is required fro each sub -contractor who will perform work amounting to more than one half of one percent (0.5%) of the Total Base Bid or $10,000 (whichever is greater). FEDERAL PROJECT NUMBER: Photocopy this form for additional firms. HSIPL-5450(094) Subcontractor Name&Location Line Item & Description Subcontract Amount Percentage of Bid Item Subcontracted Contractor License Number DBE (Y/N) DBE Cert Number Annual Gross Receipts DIR Reg Number NAME 1 - Traffic Control $195,000.00 100% 826823 Y 40940 <$1 million otal Barricade Service, Inc. X < $5 million < $10 million City, State 1000007525 < 15 million Oxnard, CA Age of in 18 NAME 1,3, 6-7, 8, 15, 32-33 Asphalt & Concrete Remove and Replace $115,783.50 100% 89 N <$1 million Granite Construction <$5million < $10 million City, State 1000000085 X < $15 million Palmdale, CA Age of Firm in years 100 NAME <$1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME 1<$1 million < $5 million < 10 million City, State < $15 million Age of Firm in YEars NAME <$1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME <$1 million < $5 million < $10 million City, State < $15 million Ageof Firm in years NAME V <$1 million < 5 million < $10 million City, State < $15 million Ageof Firm in years NAME f <$1 million V < $5 million < $10 million City, State < 15 mi ion Age of Firm in years NAME <$1 million < $5 million < $10 million City, State < $15 million Age of Firm in years Distribution —Original: Local Agency File; Copy: DLAEw/Award Package Page 1 of 2 September 2021 DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 Local Assistance rroceaures Ivlanual Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non -DBE) - Part 2 In accordance with Title 49, Section 26 of the Code of Fed eral Reg ulation s, the Bid der shall list all subco n tractors who provided a q uote or bid but werenotselected to participate as a subcontractor on this project. Photocopy this form for additional firms. FEDERAL PROJECT NUMBER: HSIPL-5450(094) Subcontractor Name&Location Line Item & Description Subcontract Amount Percentage of Bid Item Subcontracted Contractor License Number DBE (Y/N) DBE CenNumber Annual Gross Receipts DIR Reg Number NAME <$1 million < $5 million < $10 million City, State I< $15 million Age of Firm in years NAME N/A <$1 million < $5 million < $10 million City, State < 15 mi rion Age Df Firm in years NAME <$1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME <$1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME 1<$1 million < $5 million < 10 million City, State < $15 million Age of Firm in YEars NAME 1<$1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME <$1 million < $5 million < $10 million City, State I< $15 million Age of Firm in years NAME <$1 million < 5 million < $10 million City, State I< $15 million Age of Firm in years NAME <$1 million < $5 million < $10 million City, State I< 15 million Age of Firm in years Distribution —Original: Local Agency File; Copy: DLAE w/Award Package Page 2 of 2 September 2021 DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarita, California Granite Construction This bidder proposed subcontractor Com:)anv _ . hereby certifies that it has X has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that 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. Company: Granite Construction Compam By. Title: Robert Sainsbury; Senior Estimator Date: 2/14/2022 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. IIfill.. vo .o�P'o'l�r ti� 4 1922 a ,January ; z `11*I11%%%%%% DocuSign Envelope ID: 47B7B4F5-2226-4612-AC07-B52835EB77E3 EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M0121 Citywide Guardrail Upgrade REBID City Project No. M0121 Federal -aid Project No. HSIPL-5450(094) City of Santa Clarito, California This bidder C&W CONSTRUCTION , proposed subcontractor Total Barricade Service Inc , hereby certifies that it has X , has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that 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. Company: Total Barricade Service Inc i. . 0 Title: President Date: 02-14-2022 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Kimley>»Horn April 16, 2020 Julia Regan, Project Manager Capital Improvement Projects City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, CA 91355 RE: Professional Design Services and Preparation of Plans, Specifications and Estimate for the Citywide Guardrail Upgrade Project — Bidding and Construction Support Amendment Request #3 Dear Ms. Regan, Kimley-Horn and Associates, Inc. (KHA) has completed the Plans, Specifications and Estimates (PS&E) for the referenced project. As requested we are providing this amendment request to continue supporting the project through bidding and construction. This proposal is for Construction Support, which includes continuing to support the project in preparation during advertisement, bidding and through construction. 1) Provide bidding support to the City in preparing, advertising and assessing bid results. This includes providing support to the City in answering bidder inquiries during advertisement. 2) Provide support to the City during the construction of the project. This includes attending meetings, performing site visits, responding to Requests for Information (RFIs), providing plan revisions and assisting with change orders, and providing as -built drawings based on City provided red lines. These services will be provided on a time and materials basis as requested by the City based on the estimated budgets included in the attached spreadsheet of hours totaling $44,924.22. With this amendment in the amount of $ $44,924.22, the total contract value is amended to a not to exceed $206,386.61. We appreciate the opportunity to continue to support this project by providing these additional services and look forward to the successful completion of the project. Please let me know if you have any questions or need any additional information. Sincerely, K(imley-Horn and Associates, Inc. Robert D. Blume, P.E. Project Manager CITY OF SANTA CLARITA CITYWIDE GUARDRAIL UPGRADE PROJECT City Project M0121 / Federal Project HSIPL-5450(094) 197.53% Overhead% Name 197.02% Overhead% w/o FCCM Category/Title 10% Fee% Direct Rate Billing Rate Kimley-Horn and Associates, Inc. J. Fares M. Choi N. Dias P. Georgalis M. Wong Princ in Charge Project Manage QA/QC Professional Analyst Project Support Project Support $82.22 $60.10 $69.72 $41.12 $34.86 $25.74 $21.64 Total KH Hours Total KH Cost $269.05 $196.67 $228.15 $134.56 $114.07 $84.23 $70.81 Task 1: Project Management 0 0 0 0 0 0 0 0 $ Task 2: Preliminary Investigation 0 0 0 0 0 0 0 0 $ Task 3: Design 0 0 0 0 0 0 0 0 $ Task 4 Construction Support 8 20 48 120 86 6 6 294 $ 43,924.22 Bid Support 2 0 4 24 0 0 2 32 $ 4,821.70 Construction Support 4 20 40 72 80 4 2 222 $ 33,427.93 As -built drawings 2 1 0 1 4 1 24 6 1 2 2 40 $ 5,674.60 TOTAL HOURS 8 20 48 120 86 6 6 294 Subtotal Labor: $ 2,152.40 $ 3,933.33 $ 10,951.02 $ 16,146.94 $ 9,810.28 $ 505.38 $ 424.88 $ 43,924.22 Other Direct Costs $ 1,000.00 Subconsultants $ - $ TOTAL COST: $ 44,924.22 Local Assistance Procedures Manual EXHBIT 10-H Cost Proposal Exhibit 10-H Cost Proposal Actual Cost -Plus -Fixed Fee or Lump Sum (Firm Fixed Price) contracts (Design, Engineering and Environmental Studies) Note: Mark-ups are Not Allowed Consultant Kimley-Hom and Associates, Inc. Contract No. HSIPL-5450 Date DIRECT LABOR 6/10/2019 Classification/Title Name Hours Actual Hourly Rate Total Principal in Charge Jean Fares 8 $82.22 $ 657.76 Project Manager 20 $60.10 $ 1,202.00 QA/QC Michael Choi 48 $69.72 $ 3,346.56 Professional Nicole Dias 120 $41.12 $ 4,934.40 Professional 0 $41.84 $ - Analyst Panayiota Georgalis 86 $34.86 $ 2,997.96 Project Support Mitchell Wong 6 $25.74 $ 154.44 Project Support 6 $21.64 $ 129.84 LABOR COSTS a) Subtotal Direct Labor Costs b) Anticipated Salary Increases FRINGE BENEFITS d) Fringe Benefits Rate: 42.14% INDIRECT COSTS I) FCCM Rate: 0.51% h) General and Administrative Rate: 154.88% FEE (Profit) $ 13,422.96 - (see Escalation Cale attached) c) Total Direct Labor Costs [(a) + (b)] $ 13,422.96 e) Total Fringe Benefits [(c) x (d)] $ 5,656.44 g) FCCM [(c) x (f)] $68.46 i) Gen & Admin [(c) x (h)] $20,789.48 j) Total Indirect Costs [(g) + (i)] $ 20,857.94 q) Rate: 10.00% k) TOTAL FIXED PROFIT [(c) + (e) + (i)] x (q) $ 3,986.89 OTHER DIRECT COSTS (ODC) 1) Travel/Mileage Costs (supported by consultant actual costs) $ 1,000.00 m) Equipment Rental and Supplies (itemize) $ - n) Potholing (Taft) $ - o) Subconsultant Costs (attach detailed cost proposal in same format as prime consultant estimate for each subconsultant) $ _ p) Total Other Direct Costs [(1) + (m) + (n) + (o)] $ 1,000.00 TOTAL COST [(c) + (e) + 0) + (k) + (p)] $ 44,924.22 Page 2 LPP 13-01 January 14, 2015