HomeMy WebLinkAbout2022-05-24 - AGENDA REPORTS - 2021 22 PASEO BRIDGE MAINT PROJ M0146O
Agenda Item: 8
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:
DATE: May 24, 2022
SUBJECT: 2021-22 PASEO BRIDGE MAINTENANCE AND PAINTING
PROGRAM, PROJECT MO146 - 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 2021-22 Paseo Bridge Maintenance and Painting
Program, Project MO 146.
2. Award the construction contract to Slater Waterproofing, Inc., in the amount of $374,895 and
authorize a contingency in the amount of $37,489, for a total contract amount not to exceed
$412,384.
3. Appropriate one-time funds in the amount of $136,000 from the Landscape Maintenance
District Fund (Fund 357) to expenditure account MO146357-516101.
4. Authorize the City Manager or designee to execute all contracts and associated documents,
subject to City Attorney approval.
BACKGROUND
The annual Paseo Bridge Maintenance and Painting Program addresses necessary repairs to
paseo bridges to maintain them in good serviceable condition. In 2017, inspections were
performed on each of the 34 paseo bridges within the City of Santa Clarita (City) to prepare a
five-year plan to identify the ongoing maintenance and painting needs of the bridges. Each
bridge received an overall condition rating based upon the condition of their major components,
including deck surface, superstructure (all exposed metalwork), substructure (bridge footings and
mounting attachments/bearing pads), and approaches.
Page 1
Packet Pg. 155
O
Fifteen of the 34 bridges have previously been repaired as part of the Paseo Bridge Maintenance
and Painting Program. The 2021-22 Paseo Bridge Maintenance and Painting Program includes
three bridges which are located at Orchard Village Road, north of Mill Valley Road, Valencia
Boulevard, west of Citrus Street, and Copper Hill Drive, east of McBean Parkway, as shown on
the attached location map. These bridges require new joint seals and the application of
methacrylate coating, repair of cracks in the bridge deck, walls, and bearing assemblies, painting,
and other minor work. This project supports the Sustaining Public Infrastructure theme of the
City's five-year strategic plan, Santa Clarita 2025.
An invitation to bid was prepared and posted on BidNet on March 16 and 23, 2022. A total of
two bids were submitted and opened by Purchasing on April 14, 2022. The results of the total
bids, including the bid alternate, are as follows:
Company Location Bid Amount
Slater Waterproofing, Inc. Montclair, CA $374,895
Peterson -Chase General Engineering Construction, Inc. Irvine, CA $581,740
Staff recommends awarding the construction contract to Slater Waterproofing, Inc., the lowest
responsive bidder. This contractor possesses a valid 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 budget appropriation will provide for the bid alternate, which includes painting of
the exterior and underside of the bridges, reducing the need for future maintenance at these
locations.
The total project budget will provide for the construction contract, construction support costs for
labor compliance services, staff oversight, construction engineering, inspection, and project
management. The requested construction contingency will cover the cost of unforeseen site
conditions and additional work required by the City.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Upon approval of the recommended actions, adequate funds will be available in project
expenditure account M0146357-516101 (Landscape Maintenance District Fund) to support the
recommended contract and all anticipated project costs.
ATTACHMENTS
Location Map
Bid Proposal for Slater Waterproofing Inc. (available in the City Clerk's Reading File)
Page 2
Packet Pg. 156
3P
Rd
Area
8.a
`"' `J SANTA CLARITA
Location
Map
per
Drive
Project No.
M0146
Copper Hi�� ��
Bridge Location
N
Santa Clarita Boundary
" e
s C
Aerial photo from LARIAC, Spring 2021.
C
0
The City of Santa Clarita does not warrant
0.5 1 C
the accuracy of the data and assumes no
liability for any errors or omissions.
Miles
_ n
LL_
Date Created: 1/7/2022 Q�pROJECTSW5t220107e1LLocationMapM0146LLorationMapM0146a r
CL
C�
C
V
0
J
r
C
N
E
t
U
M
Q
Packet Pg. 157
DocuSign Envelope ID: 95BE6683-F40E-484MDFG-8G9F5F1655ED
PROPOSAL FORM
Bid #ENG-21-22-M0146
FY 21-22 Paseo Bridge Maintenance & Painting Program
City Project No. M0146
City of Santa Clarita, California
TO THE CITY OF SANTA CLARITA, A5 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 overextended 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: Slater Waterproofing, Inc.
Company Address: 5577 Arrow Hwy.
Montclair, CA 91763
Phone:.
909-985-9100
Email:
mark a@slaterwaterproofing.com
By:
Mark McCauley
Print Name
Title:
Sr. Project Manager 1 Estimator
Signature:
r�
7 g 0d2
Date:
DocuSign Envelope ID: 95BE6683.F40E-4849-8DFC-8C9F5Fl655E❑
BID SCHEDULE
Bid #ENG-21-22-MQ146
FY 21-22 Paseo Bridge Maintenance & Painting Program
City Project No. M0146
City of Santa Clarita, California
This form is for reference ONLY. Line item pricing roust be entered on BidNet. In the event any
mathematical discrepancies are found, please refer to Section B, Bid Instructions.
BRIDGE NAME: ORCHARD VILLAGE ROAD
ITEM
DESCRIPTION
UNIT
QTY.
UNIT PRICE
TOTAL
1
MOBILIZATION/DEMOBILIZATION
LS
1
$ 8,000.0D
$ 8,000.00
2
TRAFFIC CONTROL
LS
1
$10,000.00
$ 10,000.00
3
WATER POLLUTION CONTROL, IMPLEMENTATION & MAINTENANCE OF
BMPS
LS
1
$ 1,000.00
$ 1,000,00
4
PUBLIC SAFETY PLAN
LS
1
$ 1,000,00
$1,000.00
5
SURFACE PREPARATION AND PAINT CONCRETE BRIDGE MEMBER (INSIDE
FACES)
SF
1,960
$16 00
$ 31,360,00
6
SURFACE PREPARATION AND PAINT CONCRETE ABUTMENT MEMBER
SF
540
$ 18.00
$ 9 720:00
7
SURFACE PREPARATION AND PAINT STEEL ROOF MEMBER
SF
660
$ 18,00
511,880,00
8
CLEAN TYBE "W JOINT COMPRESSION SEAL
LF
24
$ 125.00
$
3,000.00
9
REPAIR CRACK IN CONCRETE BRIDGE DECK
LF
20
$ 200.00
$4,000.00
10
REPAIR CRACK IN CONCRETE BARRIER WALL
LF
120
$ 150.00
$ 18,000.00
11
REPAIR SPALLED/CRACKED CONCRETE AT ABUTMENT SEARING SEAT
SF
6
$ 200.00
$ 1,200.00
12
PREPARE AND TREAT BRIDGE DECK WITH METHACRYLATE
SF
2,040
$ 15.00
$ 30,600,00
SUBTOTAL:
$ 129,760.00
BRIDGE NAME: VALENCIA BLVD.
ITEM
DESCRIPTION
UNff
QTY.
UNIT PRICE
TOTAL
1
MOBILIZATION/DEMOBILIZATION
LS
1
$ 8,000.00
$ $ 000 00
2
TRAFFIC CONTROL
LS
1
$10,000.00
$10,000,00
3
WATER POLLUTION CONTROL, IMPLEMENTATION & MAINTENANCE OF
BM PS
LS
1
$1,000.00
$1,000.00
4
SURFACE PREPARATION AND PAINT BOTTOM SIDE OF STRUCTURAL STEEL
DECK, DECK TRUSS MEMBERS AND CHORDS
SF
2,160
$1B 00
$36,$$0A0
DocuSign Envelope ID: 95BE6683-F40E-484MDFC-8C9F5F1655ED
5
SURFACE PREPARATION AND PAINT STEEL ROOF TRUSS MEMBERS AND
TRUSS VERTICAL MEMBERS
SF
2,470
$16.00
$ 39,520.00
6
SURFACE PREPARATION AND PAINT BEARING ASSEMBLIES
SF
12
$125 00
$ 1 500 00
7
REMOVE AND REPLACE TYPE "B" JOINT COMPRESSION SEAL
LF
22
$ 265 00
$ 5,830.00
8
REPAIR CRACK IN CONCRETE BRIDGE DECK
LF
95
$15 00
$ 1,425.00
9
REPAIR GROUT AT GROUT PADS
SF
1 4
$ 150.00
$ 600.00
SUBTOTAL:
$ 106,755,00
BRIDGE NAME: COPPER HILL DRIVE
ITEM
DESCRIPTION
UNIT
QTY.
UNIT PRICE
TOTAL
1
MOBILIZATION/DEMOBILIZATION
LS
1
$ 8,000 00
$8,000.00
2
TRAFFIC CONTROL
LS
1
$10,000.00
$10,000m
3
WATER POLLUTION CONTROL, IMPLEMENTATION & MAINTENANCE OF
BMPS
L5
1
$1,000,00
$1,000.00
4
SURFACE PREPARATION AND PAINT BOTTOM SIDE OF STRUCTURAL STEEL
DECK, DECK TRUSS MEMBERS AND CHORDS
SF
1,910
$ 17.00
$ 32,470.00
5
SURFACE PREPARATION & PAINT BEAR] NG ASSEMBLIES
SF
7
$150,00
$1,050.00
6
REMOVE AND REPLACE TYPE "A" EXPANSION JOINT SEAL
LF
40
$70 00
$ 2,800.00
7
CLEAN TYPE "B" 101NT COMPRESSION SEAL
LF
1.9
$ 120.00
$ 2.280,00
8
REPAIR CRACK IN CONCRETE BRIDGE DECK OR PILASTER CAP
LF
140
$ 15.00
$ 2,100,00
9
REPAIR GROUT AT GROUT PADS
SF
4
$150.00
$ 600.00
SUBTOTAL:
$ 60,300.00
TOTAL BASE BID PRICE IN FIGURES;
$ 296,815.00
TOTAL BASE BID PRICE IN WORDS:
Two -Hundred and Ninety -Six Thousand, Eight -hundred and Fifteen Dollars and Zero Cents.
DoouSign Envelope ID. 95BE6683-F40E-4849-8DFG8C9F5F1855ED
ALTERNATE ITEMS
ITEM DESCRIPTION UNIT QTY. UNIT PRICE TOTAL
1 ORCHARD VILLAGE ROAD: SURFACE PREPARATION AND PAINT
EXTERIOR & BOTTOM FACES OF CONCRETE BRIDGE MEMBER 5F 4,8$0 $18 00 $ 78,080.00
SUBTOTAL: $ 78,080,00
TOTAL BID ALTERNATE PRICE IN FIGURES: $ 71,080.00
TOTAL BID ALTERNATE PRICE IN WORDS:
Seventy -Eight Thousand and Eighty Dollars and Zero Cents.
TOTAL BID PRICE (BASE & ALTERNATE) IN FIGURES:
$374,895.00
TOTAL BID PRICE (BASE & ALTERNATE) IN WORDS:
Three -Hundred and Seventy -Four Thousand, Eight Hundred and Ninety -Five Dollars and Zero Cents.
The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY.
The basis for award of this contract is the base bid plus alternate.
The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the
entire bid item if they are found not required by the Agency during the course of the construction, or add
new bid items or scope of work by Contract Change Order at any time during the project up to the last
contract working day.
The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the
project up to the last contract working day.
DocuSign Envelope ID: 95BE6683-F40E-4849-8DFC-8C9F5F1655ED
NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS
Bid #ENG-21-22-MO146
FY 21-22 Paseo Bridge Maintenance & Painting Program
City Project No. M0146
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—ali 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. Contractorshall 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
are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be
DocuSign Envelope ID. 95BE6683-F40F4849-BDFC-8C9F5F1655ED
maintained by CONTRACTOR in this Agreements ha I I 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.
II. 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
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
DocuSign Envelope ID: 95BE6683-F40E-4849-BDFC-gC9F5FT655ED
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 forthe 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.
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
Docu&gn Envelope ID: 95BE6683-F40E-4849-ODFC-8C9F5F1855EC
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 an 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 Subro>Yation
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 Throueh 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 must be declared to and approved 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),
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.
Requirements
❑ocuSign Envelope ID. 95BE6683-F4OF4849-8aFC-8C9F5Fl655E0
Should CONTRACTOR, far 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.
have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature: pate: 13,.? Z-
Printed Name: Mark McCauley
Docusign Envelope ID: 95SE6683-F40E-4849-8DFC-809F5F1655ED
BIDDER'S INFORMATION AND CERTIFICATION
Bid #ENG-21-22-MO146
FY 21-22 Paseo Bridge Maintenance & Painting Program
City Project No. M0146
City of Santa Clarrtal 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: Slater Waterproofing, Inc.
Business Address: 5577 Arrow Hwy., Montclair, CA 91763
Telephone No.: 909-985-9100
State CONTRACTOR's License No. & Class: 373368 Class A,B, C33, C611D51, D6, D12
DIR No.: 1000000939
Original Date: 04f 19/1979
Expiration Date: 04/30/2023
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:
Larry McCauley, President & Owner, 5577 Arrow Hwy., Montclair, CA 91763; 909-985-9100
DocuSign Envelope ID: 956E6683-F40E-4849-8DFC-8C9F5Fl655EC
Merle Slater Jr., Sr. Vice President & Owner, 5577 Arrow Hwy., Montclair, CA 91763; 909-985-9100
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 or joint venture are as follows:
NIA
All current and prior DBAs, alias, and/or fictitious lousiness names for any principal having an interest in this
proposal are as follows:
NIA
IN WITNESS WHEREOF, BIDDER executes a 1r d submits this proposal with the names, title, hands, and seals
of all aforementioned principals this �_ day of *L 20�22.
BIRDER.:
nature
Mark McCauley - Sr. Project Manager I Estimator
Name and Title of Signatory
Slater Waterproofing, Inc.
Legal Name of Bidder
5577 Arrow Hwy., Montclair, CA 91763
Address
909-985-9100 95-3352055
Telephone Number Federal Tax I.D. No.
This document must be notarized Rrior to submittal.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document
to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
n ���,-,
County of�hm 6,,C� c6 ko
On i`I ��l �7 before me, oyw)mw
Late Here Insert Nome and Title of the Q icer
personally appeared _ M (if
Nome(s) of Si
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 persons), or the entity
upon behalf of which the person(s) acted, executed the instrument.
OVANNESSA ELI7aaEr H MORALES
certify under PENALTY OF PERJURY under the
notary Public -California laws of the State of California that the foregoing
Sari Bernardino County paragraph is true and correct.
Commission N 2332408
y Comm. Expires Aug 25, 2024 WITNESS my hand and official seal.
Signa,tur
Place Notary Seal and/or Stomp Above Signature of Notary Public
OPTIONAL
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to on unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity[ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
• Partner — ❑ Limited ❑ General
• Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian of Conservator
❑ Other:
Signer is Representing:
d2017 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer -- Title(s):
❑ Partner — ❑ Limited ❑ General
11 Individual ❑ Attorney in Fact
11 Trustee ❑ Guardian of Conservator
C7 Other:
Signer is Representing:
DocuSign Envelope ID: 95BE6683-F44F-484MDFC-8C9F5F1855ED
BIDDER'S QUESTIONNAIRE
Bid #ENG-21-22-M0146
FY 21-22 Paseo Bridge Maintenance & Painting Program
City Project No. M0146
City of Santa Clarita, California
1. submitted by: dater Waterproofing, InOTelephone: 909-985-9100
PrindpaI Office Address: 5577 Arrow Hwy., Montclair, CA 91753
2. Type of Firm:
C Corporation
❑ S Corporation
❑ Individual/Sole Proprietor or Single —Member LLC
❑ Partnership
Ll 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: 1 1/29/1978 State of Incorporation: California
President's Name: Larry McCauley
Vice -President's Name: Merle Slater Jr.
Secretary or Clerk's Name: Larry McCauley
Treasurer's Name: Larry McCauley
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 10: 95BE6683.F40E-4849-8DFC-8C9F5F1655ED
BIDDER'S QUESTIONNAIRE (cont'd)
Bid #ENG-21-22-M0146
FY 21-22 Paseo Bridge Maintenance & Painting Program
City Project No. M0146
City of Santa Clarita, California
4. Name of person holding CONTRACTOR's license: Slater Waterproofing, Inc.
License number: 373368 Class: Expiration Date: 04/30/2023
D.I.R. Registration #
1000000939Class A,B, C33, C611D51, D6, D12
5. CONTRACTOR's Representative: Mark McCauley
Title: Sr. Project Manager 1 Estimator
Alternate:
Title:
6. List the major construction projects your organization has in progress as of this date:
A.
Owner: City of Beverly Hills
221 N. Crescent r., 438 N. Bevedy Dr., 439 N. Canon Dr. an
Project Location: Santa Monica 3 Parking Structures; Bevedy Hills, CA
Type of Project: Waterproofing & Concrete Slab Repairs
B.
Owner: Cove HOA
Project Location: 13650 Marina Pointe Dr., Marina Del Rey, CA
Type of Project: Balcony PT Repair $ Coating
C.
Owner: Brookfield Properties
Project Location: Fashion Show Mall; 3200 Las Vegas Blvd., Suite 600; Las Vegas, NV
Type of Project: Parking Deck Repair
DocuSlgn Envelope ID: 95BE6683-F40E-4849-8DFC-8C9F5F1655€D
CERTIFICATION OF NON -SEGREGATED FACILITIES
Bid #ENG-21-22-MD146
FY 71-22 Paseo Bridge Maintenance & Painting Program
City Project No. M0146
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.
Slater Waterproofing, Inc.
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: 95BE6683-F40E-4849-8DFC-8C9F5F1655ED
DESIGNATION OF SUBCONTRACTORS
Bid # ENG-21-22-MO146
FY 21-22 Paseo Bridge Maintenance & Painting Program
City Project No. M0146
City of Santa Cdarita, 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 Y. of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. 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
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: j
Phone { )
Subcontractor
DIR Registration No.'
T olla r Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( j
Subcontractor
DIR Registration No.'
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / J Phone ( j
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 172.5.5 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.
DocuSagn Envelope ID: 95BE6683-F40E-4849-8DFC-8C9F5F1655ED
REFERENCES
Bid #ENG-21-22-MO146
FY 21-22 Paseo Bridge Maintenance & Painting Program
City Project No. M0146
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. City of Santa Clarita
Name and Address of Owner/ Agency
Nima Khaknejad / 661-255-4341
Name and Telephone Number of Person Familiar with Project
$232,470,00 Bridge Repair September 2020
Contract Amount Type of Work Date Completed
2. City of Redondo Beach
Name and Address of Owner / Agency
Lauren Sablan / 310-318-0661
Name and Telephone Number of Person Familiar with Project
$2,100,527.29 Parking Garage Repair August 2020
Contract Amount Type of Work Date Completed
3. City of Avalon
Name and Address of Owner / Agency
Bob Greenlaw / 310-570-3025
Name and Telephone Number of Person Familiar with Project
$4,519,064.72 Pier revitalization/repair December 2020
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:
CSBA, Agent Dwight Reilly; 1411 N. Batavia St., Suite 201; Orange, CA 92867
DocuSign Envelope ID: 95BE6683-F40E-4849-8DFC-8C9F5F1655Ea
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, COPE OF FEDERAL REGULATIONS, PART 29
Bid #ENG-21-22-MQ146
FY 21-22 Paseo Bridge Maintenance & Painting Program
City Project No. M0146
City of Santa Clarita, Califarnia
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.
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 to whom it applies, initialing AGENCY, and
dates of action.
NIA
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 C ifica ' n.
Bidder:
Signature
Title Sr. Project Manager / Estimator
DocuSign Envelope ID: 95BE5683-F40E-4848-8DFC-BC9F5F1655ED
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
Bid #ENG-21-22-MO146
FY 21-22 Paseo Bridge Maintenance $ Painting Program
City Project No, M0146
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:81BB1909-1FF7-4DE2-AB96-E48654FD6C10
Addendum No. 1
March 31, 2022
Addendum No. 1
BID # ENG-21-22-MO146
FY 21-22 Paseo Bridge Maintenance & Painting Program
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. PLANS
Please see the attached plans for this bid.
[Amrq*gA�:
VMp1& W,� 3/31/2022
5W66'rer .
City Engineer
S EO
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
Contractor's Representative
�> lck�
Company Name
/0 C.
q f /'5
Dat
BID # ENG-21-22-MO146
DocuSign Envelope ID; 95BE6683-F40E-4849-8DFC-8C9F5F1655ED
NON -COLLUSION AFFIDAVIT
Bid #ENG-21-22-M0146
FY 21-22 Paseo Bridge Maintenance & Painting Program
City Project No. M0146
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES
Lang McCauley being first duly sworn deposes and says that he/she is
the President (sole owner, a partner, president, etc.} of
Slater WaterprooFlng, 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;k/ "� 4
Sig ature
Title Presi ent 1 Owner
This document must be notarized prior to submittal.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
,n ,
a
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 j
County of J}
On Z before me, �
Date Here Insert Nance and Title of the 0 icer
personally appeared
Nome(s) of
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.
��`,,; , VANNESSA EL12ABETH MORALES
Notary Public - California
i San Bernardino County r
] r Commission A 2332408
+� "'"�`"� +�y CCrnm. Expires Aug 25. 2024
Place Notary Seal andlor Stamp Alcove
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.
Signat e �
Signature of Notary Public
OPTIONAL
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of 'Document:
Document Date:
Signer(s) Other Than Named Above:
Gapacity(ies) Claimed by Signer(s)
Signer's. Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
11 Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian of Conservator
❑ Other:
Signer is Representing:
C72017 National Notary Association
Number of Pages:
Signer's Name:.
❑ Corporate Officer — Titles);
❑ Partner -- ❑ Limited ❑ General
❑ Individual
❑ Trustee
❑ Other: _
Signer is Representing:
❑ Attorney in Fact
❑ Guardian of Conservator
DocuSign Envelope ID: 9513E6683-F40E-4849-8DFC-8C9F5F1655FD
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Bid #ENG-21-22-M0146
FY 21-22 Paseo Bridge Maintenance $ Painting Program
City Project No. M0146
City of Santa Clarita, California
This bola, I Waterproofing, Inc; proposed subcontractor NIA hereby certifies
that i has X has not participated in a previous contract or subcontract subject to the a uai
opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has has not
X filed with the Joint Reporting Committee, and Director of Office of Federal Contract Comp
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: Slater Waterproofing, Inc
By; Wtt Mark McCauley
Title: Sr. Project Manager/ Estimator
Date: 9 1 � 76 2 Z—
Note: The above certification is required by the Equal Employment Opportunity of the Secretary of
Labor (41 CFR 60-1.7(b)(1)J 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.