HomeMy WebLinkAbout2014-04-22 - AGENDA REPORTS - FED OVERLAY PGM PROJ M0096 (2)CONSENT CALENDAR
DATE:
SUBJECT:
Iola". NIllur1;3219
Agenda Item: 10
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval:
Item to be presented by:
April 22, 2014
RFCurtis Nay
2012-13 FEDERAL OVERLAY PROGRAM, PROJECT M0096 -
CREATE A NEW PROJECT AND BUDGET AND AWARD
CONSTRUCTION CONTRACT
Public Works
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the 2012-13 Federal Overlay Program, Project
M0096.
2. Award the construction contract to All American Asphalt in the amount of $2,066,750 and
authorize a ten -percent contingency in the amount of $206,675, for a total contract amount
not to exceed $2,273,425.
3. Authorize an expenditure increase in the amount of $30,000 to Pavement Engineering, Inc.,
to the existing professional services contract to provide project design support services.
4. Authorize an expenditure in the amount of $160,000 to Twining, Inc., for a professional
services contract to provide project inspection and materials testing.
5. Authorize the following transactions totaling $2,606,086 to fund the 2012-13 Federal Overlay
Program, Project M0096:
• Authorize the transfer of $25,772 in project savings of Gas Tax Funds (230) from the
2011-12 Overlay and Slurry Seal Program Expenditure Account M0084230-5161.001 to
the 2012-13 Federal Overlay Program Expenditure Account M0096230-5161.001.
• Authorize the transfer of $227,770 in project savings of Transportation Development Act
(TDA) Article 8 Funds (233) from the 2011-12 Overlay and Slurry Seal Program
}pnplrl�,' bWi 0
Expenditure Account M0084233-5161.001 to the 2012-13 Federal Overlay Program
Expenditure Account M0096233-5161.001.
• Authorize the transfer of $283,825 in project savings of TDA Article 8 Funds (233) from
the 2011-12 Federal Overlay Program Expenditure Account M0089233-5161.001 to the
2012-13 Federal Overlay Program Expenditure Account M0096233-5161.001.
• Authorize the transfer of $535,400 in Surface Transportation Program Local (STPL)
Funds (202) from the 2013-14 Overlay and Slurry Seal Program Expenditure Account
M0097202-5161.001 to the 2012-13 Federal Overlay Program Expenditure Account
M0096202-5161.001.
• Authorize the appropriation of $1,533,319 in STPL Funds (202) to the 2012-13 Federal
Overlay Program Expenditure Account M0096202-5161.001.
6. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The 2012-13 Federal Overlay Program, Project M0096, will repave and overlay Lyons Avenue
between Wiley Canyon Road and Walnut Street.
The overlay and slurry seal program is an integral part of the City of Santa Clarita's (City)
pavement management program. Each year, streets are evaluated and identified for necessary
asphalt overlay and slurry seal maintenance treatments. The treatments provide a smoother ride
for traffic, enhance the appearance of the roadway and surrounding area, and extend the life of
the roadway.
An invitation to bid for the 2012-13 Federal Overlay Program, Project M0096, was prepared and
published three times: February 23, February 26, and March 2, 2014, and noticed on the City's
website. Plans and specifications were sent to area plan rooms. Six bids were submitted to the
City and opened by Purchasing on March 18. The results of the bids are shown below:
Compann
All American Asphalt
C.A. Rasmussen Inc.
Palp, Inc., DBA Excel Paving Company
Toro Enterprises Inc.
Sully -Miller Contracting Company
Hardy & Harper, Inc.
Location Bid Amount
Corona, CA
$2,066,750
Valencia, CA
$2,075,173
Long Beach, CA
$2,163,444
Oxnard, CA
$2,374,854
Brea, CA
$2,498,700
Santa Ana, CA
$2,525,000
Staff recommends awarding the construction contract to the lowest responsive bidder, All
American Asphalt. The contractor possesses a State contractor's license and is in good standing
with the Contractors State License Board. The bid was reviewed for accuracy and conformance
to the contract documents and found to be complete.
2
Lyons Avenue is a major arterial roadway with high volume daily traffic. To minimize impacts
on nearby businesses and avoid major traffic delays, the work is proposed to be done during the
hours of 7:00 p.m. to 5:00 a.m. To minimize impacts on residents, the loudest construction
activities will be limited to prior to 11:00 p.m. and to one side of the street at a time. The
construction is anticipated to last for 35 working days.
To ensure efficient and proper procedures in construction inspection and materials testing, a
request for proposal was sent to several consultants. Upon reviewing the consultants' proposals,
staff recommends awarding a contract for these services to Twining, Inc. in an amount not to
exceed $160,000. Twining, Inc., has provided similar services on past projects with the City and
demonstrated competent and timely services.
Pavement Engineering, Inc., is the City's design consultant for this project. To provide design
support during the construction phase of this project, staff recommends retaining the services of
Pavement Engineering, Inc., in the amount of $30,000.
Two paving projects, M0084 and M0089, have project savings of $253,542 and $283,825,
respectively, which will be transferred to Project M0096. Additionally, Project M0097, is
currently budgeted for $535,400 in federal funds and is available to transfer to Project M0096.
The requested appropriation of $1,533,319 of STPL funds makes use of available federal funds
accumulated through last year.
Project funds in the amount of $142,661 are available for construction management, survey,
independent assurance, quality assurance, labor compliance, staff oversight, and miscellaneous
project administration costs.
While the City maintains a "Support of Local Businesses" policy that can be utilized by the City
Council when warranted, the City is governed by the State Public Contract Code with regard to
public works project procurement. In these types of procurement, the Public Contract Code does
not permit a City to utilize a "Support of Local Businesses" policy and instead requires the
contract be awarded to the "lowest responsible bidder." As confirmed by the City Attorney's
Office, this direction precludes the City from applying any superseding criteria for award except
in the case of a tie. Thus, in the awarding of Public Works contracts, the City is not permitted to
award to a bidder just because they are local, as the State Public Contract Code does not allow
the City to recognize them as the "lowest" responsible bidder.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
The above recommended actions will create a total project budget of $2,606,086. This amount
will adequately provide for all anticipated project costs.
F
Project Savings/Transfers:
Appropriate to:
0084230-5161.001
Gas Tax
$25,772
M0096230-5161.001
Gas Tax
$25,772
0084233-5161.001
TDA Art. 8
227,770
M0096233-5161.001
TDA Art. 8
227,770
0089233-5161.001
TDA Art. 8
283,825
M0096233-5161.001
TDA Art. 8
283,825
0097202-5161.001
STPL
535,400
M0096202-5161.001
STPL
535,400
ew Appropriation:
M0096202-5161.001
ISTPL
1 1,533,319
Total Appropriations:
$2,606,086
ATTACHMENTS
Location Map
Bid Proposal for All American Asphalt available in the City Clerk's Reading File
Contract for All American Asphalt available in the City Clerk's Reading File
SECTION C: PROPOSAL
FOR
r ^) 2012-13 , Federal Overlay Program
CITY PROJECT NO. M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-5450(078)
TO THE CITY OF SANTA CLARITA, AS AGENCY:
In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all
materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans,
specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein.
BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,
INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER
agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID
SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in
forfeiture to AGENCY of the proposal guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in BID
SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be
based upon the actualiquantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO
INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM
THE CONTRACT. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes,
royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts,
and words shall govern over figures.
If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the
^\ required contract and filing the necessary bonds and insurance certificates within ten working days after the date of
the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall
become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be
considered null and void.
Company Name: AM ItOWY\% "'"I- Vi` \
117
CompanyAddress: �.
By. _ y�fvkYg YAA
Print Name
Title:
Signature:
Date:
C -f
BID SCHEDULE
2012-13 FEDERAL OVERLAY PROGRAM
Bid No. ENG -13-14-M0096
Project No. M0096
Federal Project No. STPL-5450(078)
City of Santa Clarita, California
1VN1i,FA\A AiCywV -
RACF Rin _ LYONS AVENUE
C -2a
BID ITEMS
TOTAL
GINTY
UNIT
AY
EF.
UNIT
PRICE
`TOTAL
COST
ITEM
NO.
1
Mobilization, Bonds & Insurance
1
LS
F2-1
---
2
Traffic Control
1
F2-2.7
–
3
Storm Water Pollution Control Program
LS
E7-8.6.4
–
4
AC C2 PG 6410
6, 3
TON
F2-5.4
5
ARHM
TON
F2-6.4
6
Cold Plane 4-1/4"
SF
F2-7.6
7
3" Digout Under Cold Plane
7Gu334
SF
F2-8.4
8
Remove and Replace PCC CurbLF
F2-9.4
9
Prune Tree Roots and Install RoEA
F2-10.4
Lower Sanitary Sewer Manhole Co er Prior
Manhole
27
EA
F2-11.3
10
to Cold Plane
11
Adjust Sanitary Sewer Manhole over to
27
EA
F2-11.3
Finish Grade
Lower Storm Manhole Cove rior to Cold
8
EA
F2-11.3
12
Plane
13
Adjust Storm Manhole C er to Finish
8
EA
F2-11.3
Grade
14
Lower Gas Valve Co Prior to Cold Plane
7
EA
F2-11.3
15
Adjust Gas Valve over to Finish Grade
7
EA
F2-11.3
16
Lower Water Valve Cover Prior to Cold
76
EA
F2-11.3
Plane
17
Adjust Wat Valve Cover to Finish Grade
0
EA
F2-11.3
$0
$0
18
Lower T phone Manhole Cover Prior to
re
6
EA
F2-11.3
Cold Pi
Adjust elephone Manhole Covers to Finish
8
EA
F2-11.3
19
Grad
Lovy6r SCE Utility Vault Prior to Cold Plane
0
EA
F2-11.3
—
20
C ordination
just SCE Utility Vault to Finish Grade
0
EA
F2-11.3
21
Coordination
Lower SCE Manhole Prior to Cold Plane
0
EA
F2-11.3
�–
22
(Coordination)
C -2a
BIDDER:
BID SCHEDULE
Addendum 1
2012-13 FEDERAL OVERLAY PROGRAM
Bid No. ENG -12-13-M0096, Project No. M0096
Federal Project No. STPL-5450(078)
City of Santa Clarjta, California
Addendum1 LYONS AVENUE
C -2a AD -01
ITEM
BID ITEMS
TOTAL
UNIT
PAY
UNIT
"TOTAL
N0.
_QNTY
REF.
PRICE --
__--COST
1
Mobilization, Bonds & Insurance
1
LS
F2-1
2
Traffic Control
1
LS
F2-2.7-
3
Storm Water Pollution Control Program
1 -
LS
E7-8.6.4
—
LSUDO -
4
AC C2 PG64-10
6,373
TON
F25.4
q(g-
5 ARHM
8,802
TON
F2-6.4
g%-�gv
6 Cold Plane 4-1/4"
582,739
SF
F2-7.6
, j �
7 3° Digout Under Cold Plane
106,661
SF
F2-8.4
_
13 3 as
8 Remove and Replace PCC Curb and Gutter
334
LF
F2-9.4
��
a -7 j b -
9 Prune Tree Roots and Install Root Barrier
3
E4
F2-10.4
GI00—
a j 0,0-
10 Lower Sanitary Sewer Manhole Cover Prior
27
EA
F2-11. 3
3 l 5-
to ' 2s —
to Cold Plane
11 Adjust Sanitary Sewer Manhole Cover to
27
EA
F2-11 3
3CjQ -
q r�(� _
Finish Grade
1
12 Lower Storm Manhole Cover Prior to Cold
8
EA
F2-11.3
-7
3
3DU0-
Plane
/rJ-
13 Adjust Storm Manhole Cover to Finish
8
E4
F2-11.3
3W
a
Grade
14 Lower Gas Valve Cover Prior to Cold Plane
7
E4
F2-11.3
5-
1 cj 2.5 -
16 Adjust Gas Valve Cover to Finish Grade
7
E4
F2-11.3
j(o-
of tQ0--
16 Lower Water Valve Cover Prior to Cold
76
EA
72-11.3
a-) 5--
d o 9O D -
Plane
17 Adjust Water Valve Cover to Finish Grade
0
EA
F2-11.3
$0
$0
18 Lower Telephone Manhole Cover Prior to
6
EA
F2-11.3
375'
aaSc7—
Cold Plane
19 Adjust Telephone Manhole Covers to Finish
6
EA
F2-11.3
3Jr0 —
a O 01 —
Grade
20 Lower SCE Utility Vault Prior to Cold Plane
0
EA
F2-11.3
—
—
(Coordination)
21 Adjust SCE Utility Vault to Finish Grade
0
EA
F2-11.3
—
—
Coordination
22 Lower SCE Manhole, Prior to Cold Plane
1
EA
F2-11.3
ap—
Qty —
(Coordination)
d
23 Adjust SCE Manhole to Finish Grade
1
EA
F2-11.3
aQO— n1
ap —
Coordination
24 Lower Monitoring Well Cover (Water Vault)
1
EA
F2-11.3
)���
1��0
Prior to Cold Plane
25 Raise Monitoring Well Cover to Finish
1
FA
F2-11.3 VoDo—
\p0(:)
Grade
C -2a AD -01
Addanduml LYONS AVENUE
ITEMTOTAL
NO.
BID ITEMS
QNTY
UNIT
PAY UNIT
REF. PRICE
"TOTAL
COST
26
Traffic Control Around Vaults Including
Temporary Striping.
1
LS
172-2.3 5DCYJ-
good -
27
Construct TeniporaryAC Ramp
12
EA
F2-5.4 (2a7-
1'J L(up-
28
Remove and Replace PCC Sidewalk
372
SF
F2-9.4 ?. JVD
31,59-
29
Lower Survey Monument Cover Prior to
Cold Plane
9
EA
F2-11.3
-75 -
30
Adjust Survey Monument Cover to Finish
Grade
9
EA
F2-11.3 a 50 -
a 5o -
31
Remove and Replace Detector Loop
121
Fes.._
F2 -1Z.
a( U U I b `
32
Lower Detector Pull Box Cover Prior to Cold
Plane
0
E4
F2-11.3 —
—
33
Adjust Detector Pull Box Cover to Finish
Grade
0
EA
F2-11.3 --
—
34
Install Blue RPM'S @ Fire Hydrant
28
1 EA
F2-13.4 15-
`i 2.a -
35
12° White Crosswalk / Limit line (Thermo)
2,575
LF
F2-13.4 3. (D
Oj .
36
Continental Yellow Crosswalk Marking
(Thermo)
3
EA
172-13.4 3POO-
9 L000 -
37
12" Yellow Crosswalk I Limit Line (Thermo)
625
LF
F2-13.4 • (9 D
i CCO -
38
Striping Detail#10 (Thermo & Markers)
17,861
LF
172-13.4
T03-7. `+
39
Striping Detail # 21 (Thermo)
65
LF
F2-13.4 % -
4 �✓ `
40
Striping Detail # 24 (Thermo & Markers)
11,909
LF
F2-13.4 s'g5
(U i o2a • iD
41
Striping Detail # 27C (Thermo)
200
LF
F2-13.4 -
L400-
400-
42
42 1
Striping Detail # 373 (Thermo and Markers)
600
LF
F2.13.4 I<5D
90D
43
Striping Detail # 38A (Thermo)
300
LF
F2-13.4-
44
Striping Detail # 38B (Thermo & Markers)
7,914
LF
F2-13.4 e crj� •
(l _7
45
Striping Detail # 40 (Thermo)
500
LF
2-13 .
F2 -13A-
46
46
Striping Detail # 41 (Thermo)
150
LF
F2-13.4-
47
Arrow Type IV (Thermo).
64
EA
F2.13.4
QUO
48
Arrow Type VII (Thermo)
3 1
EA
F2-13.4
49
Construct Type A Commercial PCC
Driveway Approach
333
SF
F2-9.4 d l> -
p (D U0
50
6" AC Transition at Driveway
188
SF
F2-5.4
--
U U sl -
51
Install Glas Grid at PCC Culvert
20
1,720
ESF
F2-14.4 Q 5
3 59
52
Construct 10' x 80' Bus Pad
2,400
F2-15.4 12.5-01
3O 000
TOTAL
BASE BID TOTAL AMOUNT IN FIGURES: C)uu I
R
"NOTE; In case of error in extension of price into the total price column, the unit price will govem.
C -2b AD -01
,. rr
�) DESIGNATION OF SUBCONTRACTORS
2012-13 Federal Overlay Program,
Bid No. ENG -13-14-M0096
Project No. M0096
Federal -aid Project No. STPLI-5450(078)
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor,
supplier, and vendor who will perform work, labor, or render service in excess of half of one
percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of
---: ----. ---- . -firth, and annual gross receipts are required if subcontractor is participating as a DBE.
Subcontractor'Gllfe33b o DBE STATUS: U W E
Dollar Value of Work C) j4 � —
��
P �gDBE
Age of Firm: CertifyingA ne :
Annual Gross Receipts: C l 1
Location and Place of Business
Lo, Pvem\fie I CP,
Bid Schedule Item Nos.:
Descr tion of Work
3AlQctr-�Ca\
C�r
License T1o3. ' ` 1gb9o�
Exp. Date:
Phone
Desccrr`iption of Work
le
Subcontractor g��
STATUS: �.
Dollar Value of Work
P �gDBE
Description of Work
Age of Firm: �j
Certi 'n Agency: W
Annual Gross Receipts:
Location and Place of iness
C�p><,e55,
C�r
Bid S`Chedule (Item Nos.:
Desccrr`iption of Work
^ . U
License No.Exp.
11h 3tx,f
Date: /
Phone ( )
Subcontractor DBE STATUS:
Age of Firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by
subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract
documents.
2012-13 Federal Overlay Program,
Project No. M0096, Federal -aid Project No. STPLI-5450(078)
C -3a
DESIGNATION OF SUBCONTRACTORS
2012-13 Federal Overlay Program,
Bid No. ENG -13-14-M0096
Project No. M0096
Federal -aid Project No. STPLI-5450(078))
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor,
supplier, and vendor who will perform work, labor, or render service in excess of half of one
percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of
firm, and annual gross receipts are required if subcontractor is participating as a DBE.
Subcontractor
Age of Firm:
DBE STATUS:
Certifying A enc :
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
License No.
Exp. Date:
Phone ( )
Subcontractor
Age of Firm:
DBE STATUS:
Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
License No.
Exp. Date:
Phone ( )
Subcontractor
Age of Firm:
DBE STATUS:
Certifying AF c :
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
License No.
Exp. Date: /
Phone ( )
Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by
subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract
documents.
2012-13 Federal Overlay Program,
Project No. M0096, Federal -aid Project No. STPLI-5450(078)
C -3b
DESIGNATION OF SUBCONTRACTORS
2012-13 Federal Overlay Program,
Bid No. ENG -13-14-M0096
Project No. M0096
Federal -aid Project No. STPLI-5450(078)
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor,
supplier, and vendor who will perform work, labor, or render service in excess of half of one
percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of
_firm„and annual gross receipts are required if subcontractor is Darticinating as a DBE.
Subcontractor
Age of Firm:
DBE STATUS:
Cerci in Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
License No.
Exp. Date: /
Phone ( )
Subcontractor
Age of Firm:
DBE STATUS:
Certifying A enc :
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
License No.
Exp. Date: /
Phone ( )
Subcontractor
Age of Firm:
DBE STATUS:
Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
License No.
Exp. Date:
Phone ( )
Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be'performed by
subcontractors shall be in conformance with Section 2-3 "Subcontracts” of the Special Provisions in these contract
documents.
ISI 2012-13 Federal Overlay Program,
J Project No. M0096, Federal -aid Project No. STPLI-5450(078)
C -3c
Loral Assistance Procedures Manual EDIT 12-G
Bidder's List of Subcontractors (DBE and Nan -DBE)
BIDDER'S LJST OF SUBCONTRACTORS (DBE and NON -DBE) = PART 1
The bidder shall list all subcontractors (both DBE and non -DBE) in accordance with Section 2-1.054 of the Standard Specifications and per Title 49, Section 26.11 of the Code of
Federal Regulations. This listing is required in addition to listing DBE Subcontractors elsewhere in the proposal. Photocopy this form for additional Tums.
Firm Name/
Address/
City, State, ZIP
Phone/
Fax
'Annual
Gross
Receipts
Description of Portion -of Work to be Performed
rneat AvencY Ilse llnly
(Certified DBE?)
Name
Phone
7;1 M".
�mn
' ; l r•-� { "'
<$5 miffim
Address
E<$10 -Ma
If1ESBnDBE#:
Fax
0<$1S d ion
Age of Firm (Yra.)
CifyStafe ZIP
❑> $15 mi0im
..
Name
Phone
<$1 million
-
Address
❑ $10—IIhm
If PES BstDRE A
Paz
❑<$15 million
City State 71P
> $15 minim
Age of Fnm (Yrs.)
r
Nome
Phone
<SI ml0m,
-
NO
<$sm0sm
Address
0<$1onillion
If YES Bat DBE #.-
:❑<;13
U < milgm
City State ZIP
❑> $15 0dw-
Age of Firm (Yo.)
Nome
Phone
77sitan.
•,5...-. - -`..
Address
<$1omi0ion
I/PES ristDBE #:
Fax
CT<$15mi0im
Citysta rvp
❑>$15 MUHM
AgeofF®(Ym)
-.II - ZE
Distribution: l) Odgmal - Lacal Ageacy File
Page 12-111
LPP 06-06 November 14, 2006
Local Assistance Procedures Manual'
.EXHIBIT 12-G
,E and Non-DRRI
BIDDER'S UST OF SUBCONTRACTORS (DBE and NON -DBE); PART II
The bidder shall list all subcontractors (both DBE and non -DBE) in accordauce with Section 2-1.054 of the Standard Specifications and per. Title 49, Section 26.11 of the Code of
Federal Regulations. This listing is required in addition to listing DBE Subcontractors elsewhere in the proposal. Photocopy this form for additinnvt F...,.
Firm Name/
Phone/
Annnal
Address/
City, State, ZIP
Fax
Gross
Description of portion.of Work tq be Performed
I,^cal Auenry YT,gr�nmy
:(CertificdDBEi)'
Receipts
NP1ne
Phone
<EI million
h1A
t -.
Address
1338
❑<E10 mlgon
�1
`:Q .: �.-
�..
#'
City Estate
ln�'L� Qlt,
❑<E15 mNgon
❑> E15 million
�C�CG,1'
_
IfYES IiseDBEC;
ZP
Age of Fare (Yn.)
Name -
SLAPCM-Pa
Phone
.'..<E1 mollon'..'.
<E5 mi➢io¢71
mam
Asa:'<,::<,.,,... _
.,NQ J. .
w�wl lr
71� a55
Add rs
' t'e �,
❑<ElSmillliw
❑>E15 million
S
$YES I1nDBEd.•
Fax
-1ly a95
City State ZiP ('j
Q5 OkOD
CNW
A oEFvm
,LJ <$1 milgoni....
Name
Phone
SrEs7•
<ES magon
.'
Addrerr
❑❑<E15.vttiw
> E15 milllav
If YES IutDBE d:
Fax
City State ZlP
Age ofFum (Yrs)
-
E1-millianu
Nam<
Phnneix2
<E10=ffim
NO
Address
FaxIfYESIirtDBE#:
❑ < Els muean
❑> E15 million
City Srate ZIP
Age ofFk-(Y.) ..
DisleihnNnve i\ hd,.:,,a.. _��
.. .. • :..
c3 -d
LPP 06 06 Page 12-111
- November 14, 2006
`) a
Local Assistance Procedures Manual'
EDIT 12-G
BIDDER'S LIST OF SUBCONTRACTORS (DBE and NON -DBE); PART I
The bidder shall list all subcontractors (both DBE and non -DBE) in accordance with Section 2-1.054 of the Standard Specifications and per. Title 49, Section 26.11 of the Code of
Federal Regulations. This listing is required in addition to listing DBE Subcontractors elsewhere in the proposal. Photocopy this form for additional firms.
Firm Name/
Phone/
Annual
Address/
Fax
Gross
.Description of Portion.of Work to be Performed
i oral At encu Ilse f)niv
City, State, ZIP
Receipts
,(Certff-red DBE?j
Name
Phone
Ll <$1 million
sv
cSS milbon
❑<$lc million
'
•. - +'
Q
Address
¢YESlist DRE rK:
Fax
<$15 minims
❑> $15 milfion
7 -
Age of F= (Yra.)
City state ZIP
-<$l
Name
Phone
million
Address
<$l0Mdh n
-
11YES list DDE #:
Fax
<$15 -Md non
City State ZIP
❑> $15 ndaiw
Age of F. (Yn.)
-
i
Name
Phone
LJ<•$1 crMon
-
�
. .
NO:
If YES 1vtDBEdk
❑<SS million
❑<$10 million
Address
Fax
❑<$15 �Ilidm
City State ZlP
- ❑>S15 xadlion
AgeofFvm(Y")
_
'Name
Phone
eSl rml m
,a:.:�f;.i,•: ,. ¢...
❑< -fawns
NO
Address
❑<$10 million
{j YES BnDBER•
Fax
<$15million
Ci ystate zir
U>xl5nunift
Age ofFimi (YsiJ'..:.,
Distribution: l) Original -Local Agency File
e 3 4
Page 12-111
LPP 06-06 November 14, 2006
U . `)
EXHIBIT 12-G
er..
Local Assistance Procedures Manna]
BIDDER'S LIST OF SUBCONTRACTORS (DBE and NON -DBE)- PART II
The bidder $ball list all subcontractors who provided a quote or bid but were not selected to participate as a subco mactnr
TIAo An c.,.«..., o<
Firms Name/
Address/
City, State, ZiP
Name
&P&nq
nuuuuS. WaNco,
Phone!
Fax
Phone
`114 ssa3
Cis 5
mis form for additional
Annual
Gross
Receipts
<$l million
firms.
Description of Portion of Work to be Performed
I --^sal ;L a X t V-Qjl1v
(Certified DBE?)
<$5milamRMA
❑<slOmiltiaa
etr�ee�
s
fro,>.
4 I Irrr DBE#.•
Age.ofF7ffi(Tii -
1b$3
Pax
-714 813
❑ <$15 minion
—0> $15 miWon
clysaeezrP
G
Yi v�
Phone
9� 141
<$1 million
YESv
.. �.NO
If YES IisrDBE#.
AB�:ufFi®(Tisi): -
�}y$snwn�
Address -
12 (3.L fte
Fac
001 1 LMD
v35 `�
Phone
s-0sszy
y05
Fax
say szy
Phone..
Faz
❑<$15 Whon
❑> $15 minion
Cly ware ZlP
�tfiuv�\n �1T Cg" a2 1�
Name
Siaall
;
<$1 nrillion
�
- NO .. - .
IfYES IiftOBE#;
Age ofFnm(Yay,)
�g$5mliw
❑<siomilliou
❑<$15 million
0>$15miNon
._
❑<$l million '
Address
- if l°2�-
Clo, ZlP
`llrn�re 11".: D
.
NO
❑<$S
nNO
❑ <$10 million
❑<$15 miilioa
❑> $IS milaon
Addrss
-
If YES IrseDBE#. --
CiySrare7lP
_
---------------
urs 0—ow 1)Originel–LOW Agency File
C3- e -
Page 12-112
November 14, 2006
OO LPP 06-06
J
E IMIT 12-G Local Assistance Procedures Manual
Bidder's List of Subcontractors (DBE and Non -DBE)
(
BIDDER'S LIST OF SUBCONTRACTORS (DBE and NON -DBE)- PART 11
The bidder shall list all subcontractors who provided a quote or bid but were not selected to participate as a subcontractor on this1pmject. This is required for compliance with
T.11 -An C...ti....14-f..-n-a--a ---: n___i_.-___ m_._____.._._._ .... .-
Firm Name/
--Phone/
Annual -.--W
Address/Fax
Gross
Description of Portion of Work tq be Performed
City, State, ZIP
Receipts
(Certified DBE?)
Name
Phone
0 <$l Million
4%.
<$5-M-
',.
Address
❑<$la minion
.•'Q, ;�.:
4YW 1W DBEF:
Fax
❑<$15miBion
caystate zir
_
> $15 mi0icn
" Age.of Faax (Ya:)- :.
.'t$1
Nerve
Phone
m01iw
millim
Address
❑<$10 miDion
i,
If YES BdDBE F:
Fax
15- $15 —mm_
City State 27F
❑> $15 miW-
-
9I1.
I
Name
Phone
LJ <$1 otilHon
j
NO
❑<$5 million
Addrus
❑<$10 ndilion
i
If YESBd DBEF:
" ..
Fax
❑<$15 milEon
caySmte ZIP
0>$15mi0iw
.AgeofF»m-(Yrs:) "
Name '-
Phone
$1 million
- -
: NO
❑<$5 million
❑<$10 miltiw
Address
_.
If YES id DBE
Fax
❑<$15 milson
,
City State ZIP
❑>$15 million
:AgetifFam (Ya.) .,
'
'' i.1^i: +L.
'...5.'•33-
Diatribotim: l) Od@aer-LOW Agency Fila
Page 12.112
November 14, 2006
0 O LPP 06-06
U _
I
E1MIT 12-G --- -
Bidder's List of Subcontractors (DBE and Non -DBE) I Local Assistance Procedures Manual
BIDDER'S LIST OF SUBCONTRACTORS (DBE and NON -DBE)- ,PART 11
The bidder shall list an subcontractors who provided a quote or bid but were not selected to participate as a subcont[actotao this�project This is aired f
Title 49 Section 26 of the Code of Federa(Re
nq
Firm Name!
chaos.
flus form for addihoual
firms.
�i cumpuance with
Phone/
Atmuld
Address/
City, State, ZIP
Fax
Gross
Receipts
Description of Portion of work t i be Performed
t.r�cal AAell'C{' IICP nt,ly
'
Name
(Certifi6d DBE?) `
Phone
U <$i $i=.
'
<$5lallltoa
O i`; -
Adbear
❑<$li oillliw
❑>$15 million
-
i
g.
.(fXMMODBHS:
,
Pax
CityShiteap
Name
Phone
h -m minion
�y� 'E
Addreaa
❑c$15—MMM
❑> $15 Milson
If PHS GstDBH#:
Fax
City StateZlP
Name
Phone
<$l million
Y Yt
❑<$$mimlgl
NO
AddreeS
❑<$15 million
❑> $IS miIDon
IfrES BsrDBHS:
Fax
Cilysra,2lP
',.}fi:c:, .�..�,..
- i
Nome
N
_ .. .. 3d
I
Ph one
LS1 tuition
_
❑<$5 mullions
-�__� _
Address'
❑<$30 miaioa
Fax
❑<$15 million
If [iatDBEB:
CitySfa[e ZIP
❑> $15 mi0ion
.
s
mstelbuaoa: 1) Original—Local Agency File
Page 12-112---------------
-
November 14, 2006
OLPP 06-06
J
2012-13, Federal Overlay Program
CITY PROJECT NO. M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-5450(078)
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which
BIDDER has performed similar work within the past 3 ears:
1.
' �fLU*40VAcDI -t-
Name and Address of Owner/ Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
IDpER in nds to procur msura a bonds -
LE ,e-A?lui.. A o A �.vnef4Vt,T. VA4040k MIA VillAnd. -1-l'IS klo* DA"`t Sk'G 3(160
\Y�tY\c, �l�V"k''°►Z do 1PlgA)Ulq--►1its
�YiSJ�Yhh(( �wlf,V�OV���Yfin�vS `YISIAMh L-6 VIAEO'i '31'60�7Mnsh' IIRA0-
ON�o ° Y� if l l�l loll �-7o1 " AJ -'l0 A N Will
Co, ntractors Na
rne
C-4
"2013"
PAST WORK REFERENCES
Department of Transportation
35" ., J,"reams. y .,----
Irvine CA 92612
Contract: Dat Pham, (949) 279-8586
City of Santa Clarita
23920 Valencia Blvd
Santa Clarita CA 91355
Contact: Bill Whitlatch, (661) 259-2489
LACDPW
900 S Fremont Ave
Alhambra, CA 91803
Contact: Hector Hernandez, (626) 458-2191
Department of Transportation
2023 Chicago Ave., B-6
Riverside, CA 92507
Contact: Michael Chen, (951) 830-6017
City of Laguna Hills
24035 El Toro Rd
Laguna Hills, CA 92653
Contact: Kenneth Rosenfield, (949) 707-2650
County of Riverside Transportation
3525 14`x' St
Riverside, CA 92501
Contact: Trai Nguyen, (951) 961-5363
Route 74, Contract No. 12-OL6404
__— Coutrcct A mc'w- . $, '34,057
Start: 7/2012
Completed: 5/2013
2011/12 Overlay & Slurry Seal Program
Contract Amount: $5,995,000
Start: 8/2012
Completed: 5/2013
Seventh Avenue
Contract Amount: $2,077,000
Start: 9/2012
Completed: 12/2013
Route 74, Contract No. 08-OP9504
Contract Amount: $3,450,622
Start: 6/2012
Completed: 9/2013
Citywide Pavement Rehabilitation
Contract Amount: $1,778,169
Start: 8/2012
Completed: 9/2013
Gilman Springs Road
Contract Amount: $1,695,108 .
Start: 7/2013
Completed: 9/2013
IF
I
"2012"
PAST WORK REFERENCES
City of Beverly Hills 2010-'2011 Street Resurfacing Project
345 Foothill Road Contract Amount: $2,800,000.00
- Beverly H;I1s, CA -90210 - _-_ _ _ _.. --- _ _. _ Suri: 6/1/2011 -- - - _
Contact: Juan Martinez, (310) 285-2521 Completed: 4/30/2012
City of Costa Mesa.
77 Fair Drive
Costa Mesa, CA 92628
Contact: Thomas Banks, (714) 754-5222
City of Perris
170 Wilkerson Avenue, Ste. D
Perris, CA 92570 ...
Contact: Chris Sunde, (951) 943-5604
2010-2011 Citywide Street Rehabilitation
Contract Amount: $2,778,000.00
Start: 7/1/2011
Completed: 2/29/2012
Foss Field Parking Expansion
Contract Amount: $190,000.00
Start: 1/1/2012
Completed: 2/29/2012
City of Dana Point Pacific Coast Highway & Niguel Shores
33282 Golden Lantern Contract Amount: $676,676.00
Dana. Point, CA 92629 Start: 12/1/2011
Contact: Matt Sinacori, (949) 248-3574 Completed: 5/30/2012
City of Long Beach Willow Street Improvements
333 W. Ocean Blvd., 1 00'Floor Contract Amount: $661,661.00
Long Beach, CA 90802 Start: 12/1/2011
Contact: Chuck Ramey, (562) 570-6634 Completed:. 6/30/2012 .
City of Santa Ana
20 Civic Center Plaza
Santa Ana, CA 92701
Contact: Edward Torres, (714) 647-5018
City of Fountain Valley
10200 Slater Avenue
Fountain Valley, CA 92708
Contact: Alex Salazar, (714) 593-4516
Bristol Street Widening
Contract Amount: $8,315,754.00
Start: 5/1/2009
Completed: 3/16/2012
Edinger Avenue Improvements
Contract Amount: $422,4.22.00
Start: 5/1/2012
Completed: 8/1/2012
"2011"
PAST WORK REFERENCES
Cityof Compton
Northwood Avenue Reconstruction
205 South Willowbrook Avenue
Contract Amount: $1,180,000.00
Compton, CA 90220
Start: 10/18/2010
Contact: Lou`uanaMitcheii ' '
1 ,(3zu/_/o'l-iws7,
Completed:. 5/4/2011
County of San Bernardino
Cajon Blvd.
825 E. Third Street
Contract Amount: $565,000.00
San Bernardino, CA 92415
Start: 3/11/2011
Contact: Franklin Lund, (909)'387-7920
Completed: 4/8/2011
County of Riverside
De Luz Road Rehabilitation
- _ 2950 Washington Street
Contract Amount: $740,000.00
_ Riverside, CA 92504
Start: 4/25/2011
Contact: David Hylkema, (951)850-6075 "
Completed: 5/23/2611
City of Stanton
2010/2011 Citywide Reconstruction
7800 Katella Avenue'
Contract Amount: '$322,322.00
Stanton, CA 90680-3162
Start: 3/1/2011. : •.
Contact: Quang Le, (714) 890-4234
,
Completed: 4/30/2011
City of Long Beach
Annual Contract Street Reconstruction
333 West Ocean Blvd., l Wh Floor
Contract Amount: $3,433,415.00
Long Beach, CA 90802
Start: 5/1/2010
Contact: Chuck Ramey, (562) 570-6634
Completed: Still On -Going
City gfParampunt .. :.
Neighborhood Stieet Resurfacing
16400 Colorado Boulevard
Contract Amount: $899,909.00
Paramount, CA 90723-5012
Start: 11/1/2010
Contact: Len Gorecki, (562),220-2111
Completed: 3/30/2011
City of Huntington Beach Slater Avenue Improvements
2000 Main Street Contract Amount: $1,926,341.00
Huntington Beach, CA 92648 Start: 8/2/2010
Contact: Dave Verone, (714) 375-8471 Completed: 2/30/2011
Department of Transportation Route 91 Project
464 W. Fourth Street Contract Amount: $5,732,812.00
San Bernardino, CA 92410-1400 Start: 3/1/2010
Contact: Imad Abugharbieh, (951) 277-8579 Completed: 3/30/2011
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
i DEBARMENT AND SUSPENSION CERTIFICATION
2012-13 , Federal Overlay Program
CITY PROJECT NO. M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-5450(078)
City of Santa Clarita, California
The bidder under penalty of perjury, certified that except as noted below, he/she or any person
associated therewith in the capacity of owner, partner, director, office manager:
is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by
any federal AGENCY;
has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal
AGENCY within past three years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award, but will be considered in determining bidders'
responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and
dates of action.
NOTE: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature portion
thereof shall also constitute signature of this Certification.
C-5
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
2012-13 , Federal Overlay Program
CITY PROJECT NO. M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-5450(078)
City of Santa Clarita, California
This bidder v proposed subcontractor hereby certifies
that he has , has notparticipated in a previous contract or subcontract subject to the
equal opport nity clause, as required by Executive Orders 10925.11114, or 11246, and that
he has , has not , filed with the Joint Reporting Committee, and Director of Office of
Federal Contract Compliance, a 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:
By:
Title:
Date:
Note: The above certification is required by the Equal Employment Opportunity of the Secretary of
Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in
connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth
in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.)
Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note that 41
CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits
a report covering the delinquent period or such other period specified by the Federal Highway
Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.
C-6
BIDDER'S INFORMATION AND CERTIFICATION
f Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury.
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under
the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been
satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
Bidder certifies that affirmative action has been taken to seek out and consider minority business
enterprises for those portions of the work to be subcontracted, and that such affirmative actions have
been fully documented, that said documentation is open to inspection, and that said affirmative action will
remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that
affirmative action will be taken to meet all equal employment opportunity requirements of the contract
documents.
Bidder's
Business
Telephone No.:
l\
State CONTRACTOR's License No. & Class:
Original Date: �1� 110 Expiration Date:1. ILP
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint venturers, and/or corporate officers shaving a principalinterestin this proposal:
�Ah..I \ ,.. _ IIf..?-t._1 '11\11 E— .-a' Q1f„_L nom..-_ %,A rA .w A
���(, �J ia A 00'' !�i UMY I M 0I7b1�
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal, or any firm, corporation, partnership or joint venture of which any principal having an
interest in this proposal was an owner, corporate officer, partner or joint venture are as follows:
C-7
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in
this proposal are as follows:
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and
seals of all aforementioned principals this / day of ftn 20A.
BIDDER:
Name and Title of
Legal Name of Bidder
(,tArv1) -13 - -11t6D * �t5-?.�—✓`I�✓6�3
Teleph ne Number Federal Tax I.D. No.
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER
MUST BE ATTACHED
S22 a NaG� �I ��rvu.a-,ura,T
Subscribed and sworn to this i
Notary
CSE:
Of 20_
(SEAL)
CALIFORNIA JURAT
State of California
County of Riverside
DONNA THORNE
+; Commission # 1892010
z -d. fMi Notary Public -California D
zz moo. Riverside County
My Comm. Expires Jun 7, 2014
Subscribed and sworn to (or affirmed) before
me on this 17th day March, 2014
Date Month
By (1) Robert Bradley
Name of Sinner
Proved to me on the basis of satisfactory evidence
be the person who appeared before me (.) (,)
(and
Signature sV�
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove
valuable to person relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Further Description of Any Attached Document
Title or Type of Document
Proposal: Bidder's Information and Certification
Dated: 3/17/14
Page:C-7,C-8
Signer(s) Other Than Named Above: None
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
N0: The following form shall be used in case check accompanies bid.
Accomp yang this Proposal is a `certified/cashier's check payable to the order of the City of Santa
Clarita for: dollars ($ ), this amount
being not le than ten percent (10%) of the total amount of the bid. The proceeds of this check shall
become the pr erty of said AGENCY provided this Proposal shall be accepted by said AGENCY through
action of its lega constituted contracting authorities, and the undersigned shall fail to execute a contract
and furnish the re ired bonds within the stipulated time; otherwise, the check shall be returned to the
undersigned.
Project Name: \FEDRAL-AID
deral Overlay Program
ECT NO. M0096
3-14-M0096
PROJECT NO. STPL-5450(078)
Bidder's Signature
CONTRACTOR X/7
Address
City, State, Zip Code
Delete the inapplicable work.
NOTE: If the bidder desires to use a bond instead of a check,
The sum of this bond shall be not less than ten percent (10%) of the
C-9
form shall be executed.
of the bid.
PROPOSAL GUARANTEE
BID BOND
2012-13 , Federal Overlay Program
CITY PROJECT NO. M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-545(
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that / as BIDDER,
and as SURETY, are held and
i
firmly bound unto the City of Santa Clarita, as AGENCY, in the;' enal sum of
dollars ($ ), which is ten percent (10%) of the al a�ri unt bid by BIDDER to AGENCY for the
above -stated project, for the payment of which sum, BID and SURETY agree to be bound, jointly
and severally, firmly by these presents. %
THE CONDITIONS OF THIS OBLIGATION ARE S at, whereas BIDDER is about to submit a bid
to AGENCY for the above -stated project, if said bid ' jacted, or if said bid is accepted and the contract
is awarded and entered into by BIDDER in the 2r and time specified, then this obligation shall be
null and void, otherwise it shall remain in full ford effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto vet their names, titles, hands, and seals, this
day of i 20
BIDDER:
Sign
Name an Title of Signatory
Addr ss
SURETY`
Subscribed and swom to is day of 20_
NOTARY PUBLIC (SEAL)
`Provide BIDDER andURETY name, address, and telephone number and the name, title, address, and
telephone number for ithorized 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.
C-10
Bid Bond No. 08597423
Bid Date: 318/2014
PROPOSAL GUARANTEE
BID BOND
2012-13, Federal Overlay Program
CITY PROJECT NO, M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-5450(078)
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that All American Asphalt , as BIDDER,
and Fidelity and Deposit Company of Maryland as SUR6?Y, are held and
firmly bound unto the City of Santa Clarita, as.AGENCY, in the penal sum of Ten Percent of Total Bid --
dollars ($ 10% 1, which is ten percent (10%) of the total amount bid by BIDDER to.AGENCY'for the -
above -stated project, for the payment of'which sum, BIDDER: and SURETY -agree to be bound, jointly'
and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to,submit,a bid.
to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract
is awarded and entered into by BIDDER in the manner and time specified; then this obligation shall be
null and void; otherwise it shall remain in full force and effectin favor of AGENCY..
1N WITNESSWHEREAS, the parties hereto have settheir,names, titles, hands, and sda(s, this
25th day of February 2014
BIDDER;
400 East Sixth Street, Corona, CA 92879 Phone: (951)736-7600
Address
SURETY* Fidelity and Deposit Company of Maryland
777 S. Figueroa Street, Ste. 3900, Los Angeles, CA 90017 David Wei Phone: (213) 270-0600
t a (1rtd$1� '�!& k4,=
Rebecca Haas -Bates, Attomey-in-Fact
Subscribed and swom'to this day of _20
NOTARYPUBLIC ***Please see Attached**** (SEAL)
*Provide BIDDER and SURETY name, address, and telephone number 'and 'the name, title, address,: and
telephone number for authorized representative.
IMPORTANT- Surety Companies' executing Bonds must appear on the Treasury Department's motest
current list Circular 570:, as amended and be authorized to transact business in the tawhere the
project is located.
C-10
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomevs-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 revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President 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 full 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 IOth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of my 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. .
thi�IN STI WHEREOF, I have her unto subscribed my name and affixed the corporate seals of the said Companies,
ay of/��l 20/.
. i
VW I�A a��
Geoffrey Delisio, Vice President
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 Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
THOMAS O. MCCLELLAN, 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 William SYRKIN, Rebecca HAAS -BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine,
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 15th day of January, A.D. 2013.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
rlSuWy,� ,w0 auaa.�-,��pe�insLq'°,e4i
1111 ♦ Ut 1+BaB' ��i
�� 4rn, bijr.
Assistant Secretary Vice President
Eric D. Barnes Thomas O. McClellan
State of Maryland
City of Baltimore
On this 15th day of January, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O.
MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally (mown 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 swom, deposeth and saith, that
he/she is the said officer of the Company aforessaid, 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 fust above written.
1pr,atun,tR Q �-��.•�+--•�- i,i'.. nuns
rniaunn•
Constance A. Dunn, Notary Public
My Commission Expires: July l4, 2015
POA -F 012-0033D
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
CIVIL CODE § 1189
State of California
County of HBe
On 2/25/2014 before me, R. Paramo, Notary Public
Date Here Insert Name and Title of the Officer
personally .appeared Rebecca Haas -Bates
Name(s) of Signer(s)
who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(c) is/are
subscrbed_to the within instrument and acknowledged,
to me that 4w/she/thee executed the same in
kk/her/Owir authorized capacity(iee) and that by
R. PARAMO f e /hermwiir signature
jsj on the instrument the:
Commission # 2035890 = person*, or the entit upon behalf of which the
a -m
Notary Public - California z
_ z . Y > person(s) acted, executed the instrument.
z orange County
M Comm. Expires Aug5, 2017 J 1 ce' TY OF PERJURY under the laws
t tate of C ' orn at the foregoing paragraph
Is true and con eck•
-WITNESS my hand rid ofitcia seal.
Place Notary Seal Above Sign
OPTIONAL
Though this section Is optional, .corrlpletIngthis Information can deter alteration of the document or
fraudulent.reattachment of this form to an unintended document.
Description ofllttached Document
Title or Type. of 'Document Bid Bond Document Date: 2/25/2014
Number of Pages: One i Signers) Other Than Named Above: All American Asphalt
Capacty(es) Claimed bySignet(s)
Signer's Name: Rebecca Haas -Bates
❑'Corporate Officer — Title(s):
❑ Partner— ❑ Limited ❑ General
C1 Individual OAttomey In Fact
Trustee ❑ Guardian or Conservator
❑ Other.
Sigher's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited :❑ General
❑ Individual ❑ Attorney in Fact
❑Trustee ❑ Guardian or Conservator
❑ Other:
Representing:Signer Is :.- -
Fidelity and ..
ti1i 11-01010
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On March 17 2014 before me, _ Donna Thorne, Notary Public
Date Here Ineen name and THIe or the officer
personally appeared Robert Bradley
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) Wane subscribed to the within instrument
and acknowledged to me that he/shekhey executed the same in
DONNA THORNE his/tleFAheiF authorized capacity(ies), and that by hislherkheir
+ signature(s) on the instrument the person(s), or the entity upon behalf
_ Commission # 1a92010
Z ..m Notary Public -California z of which the persons) acted, executed the instrument.
_ Riverside County I certify under PENALTY OF PERJURY under the laws of the State of
My Comm. Expires Jun 7, 2014
California that the forgoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature ty/yL{�(/rrrt,Q�
Place Notary Seel Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Bid Bond
Document Date: 3/17/2014 Number of Pages: One (1)
Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland
Capacity(les) Claimed by Signer(s)
Signer's Name: _ Robert Bradley
o Individual
x Corporate Officer—Title(s): Vice -President
o Partner— n Limited o General
❑ Attorney in Fad
c Trustee
Top o humb here
❑ Other:
Signer is Representing:
Signer's Name:
o Individual
❑ Corporate Officer—Title(s):
❑ Partner— ❑ Limited o General
❑ Attorney in Fact
❑ Trustee Top of hunb here
❑ Other.
Signer is Representing
01
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
2012-13 , Federal Overlay Program
CITY PROJECT NO. M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-5450(078)
City of Santa Clarita, California
To the CITY OF SANTA CLARITA:
In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the
Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to
put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the
Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage
against the public body awarding the contract of anyone interested in the proposed contract; that all
statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly,
submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership,
company association, organization, bid depository, or to any member or agent thereof to effectuate a
collusive or sham bid.
THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION"
SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS
WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE
CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION.
C-11
NON -COLLUSION AFFIDAVIT
2012-13 , Federal Overlay Program
CITY PROJECT NO. M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-5450(078)
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CAL FORNIA . ))
ki- kv�pws)4-e_ { §
COUNTY OF teS-At 6EtES is
Y - 1C being first duly sworn deposes and says that he is
theF (sole owner, a partner, president, etc.) of
k16b1 the party making the foregoing bid; that
such bid is not made in the ihterest of or behalf of any undisclosed person, partnership, company,
association, organization or corporation, that such bid is genuine and not collusive or sham, that said
BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid,
or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly
sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or
of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any
other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone
interested in the proposed Contract; that all statements contained in such bid are true, and further, that
said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the
contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in
connection, therewith to any corporation, partnership, company, association, organization, bid depository,
or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or
paid and will not pay any fee in connection, therewith to any corporation, partnership, company
association, organization, bid depository, or to any member or AGENCY thereof, or to any other
individual, except to such person or persons as have a partnership or other financial interest with said
BIDDER in his general business.
Bidder: ignatu���
re
Title
She a4cw Ca- �rvvua Jvra%
Subscribed and sworn to and before me this ay of _,20—
C -12
20_
C-12
CALIFORNIA JURAT
State of California
County of Riverside
C DONNA THORNE
Commission # 1892010 Z
_�cc Notary Public - California
Riverside County
My Comm. Expires Jun 7. 2014+
Subscribed and sworn to (or affirmed) before
me on this 17th day March, 2014
Date Month
By (1) Robert Bradley
Name of Signer
Proved to me on the basis of satisfactory evidence
be the person who appeared before me (.) (,)
(and
Signature AYtxjL�L
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove
valuable to person relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Further Description of Any Attached Document
Title or Type of Document
Proposal: Non -Collusion Affidavit
Dated: no date
Page:C-12
Signer(s) Other Than Named Above: None
BIDDER'S QUESTIONNAIRE
2012-13, Federal Overlay Program
CITY PROJECT NO. M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-5450(078)
City of Santa Clarita, California
If the bidder has answered the questionnaire within the past year and there are no significant changes in
the information requested, then the bidder need not file a new questionnaire. If there are changes,
indicate those changes. Should the space provided not be adequate, so indicate and complete
information on a separate page(s) and attach hereto.
Submitted b:
Principal
2. Type of Firm:yaiVINAto
Corporate: �! Other:
Individual:
3a.
If a corporation, answer these
Date of Incorporation:
President's Name:
Vice -President's Nam
Secretary or Clerk's Name:
Treasurer's Name: '
3b. If a partnership,,answer
Date of organization: _
of Incorporation: bll'6wh
questions:
Organized in:
Name of all partners holding morkhan a 10% interest:
Designate which are General or Managing Partners. 1 �
4. Name of person holding CONTRACTOR's license: Ryv— v ky,
License number: Class: �-17, Expiration Date:
C-13
A
BIDDER'S QUESTIONNAIRE
(cont'd)
2012-13 , Federal Overlay Program
CITY PROJECT NO. M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-5450(078)
City of Santa Clarita, California
List the major construction projects your oorganizatiQn h� grogress as of this date:
Owner: (A) (B)
Project Location:
Type of Project:
C-14
21495
8/62008
- -- ------
Manson ConsirufiONPart of
••�_•• �•_=
2008-2010 Marine
uio wm0unt
wo tonna a
Concrete Da IN ht
Cantmct Time
P.M-
Su t
Gun Imetl
Cont Rec.
bent Back Vk
21856
3/192008
Pleuro,
nronls
Rafe70, Ca8rad N0.07-117074
E 3150500.00
S 3165,349.50
28500
45500
D /Ni ht
2Veare
Brett
Ad
1.0%
1.6%
2/2/2008
9122009 Fetleraz
22101
7232009
SANBAGfSkanska4lazbs
Rope 215
f 6,187,86200
88,576
0
Bum
IOIOWUS
Wall
Ad
41102009
eased
22738
9181010
FlaBronlDe ofTmm
Coosa No. 07-1219U0 Rouk5
E 1581728.00
22147
0
Da
4Yeazs
Brett
An
89.0%
11/32008
12212008 Fatlarel rA
23509
Manson Canslnwlion
Pie. D F HO -S2259
E 301 750.00
32,070
Night
Brell
Ad
q5.0%
8222070
24787
9282017
game ConsMtcBaJRCTC
WiWtxta Road
S 4532,223.00
70,172
0
Brett
M
.87,17%
24791
BMaw
Cbua Road Ov
$ 39065].00
31823
gpp YVarld
Brett
�.
24236
10262011
M111 Cam an 1 d Rtv ClMton Keith Road
5 599329.0
7550
Brat
Ad
3TD%
24236
Sema Constutlon
Route 9l WpaM
S 8383106.00
79150
Bret!
Art
2423]
Carilfitlt
Roula l5 Fonkrm
$ 3,889,262.00
500
Brett
Art
2)0%
24293
2122012
PetersorVchas almran,
.... K a Ram Malan aro
§ 1445439.00
18 70
p
Brazl
Ali
99.0%99.0%ns
24294
RN.mida Cotrudien
Van Buren Inter
E 6621508.00
Brea
Ad
990%
V192012
24328
7/162012
D and of Tra rk0on
Contract No, 7241H0299-Rk 91
S 75.389320.00
41,000
73000
Bret)
80096
24338
312912012
De menldTren rtelbn
Dadmf No. OB -0P950/
f 3450822.00
Night
320
Jon
Rbk
86,0%
3272072
9/512012 Csfdat Stale Ovaml
24429
8/82077
Celirens/Fladron
K=0 S, galla Clank, pW-2332A4 f
460480.00
SWp
0
uavBre,
Cra
99.0%
24133
3/12012
FLATIRON
French Vel P
$ 2105.380.00
25,000
0
B
D
350
Cotl
Art
10.0%
249!16
5110/2012
D of Trans rtalbn
Routa 15.911-2M5504
§ 4.805978.00
18,000
360 Wong
Ad
95.0%.
47112012
24518
51312012
p MTrats rtalbn
Ra4e t3&17318908 -0P9204
E 4864504.00
41,200
0
0
Both
10 WorN
Brett
Craig'99.%
0 6172012
6/72012 Gdtlen Slak Ovem
24632
620/2012
Ci of Santa Ana
&oadvr4 Ave
§ M3348.50
De
50Wa
Brett
al
Cre'
199.0%
24667
7202012
GMBIh
ESireet
S 3,458000.00
48000
0
D
Da
Blatt
9s,0%
21775
---8762012
Ortiz Ent es
1- rw Int
546,754.00
OW
0
2Yean;
Brett
Art
99.0%
8232072
823/2012 Fm FX
24]81
8
802012
Coffman S edaWea
Oalran Can on R nt 151
1423833.
D
raft
Art
99.0%
-31-OW-20
9/72012
911 72 IX
248 7
9/132012
Clt of Carts
2012 Pavement Oved Pro'
E 4 3,453.50
8
Brett
Art
9/191201 FED
20872
10!302012
CI a(PMn Rivera
Tele Rd Lends Me an
$
,1
0
D
50 odd IM
J
1tlt
.0%
5 14520
299"
1932012
Cit of Pe s
anis Blvd Maddl.m 51
,500.
050.
400
D
65 Wo na
ad
a
99.0%
q t i t2
2592-
10/112072
es Cons6trLon
Ravin 10
120
Crai
70.0%
10
2504fi
19182012
CI of N rt Ba
genk Ane Hui his PevemeM Rem
,080.50-
1 068 068.00
4, p
428
Mi
62050
re,
d
10.0%
1242013
1 1 O7
2504]
11/152072
Cit o ante Aru
Bristol Street den
S 6.169256.50
2 SW
1110
an
J
Rids
80.0
1
/1
yi 73 FE
25048
8128 12
Ames C
PO B: Trerk Real' mnenl al
t,7%,950.
O
2
O%
11
M
13 FEDIX
25049
9177
POLB/GriBMC
Pim ands
f 4192500.00
65
0
0
560 an r
Brell
Adm
7025/2012
1 72 IED
25082
1/312013
De artmant afT Ilan
Contracl912-042909
$ 888398.50
8,760
Oa
480 r
B
Art
65.0%
192072
25083
1182012
Flatiron
OCTA' O e0o Ave Getle
$
0
NI
45 Workin
J'vn
Rick
70.0%
9152013
2262013 UPS
25114
2/612013
Cit of
IS Mili alion Phase II $Noel I
§ 7 ]74 774.00
,000
73 88
338
pe
25 re
1
All
- 0.0
411 13
26128
2!72013
Corona
Cil M Corona
OrFCall Corlorele PCC Mall
E app 000.50
100
250
Oa
lA W
J
Mika
50.0%
2212013
2282013 Fm E,
2513]
I 13
CauM of Los a
Pa vOZMPreservelbrHJath IJ1
4,300000.00
3
Da
385 B
J
Cre'
50.0%
7212073
2272073
25141
9742013
CI MCaaa
On -Call StreV21 Me
E 80.00
Da
oar
tl
Ike
500%
&72013
yt 13 3
25210
2272013
Cit of Be H6k
2012-2073 Street Resurfad
§ 2870000.00
000
400
Jerry
Ga'
500%
221/2013
2282073 FEDIX
25260
12312013
CI of Lon Beach
Actual Contract for Street l
E 15 050,050-00
201000
500
De
780 W D
Cotl
Mike
75 0%
4/161013
25292
3/17/2013
Coon of Loa
Abr11re W Strael
E 3 000.00
11
Da
365
Mike
33.0%
3291013
26295
Caltnl a Ore
John Wa rre A' art Pave Make.
S 750 900.00
5
7,516,
951
370
Da
140
Ron
Mike
50.0%
5/10/2013
41/5M2013 FFD EX
25327
4AM13
4/ 3
Ci of C
201913 RasfdenBN gtreM P
E 1,247,985.00
7 8DD
577
Day/Night
305 C8W'dar
Rat
Rick
95.Y.
-75D%
4/172013
M182073 FED EX
25371
N2412013
5120
0 mattWTrat
RoWa 7408-1C360/
E 1,845.938.00
15780
Da
N t
90 Wald
JIM
Rick
5/202013
26370
5191013
❑ dT
Raul. 23 Conlref W -4Y0409
S 3,455476.00
4630
7300
95 Wald
&ett
Craig
99.0%
5212073
521/073 GSO
25375
3/52013
Gliith
P1aGBUip1 Demo
E 12133,500.00
19000
ifowurift
Jim
Mike
40.0%46/2013
6179120173 G80
25378
202013
BMacO
2151MLKIBIeina
E 293,875.50
0
14 Montlta
Brett
Ad
25.0%
7H82073
25381
41102013
Cil at Rivadtle
Ven Buren BOulavard 5 lm lav E
127 91200
OBS
B ODO
1,000
Oe
Brett
Ad
99.0%
61132073
25382
4/1012013
Cil of Irvine
Cam us Olive Street B Lap
f 533,533-00
10334
928
70 World
Jim
Crai
75.0%
8/122013
&1&073 FFD EX
25389
121F
Califomla Profassiwttl
Coun! anaue Locetlme
S bwuuu.w
3000
0
D
0
90 Want
J
Ridt
90.0%
8FI22073
2"22
61112013
Gnty of Laguna Hills
EI Tao Rtl Pavement K Hilation
S 953953.50
7,M8
130
1050
Jtrn
Mike
90.0%
25434
CxiOM C
AtEo CeNa Dr Grade Se Mn
E 708 015.00
9 500
De IN ht
65 WoM
J
Rick
35.0%
0028/1013
25456
71102013
C of Gorden Grove
Hazbw Bwlevazd 8 EL.I' p Stratt
§ 1 885 000.00
3050
1 100
D
Brett
Ad
6.0
e.0%
]292013
25552
8/1312013
W of Riverspa
2012-13 Miar Streets -Ph 2
§ 1 143 898.00
B,gOp
835
50Waki
C
Rift
%
81192013
25593
6127/013
Cil of SaMa Ana
Mc Fadden Avenue
E 995,243.00
6700
350
45 World
Jin
Craig30.0%
&12013
819/2073
25607
71302013
Cil of La Puenle
Slmet B Slarm Drain Im enla
§ 1 750,000.50
4300
315
D
70 World
Jin
Rift
90.0%
8292013
0282013
25808
012
Atkinson
Dewre lore n e
f 4,485,4
50 WorkingCal
Mike
90.0%
9/102013
25632
7MW
]242013
Cl M L Beach
I "lam J -W Beal,
S 7 432 050,50
980
0
2Yaare
Brat
Aft
3.
81920/3
1 73 D IX
25646
3
CI of Bell Gardena
Slreel M rpventeMfY073-014
S 442,000.0
1,622
121
0
BB womi
Ran
Gorda,
70.0%
_T5.0%
81732013
9/181013 FED IX
25649
8/82013
SM01
Cit N Culver G
2013 Pavement P
S 7,203,888.0
9,500
0
70 Working
Ron
bin
9/722013
9/161013 FED EX
25849
8/812073
Court al Los ka
BredcNl Elep Ai
E 505000.50
B50
70
200
D
45
JM
Join
960%
9/17/073
92012073 TED IX
6212.13
Count of Riverside
East Hemet Ree
E 16136W00
14050
50
0
45 Wadd
Ra,
,bin
0.0%
12/1812013
172N2013 FED-FX25650
256"
513012013
Maa85ora Const
Caltrans: Rfe 405/5 W-252504
E 2832760.50
23000
D
MCaleMa
Jin
Crai
05.0%
91N013
91102073 FED EX
25707
1 2
Ames CansWdiOn
Paris alk Line
$ 3576,235.502Yams
Brell
Art
40%
&192013
9232013 FmIX
26734
10/11013
CI of Beva FBIk
01b014 On -Call Pa g Re $
- 2,490,000.0
1010
Brell
Art
D.0%
7 1820
25769
9/1902013
Cl of Pomara
WhRe Avenue Pavement Rehab.
$ 790 859.00
0800
1 800
D
365 Cale
Cod
Jots
50.0%
26760
Sri 12013
Count of Riverside
Washl tan SL BHa JohnR
§ 11198301.50
1030.
158
❑
130 Work
Jh.
John
280%
10292013
11112013 EED IX
25763
7411013
CI ofgan eanar2m
Pavement Rehabifiklion alTMea
S 990500.50
600
70
D
3050
Jim
Crai
50.0%
9282073
7dg2073 FEOEX
e7/2013
CI a Lo Beata
ftanva 731-25R Recons{B AI
E 12.78000.00
61280
650
D
45 Wok'
Cad
Cre!
50.D%
11112013
0
6 Nita
261 Wald
Rm
Gordon
40%
10242013
77172013 FEO IX
Job No.O
Bid Date
Agency / Owner
I Proect Tf0e
Bid Amount I
AC Torinatie
Condrets
De I Ni ht
Contract Time
P.M.
Su t
Co.
Cont Rea,
Sant Back VN
25835
1023/2013
Cil of Costs Mesa
Haba Boulevard and Mama A
f
2 737,737.OD
8,597
1,529
Day/Night
90 Work
J.Rick
25836
9/192013
De arelont d Trarre
12-0L74U4 Route 55
S
14 678,599.55
47,000
0
Da /N hl
380
Rick
101772013
10242013 GSO
25840
10242013
GriffinC
LAWN Ontario BL-
$
660000.00
7 000
9112014
25880
11/132015
Cl f Redlands
Retliantls BW Alabama St/Colton $
4.035.000.0E)
10030
899
Da
180 Calader
Gartlbn
12AM13
19112013 FEU FX
25889
1224/2013
Cil of Val
Van Buren BauleveN Street
$
833 670.00
5200
0
20 0
25904
12/32013
Cl of Hemet
Mountain Avenue and Sobobs SL
$
525,953.00
810
0
De
150 CalandaGordan
12/112013
191&2013 FED E%
25924
12242013
Ci of J Vali
Linardle Ave Pavement Rehab Ph
S
485 000.00
000
150
D
BOW
12712014
55941
11/192013
R IEiedric Co.
Paimeta Sauxi rovi
t
11830.00
1292014
28942
182014
C d Ora
John W e N R
S
726 000.00
0
D
NI
180 Colada
1202014
2732014 FED E%
25944
1232014
C d San BemaNino
Nmontl Ave Rehab P 'ed
S
489,708.00
3.850
0
90 Worts
1292019
25945
1232014
Coad of San Bernadino
E Btrast
S
515,000.00
O
W WaM
Gordon25984
2512014
D ent of Trans Ilon
08-OG29(A: Rte 1513fena U
f
122643.00
8,720
D
00
Brad
.0%
25967
1013 3
ROTC
Ria Widening1,970,009.
0790
Bred
0.0%
19
2/30/2013 U
25971
3f 12013
A1kWONWaLsh
91 Dea nlBulld
f
7,001000.00
61100
40 Ma81a
Brett
Art
0.D%
9172014
28027
9112014
CilyofivionaroValley
Alessandro Blvd Medan
8
1292.530.03
3,400
300
V
95 Wading
Jim
111]2
'TRIO
Piar I artl
2583000.00
000
0
D
old
Brett
M
.O%
10
d e Welr
20032010 treat idaorlr4F
75,000.00
0
0
D
fq elenda
Tanner
Craig
010StanfieldIrweslnent
Saha aCan nRaetl
33384.00
2.500
550
wwand
Bre0
21 1
Scrimslor Cansbud'aNCi
I Ob' o heel Widen'
214,550.00
3
0
e
301
.O%
5192012
Ci oft 8 7
SpringStreet Median
557557.00
0
BOW
Mie
0.
71 12
10142012
Nkinson
Route S Widening 074218W4
S
3,733,082.00
50000
Day
4Yaas
Bred
M
0.0%
59=13
Riverside County Purchasby
Reynolds Rd Pe Lot P
f
t52.9H.00
lou
Craig
0,096
SMO20135292013
FFD IX
7222013
C d Gan: oSubA
Foothill Padrwa
5
4!126,255.00
40000
4 000
O
350
Bred
Craig207
0,0%
2144
8/72013
Cil e L Beam
68m Street Rom West End b
$
197197.00
B01
178
J
G
0.0%
8512013
OHLUSA
Caltrans: 12-005604 Rte 91/55
$
520747.50
4.890
-
Brat
M
1282074
3142013
ZPSCO:USACE
Lower Santa Ana Riva Channel Re
$
170.357.40
Brad
M
12]2074
91112013
County of Rlvaside
Penis Boulevad Widen
S
B4o,r100A0
3.010
450
Day
12001
Cre'
0.0%
9/1712013
Da Luz CSD
2013 Carancho Road SI Seal
$
104 006.00
Lou
Gordon
9242013
92B@M13 F® E%
1022013
LA Cant Sanitation Distrid
Puente Hills Gas to Enargy Fmlity
S
49,150.00
Lau
Jots
101212013
10292013 FID E%
10/172013
City of Nov,port Beach
Ra side Drive and /vee Street Pew
$
1,2D7.207.00
7899
345
Dw
45 Working
Jerry
lack
0.0%
71182013
10/232013
OHLUSA
Ma rciia AwIBNSF RR Grade Sep
$
978859,10
15fi00
Bred
M
77512013
March MM Powers Au D Ar
Van Buren Blvd. Widen'
$
i 195 800.00
9802
306
Day
154 Ifforldng
Ran
Gordon
000%
11/72013
GMC Engineering
Kalelle Avenue
$
1 07 B61.B6
12,575
0
pay
22DVVaWng
Jin
M
O0%
11202013
County of Orange
Riverside Drive 8 Redands Drive a
$
35Z352.00
1301
Day
40
Rick
0.0%
152014
11212073
Riverside
Rubberized Pavemad Grafi Street
$
548363.50
Ed
Gordon
152014
1962013
County of Orange
Le Pate Gap Clears
$
9313065.00
117,003
2Yeas
Brad
M
1952013
Aulobahn ConsbrcOm
Rwle 1
8
853,738.00
SAW
0
Night
100 Wormy
Jin
M
OD%
1212312013
CI d Beach
Pine, Avenue Improvements
S
4,427,307.00
1 jerry
11182014
72312014
City d Rancho Palos Verdes
Arterial Roads RehaWfita0on Proisc
It
2,768,000.00
6,523
214
Day
wwcdft
Rai
0.0%
2/'!/2074
Val Verde USDISCM Group
Southeast High Sdmd Phase 1
$
2,398.000.00
719 Calendar
Lou
352014
9132014
CRY of Rivaeide
Brockton Ave Maintenance i
S
1,720,705.00
3 000
Day
60 Days
Jim
9132074
0 mets ofT
W -0G6204: Rte 38
S
10394281.00
32.000
Day
10OWcrldm
Brett
3172019
22512014
City of HeW,arne
11"home Bivtl Mobility Improverns
S
1 579000,00
23 0
3,288
Day
175VVarWrU
Ron
00%
3132014
2272014
Cit of Glendora
Cil ids Resurfacing ed
$
Z1119,763.00
3,841
Day
30 W
Jim
372014
Grim Company
LincenAveWideffing
f
253503.00
2,824
Brad
M
816=3
91122013 FED FX
312014
Flatiron
Cow Camp Rd Phase 1A11B BridgeS
46Qi37Z5t5
3,819
Bmd
M
0.0%
7242613
31112014
City of Whither
FY2013-2014Pavemat Surface
$
1639488.00
zi00
Day
lmwwkkv
Jim
John
0.0%
3132014
Departawwrt of Transportation
12-OM3004 Rte 405
S
Z158.05I.ca
15510
mam
W WERNIKI
Jim
Rick
0.0%
3!122014
CILY awedlalre Villagg
FY2013-148msetltestsaaclng
S
301670.00
2,100
0
Dw
i 35VYorlft
Cody
John
3132914
City of Moreno Valley
C Ice 1 Citywide PeveneM
$
3 320.00
23000
001
I Day
1 175 Working
Cody
Radon
Month Total
S
11764102.85
49
Apparent Low Total
S
73680642.31
484,147.00
Public Works BacWog
f
115490433.85
1
IJ
CERTIFICATION OF NON -SEGREGATED FACILITIES
2012-13 , Federal Overlay Program
CITY PROJECT NO. M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-5450(078)
City of Santa Clarita, California
The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not permit his employees to perform their
services at any location, under his control, where segregated facilities are maintained. The
CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perform their services "
at any location, under his control, where segregated facilities are maintained. The CONTRACTOR
agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract.
As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest
rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other
storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees which are segregated by explicit directive
or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local
custom, or otherwise. The CONTRACTOR agrees that (except where he has obtained identical
certifications from proposed subcontractors for specific time periods) he will obtain identical
certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which
are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such
certifications in his files.
�o�rk=�iiigk
Required by the May 19, 1967 order on Elimination of Segregated Facilities,
— 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1
C-15
�1 � �(csidfni'
the Secretary of Labor
3 — p. 3065).
NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS
2012-13, Federal Overlay Program
CITY PROJECT NO. M0096
BID # ENG -13-14-M0096
FEDERAL -AID PROJECT NO. STPL-5450(078)
City of Santa Clarita, California
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge
and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal contract,
the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification
of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any Federal agency,
a Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form -LLL, "Disclosure of Lobbying
Activities," in conformance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to
file the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts, which exceed
$100,000 and that all such sub -recipients shall certify and disclose accordingly.
THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION"
SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS
WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE
CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION.
C-16
DISCLOSURE OF LOBBYING ACTIVITIES
....a... - .. —1 -1-1 nV nvr I .po rUINOUHIV I IV J I U.D.V. IJJG
7'�n
of Federal Action: 2. Status of Federal Action: 3. Report Type:
ntract ❑ a. bid/offer/applicationa. initial
ant b. initial award b. material change
operative agreement c. post -award
n For Material Change Only:
n guarantee year _ quarter
insurance date of last reporte a Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee,
Enter Name and Address of Prime:
me Subawardee
.......... . ...Tier if known
Congressional District,
6. Federal DeoartmentfAo
8. Federal Action Number, if known:
10. a. Name and Address of Lobby Entity
(If individual, last name, first name, MI)
Congressional District, if known
7. FederalProgram Name/Description:
CFDA Number, If applicable
9. Award Amount, if known:
b. Individuals Performing Services (including
address if different from No. 10a)
(last name, first name, MI)
(attach Continuation Sheet(s) I ecessary)
11. Amount of Payment (check all that apply) 13. Typ of Payment (check all that apply)
$ actual planned 11ndicated
iner
time fee
12. Form of Payment (check all that apply): C.ission
ea. cash n entfee
b. in-kind; specify: nature ed
value , ape
14. Brief Description of Services Performed or to be perfte(s) o emice, including
officer(s), employee(s), or member(s) contacted, for Pated in Its 11:
(attach Continuation Sheet(s) if necessary)
15. Continuation Sheet(s) attached: Yes ❑
No
16. Information requested through this form is authorized by
Title 31 U.S.C. Section 1352. This disclosure of
Signature:
lobbying reliance was placed by the tier above when his
transaction was made or entered Into. This disclosure is
Print Name:
required pursuant to 31 U.S.C. 1352. This information
will be reported to Congress semiannually and will be
pp,, VVeey' a
available for public inspection. Any person who fails to
Title:
file the required disclosure shall be subject to a civil
penalty of not less than $10,000 and not more than
rn
Telephone No.:k5 I 1 - Date: ;3)1-7)m
$100,000 for each such failure.
Use
C-17
Authorized for Local Reproduction
Standard Form - LLL
INSTRUCTIONS FOR COMPLETION OF SF -LLL,
DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the
Initiation or receipt of covered Federal action or a material change to previous fling pursuant to title 31 U.S.C. section 1352.
The fling of a form is required for such payment or agreement to make payment to lobbying entity for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or
an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for
additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and
material change report. Refer to the implementing guidance published by the Office of Management and Budget for
additional information.
1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the
outcome of a covered Federal action.
2. Identify the status of the covered Federal action.
3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the
information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last,
previously submitted report by this reporting entity for this covered Federal action.
4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known.
Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward
recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include
but are not limited to subcontracts, subgrants and contract awards under grants.
5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip
code of the prime Federal recipient. Include Congressional District, if known.
6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level
below agency name, H known. For example, Department of Transportation, United States Coast Guard.
7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog
of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments.
8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g.,
Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or
loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g.,
"RFP -DE -90-001."
9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the
Federal amount of the award/loan commitments for the prime entity identified In Item 4 or 5.
10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified
in Item 4 to influenced the covered Federal action.
(b) Enter the full names of the individual(s) performing services and Include full address if different from 10 (a). Enter
Last Name, First Name and Middle Initial (MI).
11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying
entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that
apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made.
12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify
the nature and value of the in-kind payment.
13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.
14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform
and the date(s) of any services rendered. Include all preparatory and related activity notjust time spent in actual
contact with Federal officials. Identify the Federal offioer(s) or employee(s) contacted or the officer(s) employee(s) or
Member(s) of Congress that were contacted.
15. Check whether or not a continuation sheet(s) is attached.
16. The certifying official shall sign and date the form, print his/her name title and telephone number.
Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for
reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and
reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection
of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork
Reduction Project (0348-0046), Washington, D.C. 20503. SF-LLL-Instmotions Rev. 06-04-90eENDIFu
C-18
DBE INFORMATION -GOOD FAITH EFFORTS, EXHIBIT 15-H
Federal -aid Project No. STPL-5450(078)
Bid Opening Date March 4, 2014
The City of Santa Clarita established a Disadvantaged Business Enterprise (DBE) goal of
13.8 % for this project. The information provided herein shows that a good faith effort
was made.
Lowest, second lowest and third lowest bidders shall submit the following information to
-document adequate goodfaithefforts. Bidders should submit the following information even if -
the "Local Agency Bidder—DBE Commitment' form indicates that the bidder has met the DBE
goal. This will protect the bidder's eligibility fo,r award of the contract if the administering
agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm
was not certified at bid opening, or the bidder made a mathematical error.
Submittal of only the "Local Agency Bidder — DBE Commitment' form may not provide
sufficient documentation to demonstrate that adequate good faith efforts were made.
The following items are listed in the Section entitled "Submission of DBE Commitment' of the
Special Provisions:
A. The names and dates of each publication in which a request for DBE participation for this
project was placed by the bidder (please attach copies of advertisements or proofs of
\ publication):
J
Publication Dates of Advertisement
S
i�1@� QOM 3�q iy
B. The names and dates of written notices sent to certified DBEs soliciting bids for this
project and the dates and methods used for following up initial solicitations to determine
with certainty whether the DBEs were interested (please attach copies of solicitations,
telephone records, fax confirmations, etc.):
Names of Date of Follow Up
DBEs Initial Methods and
Solicited Solicitation Dates
C-19
C. The items of work which the bidder made available to DBE firms, including, where
appropriate, any breaking down of the contract work items (including those items
normally performed by the bidder with its own forces) into economically feasible units to
facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient
work to facilitate DBE participation was made available to DBE firms.
Items of Work Bidder
Normally
Performs Item
�o
k�a
Breakdown of Items
Amount
Percentage
M
Of
Contract
.�a \-HM�3a-4 --Ioouu - �. q Yl
D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the
bidder's rejection of the DBEs, the firms selected for that work (please attach copies of
quotes from the firms involved), and the price difference for each DBE if the selected firm
is not a DBE:
Names, addresses and phone numbers of rejected DBEs and the reasons for the
bidder's rejection of the DBEs:
UII fh
Names, addresses and phone numbers of firms selected for the work above:
t3
E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance,
and any technical assistance or information related to the plans, specifications and
requirements for the work which was provided to DBEs:
N WC
C-20
F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies,
materials, or related assistance or services, excluding supplies and equipment the DBE
subcontractor purchases or leases from the prime contractor or its affiliate:
G. The names of agencies, organizations or groups contacted to provide assistance in
contacting, recruiting and using DBE firms (please attach copies of requests to agencies
and any responses received, i.e., lists, Internet page download, etc.):
Name of Method/Date Results
Agency/Organizatio of Contact
n
y�-II ti�ww dc>{-@rtib�`hc@,t�� �� lt�hFt� rtkt.n
} H. Any additional data to support a demonstration of good faith efforts (use additional sheets
if necessary):
�kwLk
NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.
C-21
EXHIBIT 15-G LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS)
NOTE: yP,LEASE R,nE�FE(RI TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM
LOCAL AGENCY: 1 `v\ fl -*Y',t11 \ lj�Yl LOCATION:
PROJECT DESCRIPTION:�ihl'y kslic GYIII WU'�A6tA 'YIV/A�GM� No MoOhb Brcl Erc�-t�-14-)vlulQu
TOTAL CONTRACT AMOUNT: $1 _
BID DATE: J'IIjD� N`l
BIDDER'S NAME: �, Y�(��M �i11A iigallAr�
CONTRACT DBE GOAL: 1� �I•
CONTRACT ITEM OF WORK AND DESCRIPTION DBECERTNO.
ITEM NO. OR SERVICES TO BE AND EXPIRATION
SUBCONTRACTED OR MATERIALS DATE
O BE PROVIDED (or contracted if the
bidder is a DBE)
NAME OI' EACH DBE
(Must be certifrod on the date bids
amopened- include DBE address
and phone number)
DOLLAR AMOUNT
DBE
For Local Agency to Complete:
Local Agency Contract Number:
Federal -aid Project Number:
Federal Share:
Contract Award Date:
Local Agency clufics that WDBE certifications have been verified and
information is Piet ea accurate.
I
Print Name i Signature Date
Local Agency Representative
(Area Code) Telephone Number:
Total Claimed DBE
Participation
$
m of Bidder GyT' stdktlty
�11^1i� (��J1�131G'"I1P 6U
Date 1 (Area Code) Tel. No.
�1���)11 tA1L
Person.0a Contact (Please Type or Print)
Local Agency Bidder DBE Commitment (Construction Contracts)
(Rev 626/09)
Distribution: : �IlFax or scan a copy to the Caltrans District Local Assistance Engineer (DLAE) within 30 days of contract execution. Failure to
the DLAE within 30 days of contract execution may result in de -obligation of funds for this project.
Include in award package to Caltrans District Local Assistance
Original — Local agency files
C-22
INSTRUCTIONS - LOCAL AGENCY BIDDER
`\ DBE COABUTMENT (CONSTRUCTION CONTRACTS)
ALL BIDDERS:
PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder or
the second or third low bidder, it must submitted and received as specified in the Special Provisions. Failure to submit
the required DBE commitment will be grounds for finding the bid nonresponsive
The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total
Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal.
- -- —The -form has a column for the Contract Item Number and Item of Work and Description or Services to be _-..
Subcontracted or Materials to be provided by DBEs. Prime contractors shall indicate all work to be performed by
DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a
i certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification
numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on
the date bids are opened and include the DBE address and phone number).
IMPORTANT: Identify all DBE firms participating in the project regardless of tier. Names of the First -Tier DBE
Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names
and items of work in the "List of Subcontractors" submitted with your bid.
There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and
percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100% of item is
not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the
DBE.) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction
contracts), to determine how to count the participation of DBE firms.
Exhibit 15-0 must be signed and dated by the person bidding. Also list a phone number in the space provided and print the
name of the person to contact.
Local agenciesshould complete the Local Agency Contract Award, Federal -aid Project Number, Federal Share,
Contract Award Date fields and verify that all information is complete and accurate before signing and filing.
C-23
EXHIBIT 17-F Final Report -Utilization of Disadvantaged Business Enterprises (DBE), First -Tier Subcontractors
STATE OF CALIFORNIA. DEPARTMENT OF TRANSPORTATION
FINAL REPORT -UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES
(DBE), FIRST-TIER SUBCONTRACTORS
CB 24112F fREV 0212008)
ADA Notice
mfomacon m8 (916) 854-&110 or TDD (916) 654-3860 or wr
Management 1120 N Strati. MSA9. Saoamamo. CA 95814
For
CONTRACT NUMBER COUNTY I ROUTE
POST MILES FEDERAL AID PROJECT NO. I ADMINISTERING AGENCY CONTRACT COMPLETION DATE
PRIME CONTRACTOR
BUSINESS ADDRESS
ESTIMATED CONTRACT AMOUNT
ITE
M
NO.
DESCRIPTION OF
WORK PERFORMED
AND MATERIAL
PROVIDED
COMPANY NAME AND
BUSINESS ADDRESS
OBE CERT.
NUMBER
CONTRACT PAYMENTS
NON -DBE DBE
DATEWORK
COMPLETE
DATE OF FINAL PAYMENT
$ $
$ $
$ $
$ $
$ $
$ $
$
$ $
$ $
$ -
$
$
ORIGINAL COMMITMENT
$
TOTAL
$ $
OBE
List all First -Tier Subcontractors, Disadvantaged B s Enterpdss JDBEs)regardless of Her, whether or not it* firms were originally listed for goal credit. K actual DBE util�tion for Kam
ofworkIvow different than gat approved al ofaward,Prmidecomments on backef I". List actual amount paid to each entity.
CONTRACTOR REPRESE IVE'S
SIGNATURE BUSINESS PHONE NUMBER DATE
TO THE BEST OF MY INFORMATION AND BELIEF. THE ABOVE INFORMATION IS COMPLETE AND CORRECT
RESIDENT ENGINEER'S SIGNATURE BUSINESS PHONE NUMBER DATE
Copy per�taionCalinm maacia: Original. INmrio Comtruciun Co,,- Bminem Enicrprec Pmpom
Copy DM,iarion-Loral Agency.0.0e: Odginal- Don.0 Lonl Aeisuo : Em.,m Copy. Dinner Local Aw6lmco Enginsr
(MIX16tled Well Lee Reign of Exp klm rt
C-24
Cap.-CaMncar Cop} Residem Engram
Copy. Local Agen file
EXHIBIT 17-F Local Assistance Procedures Manual
Final Report -Utilization of Disadvantaged Business Enterprises (DBE) First -Tier Subcontractors
FINAL REPORT— UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE), FIRST-TIER
SUBCONTRACTORS
CEM 2402(F) (Rev. 02/2008)
The form requires specific information regarding the construction project: Contract Number, County, Route, Post Miles, Federal -aid Project No., the Administering Agency,
the Contract Completion Date and the Estimated Contract Amount. It requires the prime contractor name and business address- The focus of the form is to describe who did
work both DBE
what by contract item number and descriptions, asking for specific dollar values of item work completed broken down by subcontractors who performed the
and non -DBE work fomes. DBE prime contractors are required to show the date of work performed by their own forces along with the corresponding dollar value of work.
The form has a column to enter the Contract Item No. (or Item No's) and description of work performed or materials provided, as well as a column for the subcontractor name and
business address. For those firms who are DBE, there is a column to enter their DBE Certification Number. The DBE should provide their certification number to the contractor
and notify the contractor in writing with the date of the decertification if their status should change during the course of the project.
The form has six columns for the dollar value to be entered for the item work performed by the subcontractor.
The Non -DBE column is used to enter the dollar value of work performed for firms who are not certified DBE.
The decision of which column to be used for entering the DBE dollar value is based on what program(s) status the firm is certified. This program status is
determined by the California Unified Certification Program by ethnicity, gender, ownership, and control issues at time of certification. To confirm the certification
status and program status, access the Department of Transportation Civil Rights web site at: htto:f/www.dot ca 2Ov/bg/beo or by calling (916) 324-1700 or the toll
free number at (888) 810-6346.
Based on this DBE Program status, the following table depicts which column to be used:
DBE Program Status - Column to be used
If program status shows DBE only with no other programs listed DBE
If a contractor performing work as a DBE on the project becomes decertified and still performs work after their decertification date, enter the total dollar value performed by
this contractor under the appropriate DBE identification column.
If a contractor performing work as a non -DBE on the project becomes certified as a DBE, enter the dollar value of all work performed afl'er certification as a DBE under the
appropriate identification column.
Enter the total of each of the six columns in Form CEM -2402(F).
Any changes to DBE certification must also be submitted on Form -GEM 2403(F).
Enter the Date Work Completed as well as the Date of Final Payment (the date when the prime contractor made the
"final payment" to the subcontractor for the portion of work listed as being completed).
The contractor and the resident engineer sign and date the form indicating that the information provided is completeand correct.
C-25
STATE OF CALIFORNIA— DEPARTMENT OF TRANSPORTATION
DISADVANTAGED BUSINESS ENTERPRISES (DBE) CERTIFICATION STATUS CHANGE
CP -CEM -2403(F) (New. 10/99)
or
Attach DBE certification/Decertification letter in accordance with the Special Provisidpsr,,N
CONTRACT
ITEM NO.
SUBCONTRACT NAME AND
BUSINESS ADDRESS
BUSINESS
PHONE
ERTIFIC N NUMBER
AMOUNT PAID WHILE
CERTIFIED
CERTIFICATION/
DECERTIFICATION
DATE
Letter attached
$
V��
\3'
$
$
$
Comments:
I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT
CONTRACTOR REPRESE TIVE SIGNATURE
TITLE
BUSINESS PHONE NUMBER
DATE
TO THE BEST F MY KNOWLEDGE, THE ABOVE INFORMATION IS COMPLETE AND CORRECT
RESIDENT E (NEER
BUSINESS PHONE NUMBER
DATE
DISTRIBUTION Original copy -DLAE
Copy -1) Business Enterprise Program 2) Prime Contactor 3) Local Agency 4) Resident Engineer
C-26
i 1I
ADDENDUM! NO. 1
2012-13 FEDERAL OVERLAY PROGRAM
Bid No. ENG -12-13-M0096
Project No. M0096
City of Santa Clarita, California
March 4, 2014
This Addendum consists of 6 pages (AD01-1 through AD01-6), plus attachments and
modifies and forms a part of the Contract Documents noted below. Portions of the
Contract Documents not specifically mentioned in this Addendum remain in force. All
trades affected shall be fully advised of these changes, deletions, and additions. No time
f extensions are granted.
Changes and Clarifications to Bid Proposal:
1. Bid Schedule — Delete and replace with the attached revised Bid Schedule.
2. Section F2-15 CONSTRUCT 10' x 80' BUS PAD — Delete and replace with the
following:
F2-15 CONSTRUCT 10'x 80' BUS PAD
F2-15.1 Scope
The scope of work under this bid item shall include construction of AC bus pad. The
asphalt section shall be constructed at eleven (11) inches thick over native grade.
Asphalt mix design shall be Type III -C2 -PG 76-22, conforming to Section 400-4 of the
SSPWC (Standard Specifications for Public Works Construction, 2012 Edition and any
supplement therein), except as modified in these special provisions.
F2-15.2 Job Mix Formula
Asphalt binder shall be PG 76-22.
Use grading C2 from section 400-4 of the SSPWC.
All aggregate shall conform to Section 203-6.3.2 of the SSPWC.
The JMF shall target 5.0% air voids.
The Hveem Stability shall be a 40 minimum when tested in accordance with CT 366.
Voids in Mineral Aggregate shall be 14.0% minimum when tested in accordance with
MS -2.
AD01 -1
Tensile Strength Ratio shall be a minimum of 75% and dry tensile strength shall be a
minimum of 120 pounds per square inch when tested in accordance with CT 371. Plant
produced asphalt shall be used for testing.
Test the HMA using AASHTO T324 (Modified).
AASHTO T 324 (Modified) is AASHTO T 324, "Hamburg Wheel -Track Testing of
Compacted Hot Mix Asphalt (HMA)," with the following parameters:
1. Target air voids must eaual 7 t 1 percent
2. Specimen height must be 60 mm t 1 mm
3. Number of test specimens must be 4
4. Test specimen must be a 150mm gyratory compacted specimen
5. Test temperature must be set at 140 t 2 degrees F
6. Measurements for impression must be taken at every 100 passes
7. Inflection point defined as the number of wheel passes at the intersection of the
creep slope and the stripping slope
8. Test plant produced asphalt.
AASHTO T324 (Modified) must meet the following requirements:
1. Minimum number of passes at 0.5 inch average rut depth: 25,000
2. Minimum number of passes before the inflection point minimum number of passes:
15,000
F2-15.2.1 Job Mix Formula Review and Verification
Submit the job mix formula to the engineer for review, the engineer will review the job
mix formula and accept or reject it within 10 days.
If the job mix formula is accepted, arrange the sampling of materials for verification with
the engineer.
The contractor shall sample aggregate, supplemental fines, asphalt binder, liquid anti
strip, and hot mix asphalt at the direction of the engineer.
The engineer shall verify whether the mix complies with the job mix formula and these
specifications within 20 days of sampling.
If the mix is not verified, the contractor may alter the job mix formula or attempt to verify
the same mix again. Up to 2 verifications will be paid for by the engineer, for each
subsequent verification $3000 dollars shall be deducted from payments by the
engineer.
AD01 - 2
F2-15.2.2 Engineer's Materials Acceptance
During production assist the engineer in sampling hot mix asphalt a minimum once per
bus pad and once per day. Additional samples may be required at the discretion of the
engineer. '
Hot mix asphalt shall conform the following requirements:
1. Gradation requirements in Section 400-4.3.
2. Air void content: 3.5% - 6.5%.
3. Hveem stability: 40 minimum.
4. Voids in Mineral Aggregate: 13.5% minimum.
The engineer may test other quality characteristics for conformance with the
requirements of the job mix formula at his discretion.
If a quality characteristic is determined to be out of specification on two consecutive
samples the engineer may order the contractor to stop production and demonstrate that
the mix is in compliance before continuing to place mix on the project.
F2-15.2.3 Engineer's Compaction Acceptance
In addition to testing mix properties, compaction shall be tested with a nuclear gauge in
accordance with CT 375, except that daily maximum theoretical specific gravity tests
(CT 309) shall be used in lieu of averaged TMD tests. At least 5 tests shall be taken per
bus pad and averaged.
Compaction shall be monitored by the contractor using a nuclear gauge and shall be
verified by the engineer. Relative compaction shall be between 91.0% and 95.0% of
maximum theoretical specific gravity.
In the event of failing compaction results the contractor may, within 3 days of receiving
the failing compaction results from the engineer, request in writing that the compaction
be verified by coring. If cores are taken, a minimum of 2 cores per bus pad shall be
required.
Passing cores shall be paid for by the owner. Failing cores shall be paid for by the
contractor. If the core density testing produces both passing and failing cores, the cost
will be prorated between the owner and Contractor.
The following table for deductions shall apply to the averaged compaction for each bus
pad:
AD01 - 3
HMA Type A
and B and
RHMA-G
Percent of
Maximum
Theoretical
Density
Reduced
Payment Factor
HMA Type A
and B and
RHMA-G
Percent of
Maximum
Theoretical
Densit
Reduced
Payment Factor
91.0
0.0000
95.0
0.0000
9 0.90.0357
0.0179
95.1
0.0179
90.8
V9n,7
95.2
0.0357
n.n536
95..3
0,0536- _-
90.6
0.0714
95.4
0.0714
90.5
0.0893
95.5
0.0893
90.4
0.1071
95.6
0.1071
90.3
0.1250
95.7
0.1250
90.2
0.1429
95.8
0.1429
90.1
0.1607
95.9
0.1607
90.0
0.1786
96.0
0.1786
89.9
0.1964
96.1
0.1964
89.8
0.2143
96.2
0.2143
89.7
0.2321
96.3
0.2321
89.6
0.2500
96.4
0.2500
< 89.5
Remove and
lace
Replace
> 96.5
Remove and--
ndRe
Replace
F2-15.3 Construction
The bus pad shall have a cross slope no to match the street grade and shall allow
surface drainage water to pass over it while not retaining any water on top of it.
Asphalt shall be constructed to the lines and grades shown on the plans and shall
comply with the construction methods set forth. All work shall be completed per
sections 300 and 302 of the Standard Specifications for Public Works Construction. All
unclassified fill or excavation required for installing the bus pad at the lines and grades
shown on the plans.shall be included in this line item.
F2-15.4 Measurement and Payment
Payment for construction of AC bus pad shall including sawcutting, excavation, grading,
removal and disposal of existing improvements, and preparation of subgrade (including
compaction) shall be included. No additional compensation shall be allowed therefore.
The contract price paid per Square Foot for "CONSTRUCT 10'X80' BUS PAD" shall be
full compensation for furnishing all labor, materials, tools, equipment, incidentals and for
doing all work involved in constructing PCC Concrete Bus Pad complete in place,
including base materials as shown on the plans, Standard Specifications, these special
provisions and as directed by the Engineer.
AD01 -4
3. Section F2-11.2 Construction. Add the following:
Concrete around manholes, survey monuments, and other utility covers with collars
shall not be left exposed before final paving. Concrete around manholes survey
monuments, and other utility covers with collars shall be placed a minimum of 5 hours
prior to opening to traffic.
Concrete around manholes, survey monuments, and other utility covers with collars shall
meet the following requirements:
Compressive Strength: 4000 psi @ 3 days
The CONTRACTOR must place hot mix asphalt the same work day the manholes,
survey monuments, and other utility covers with collars are adjusted or place, clean and
sweep cold mix asphalt the same work day manholes are adjusted, and maintain the
cold mix asphalt until final paving. Road shall be completely open to traffic with cones
and delineators around adjusted manholes and utility covers removed at the end of the
work day on days utility covers are adjusted. Final paving shall be completed within 24
to 48 hours after placement of concrete collars around adjusted facilities.
4. Temporary Traffic Control Plans: Add Temporary Traffic Control Plans (5 Sheets)
6. Bus Pad Plans: Add Bus Pad Plans (3 Sheets)
6. Temporary AC Ramp Detail: The TemporaryAC Ramp Detail supersedes "Detail D—
Temporary HMA Ramp Detail" on the plans (1 Sheet)
7. Attachment "A"— This Attachment "A",( FHWA-1273 — Revised May 1, 2012,
consisting of 12 pages) will be attached to the "Capital improvement Project .
Agreement' and incorporated into the contract provisions for this project.
AD01 - 5
8. Federal Minimum Wage Rates: Please replace the Wage Rates in Appendix "B" with the
attached new updated Wage Rates. These Wage Rates are incorporated and made a part of
the contract specifications.
Attachments:
Bid Schedule (2 Sheets)
Temporary Traffic control Plans, (5 Sheets)
Bus Pad Plans (3 Sheets)
DETAIL "D" — Temporary AC Ramp Detail
FHWA Contract attachment, FHWA-1273, revised May 1, 2012
Federal Wage Rates CA33 4h34/44 REV 410 day - PDF
2/2///14
Resobert G Wawman
Director of Building & Engineering, City of Santa
Clarita
BIDDER'S CERTIFICATE
I acknowledge receipt of this Addendum No. 1 and accept the aforementioned conditions.
MAr�ti l(� 2014 zzz
Date Bi6d&g Signature v(1 t 1
THIS DOCUMENT TO BE SUBMITTED WITH BID
End of Addendum
ADo1 - 6
Contractor Name: All
Job Name: 20
DBE Business Contact Log
for Documenting Contact with:DBE Businesses
Bid Date: 3-18-14 (& 11:00 AM
im Project No. M0096
PART
Date
2/25/2014
3!7/2014
Follow Up 3/17/14
3/7/2014
Follow Up 3/13/14
3/7/2014
Follow Up 3113/14
3/7/2014
Time
3:36 PM
8:08 AM
12:10 PM
8:01 AM
12:17 PM
Mode of
Contract
Faxed
Faxed_
Faxed
Emailed
Emailed
Emailed
Emailed
Posted Ad On -Line
Company
Subcontracting it Vendor Request
J.P. Sideing Inc.
J.P. Striping Inc.
Traffic Loops Crackfillin , Inc.
Traffic Loos Crackfilling, Inc.
Califomia Professional Engineering
California Professional Engineering
Classified Ads
Phone
r Fax (if fa
was sent)
951-845E399
951-845-6399
Emailed
Emailed
Emailed
Emalled
Contact Person
Misc
Dale Shults
Dale Shults
Mai -Ian Nguyen
Mai -Ian N u en
Van Nguyen
Van Nguyen
Results Of
Conversation
See Attached
Faxed Request for Quote. See Attached.
Faxed Reminder for Quote. See Attached.
Emailed Request for Quote. See Attached.
Emailed Reminder for Quote. See Attached
Emailed Request for Quote. See Attached.
Emailed Reminder for Quote. See Attached
See Attached
Organizations Consulted:
317/2014
Via - Internet
hHP:/Awm,dot.ca.gov/hqAiWfincL-certified,htm gl6ep/find_cedified.htm
Searched for DBE Firms
All American Asphalt
Sub -contracting & Vendor Opportunities
Phone (951) 736-7600 Public Works Fax (951) 736-7646
Project: 2012-13 Federal Overlay Program
owner: City of Santa Clarita Estimator Cody Gawryluk
Bid Date & Time : Mar. 18 2014011:00 am (Bio should babot to ma above numberetleaal l hr. priorto MTme)
Subcontracting Opportunities In the following areas
Underomund Miscellaneous
Water Improvements Landscaping & Imigabon- Street Trees
Sewer Improvements Fencing and/or Railing
Storm Drain Improvements Mass Grading / Earthwork
Underground Linings and/or Coatings Pulverizing and/or Cement Treat, Lime Treat
Adjust Utilities to Grade / Install Monuments Crack Filling / Joint Sealing
Cast -In -Place Structures & V -Ditches Heater Re -Mix and/or Cold Recycling
Electrical l Tree Removals and/or Root Pruning X
Traffic Detector Loops X Base Material
Traffic Signal Improvements
Street and/or Parking Lot Lighting Engineering/Testing
Dry Utilities Testing and/or Inspection
Misc. Electrical / Video Detection Survey
Concrete Traffic Control Devices and/or Plans
Masonry Wall (Grouted River Rock)
Specialty Wall Finishes
Stari Concrete Striping & Markings & Removals X
Specialty Concrete / Monument Wall Monument Signs
Steel Placement Slurry Seal
Grinding / Grooving Painting and/or Finishes
Interlocking Pavers Chip Seal
All American Asphalt is an Equal Opportunity Employer and encourages the participation of Certified OBE/MBEMIBEDVBE Subcontractors
and/or Vend.m.
Subcontractors may be required to submit Payment & Performance Bond equal to 109 % of their bid at a maximum additional cost of 1 112% of
total bid amount. Subcontractor will be required to fully execute All American Asphalt standard subcontract.
PLANS & SPECS ARE AVAILABLE FOR REVIEW AT
THE OFFICE OF ALL AMERICAN ASPHALT AT
400 E. SIXTH ST., CORONA, CA. 92879
TELE: 951-736-7600
Page I of 1
Jessica Moya
From: Jessica Moya
Sent: Tuesday, February 25, 2014 3:26 PM
To: 'C.T.&F., Inc. (Business Fax)'; California Professioanl Engineering Inc. (Business Fax); Comet
Electric, Inc. (Business Fax); Competitive Edge Electric (Business Fax); 'Dynalectric-Los
Angeles (Business Fax)'; Ferriera Construction Company (Business Fax); 'Global Road
Sealing, Inc. (Business Fax)'; High Light Electric (Business Fax); Lincoln Pacific (Business
Fax); Los Angeles Signal Construction, Inc. (Business Fax); MBE Electric, Inc. (Business
Fax); 'Moore Signals & Lighting (Business Fax)'; Select Electric (Business Fax); Sierra Pacific
(Business Fax); 'Smith & Son (Business Fax)'; 'Smithson Electric (Business Fax)'; 'Steiny &
Company, Inc. (Business Fax)'; 'Traffic Loops Crackfilling Inc. (Business Fax)'; ABC
Resources, Inc. (Business Fax); Cal Stripe Inc. (Business Fax); Chrisp Company (Business
Fax); J & S Striping (Business Fax); Orange County Striping Service, Inc. (Business Fax); PCI
Pavement Markings (Business Fax); Sterndahl Enterprises (Business Fax); Super Seal &
Stripe (Business Fax); Superior Pavement Markings (Business Fax); 'Chris's Tree Service
(Business Fax)'; 'Stevens Tree Experts (Business Fax)'; Treesmith Enterprises (Business
Fax); v and E Tree Service, Inc. (Business Fax)'
Subject: FW: City of Santa Clarita - 2012-13 Federal Overlay Program
Attachments: Sub Request Form.XLS
Jessica Moya
Public Works Administrator
All American Asphalt
(951)736.7600 ext. 232
(951)736.7646
Jmoya@allamericanasphalt com
From: Cody Gawryluk
Sent: Tuesday, February 25, 2014 1:50 PM
To: Jessica Moya
Subject: City of Santa Clarita N 2012-13 Federal Overlay Program
3/7/2014
ALL AMERICAN ASPHALT
ALL AMERICAN AGGREGATES
P.O. BOX 2229, CORONA, CA 92878-2229
STATE CONTRACTORS LICENSE 267073-A
March 7, 2014
J.P. Striping, Inc.
650 E. First Street
Beaumont, CA 92223
_ Ph.951-845-2799
Fax 951-845-6399
ATTN: Dale Shults
We will be bidding city of Santa Clarita— 2012-13, Federal Overlay Program, City of Project No.
M0096 — Bid Date 3-18-14 @ 11:00 AM.
We are requesting bids from DBE Businesses for the following items of work:
Traffic Detector Loops
Tree Removals and/or Root Pruning
Striping & Markings & Removals
We have plans and specifications for review in our office. If you have any questions please call
me @ 951-736-7600 Ext. 213 or email Jmoya@allamericanasphalt.com.
Thank You,
Cody Gawryluk
Project Manager
TELEPHONE: 951-736-7600 * FAX: 951-739-4671
TRANSMISSION VERIFICATION REPORT
TIME
: 03/06/2014 20:34
NAME
: ALLAMERICAN
FAX :
7394657
TEL
01
SER.# :
BROHOJ191903
DATE,TIME
03/06 20:34
FAX NO./NAME
98456399
DURATION
00:00:24
PAGE(S)
01
RESULT
OK
MODE
STANDARD
ALL AMERICAN ASPHALT
ALL AMERICAN AGGREGATES
P.O. BOX 2229, CORONA, CA 92875-2229
STATE CONTRACTORS LICENSE 267073-A
March 7, 2014
J.P. Striping, Inc,
650 E. First Street
Beaumont, CA 92223
Ph. 951-845-2799
Fax 951-845-6399
ATTN: Dale Shults
We will be bidding city of Santa Clarita— 2012-13, Federal Overlay Program, City of Project No.
M0096 — Bid Date 3-1.8-1.4 @ 11:00 AM.
We are requesting bids from DBE Businesses for the following items of work:
Trak Detector Loops
Tree Removals and/or Root Pruning
Striping & Markings & Removals
We have plans and specifications for review in our office. If you have any questions please call
me @ 951-736-7600 Ext. 213 or email Jmoya@allamericanasphalt eom.
Thank You,
DATE,TIME
FAX NC./NAME
DURATION
PAGE(S)
RESULT
MODE
March 7, 2014
J,P. Striping, Inc.
650 E. First Street
Beaumont, CA 92223
Ph.951-845-2799
Fax 951-845-6399
ATTN: Dale Shults
TRANSMISSION VERIFICATION REPORT
TIME :
03/16/2014 20:25
NAME :
ALLAMERICAN
FAX :
7394657
TEL
SER.#
BROHOJ191903
03/16 20:24
6456399
00:00:37
01
OK
STANDARD
ALL AMERICAN ASPHALT
ALL AMERICAN AGGREGATES
P.O. BOX 2229, CORONA, CA 92878-2229
STATE CONTRACTORS LICENSE 267073-A
We will be bidding city of Santa Clarita— 2012-13,
M0096 —Bid Date 3-18-14 @ 11:00 AM.
We are requesting bids from DBE Businesses for the
Traffic Detector Loops
Tree Removals and/or Root Pruning
Striping & Markings & Removals
We have plans and specifications for review in our
me @ 951-736-7600 Ext, 213 or email Jmoya@all;
WTM
Overlay Program, City of Pmject No.
items of work:
If you have any questions please call
i
ALL AMERICAN ASPHALT
ALL AMERICAN AGGREGATES
P.O. BOX 2229, CORONA, CA 92878-2229
STATE CONTRACTORS LICENSE 267073-A
March 7, 2014
Traffic Loops Crackfilling, Inc.
1915 W. Ball Road
Anaheim, CA 92804
Phi 714-520-4026
Fax 714-520-4027
trafficloops@sbcjzlobal.net
ATTN: Mai -Ian Nguyen
We will be bidding city of Santa Clarita— 2012-13, Federal Overlay Program, City of Project No.
M0096 — Bid Date 3-18-14 @ 11:00 AM.
We are requesting bids from DBE Businesses for the following items of work:
Traffic Detector Loops
Tree Removals and/or Root Pruning
Striping & Markings & Removals
We have plans and specifications for review in our office. If you have any questions please call
me @ 951-736-7600 Ext. 213 or email Jmoya@allamericanasphalt.com.
Thank You
Cody Gawryluk
Project Manager
TELEPHONE: 951-736-7600 * FAX: 951-739-4671
Page 1 of 1
Jessica Moya
From: Jessica Moya
Sent: Friday, March 07, 2014 8:08 AM
To: 'traffcloops@sbcglobal.net'
Subject: Subs Bid for DBE Sucontractors
Attachments: DBE- Opportunity letter- City of Santa Clarita (2).doc
Reference: Bid for 2012-13 Federal Overlay Program, City Project No. M0096 Bid Date 3/18/14 @ 11 am
Good morning,
Attached is a letter for a sub -contracting opportunity for the bid reference above for the City of Santa
Clarita. Any questions please contact Cody Gawryluk at 951-736-7600 ext 213.
Thankyou,
Jessica Moya
Public Works Administrator
All American Asphalt
(951) 736.7600 ext. 232
(951)736-7646
Jmoya@aitamericanasphatt.com
3/7/2014
Page 1 of 1
Jessica Moya
From: Jessica Moya
Sent: Thursday, March 13, 2014 12:10 PM
To: 'trafficloops@sbcglobal.net'
Subject: Reminder: Subs Bid for DBE Sucontractors
Attachments: DBE- Opportunity letter- City of Santa Clarita (2).doc
Reference: Bid for 2012/13 & 2013114 Annual Curb, Gutter & Sidewalk Improvement Project City Project no. CB
1304 & CB 1404, Eucalyptus Avenue Widening Project, City Project No. 140808
Good afternoon,
This is a reminder that on March 18, 2014 @ 11 AM, we'll be bidding the referenced job above. If you
haven't faxed us your quote yet and are interested please fax your quote to 951-736-7646 or email it to
Jmoya@allamericanasphalt.com
Thank you,
Jessica Moya
Public Works Administrator
All American Asphalt
(951)736.7600 ext. 232
(951)736.7646
./moya@a1famericanasphait.com
From: Jessica Moya
Sent: Friday, March 07, 2014 8:08 AM
To: 'trafficloops@sbcglobal.net
Subject: Subs Bid for DBE Sucontractors
Reference: Bid for 2012-13 Federal Overlay Program, City Project No. M0096 Bid Date 3/18/14 @ 11 am
Good morning,
Attached is a letter for a sub -contracting opportunity for the bid reference above for the City of Santa
Clarita. Any questions please contact Cody Gawryluk at 951-736-7600 ext 213.
Thank you,
Jessica Moya
Public Works Administrator
All American Asphalt
(951)736-7600 ext. 232
(951)736-7646
Jmoya@allamericanasphalt.com
3/13/2014
March 7, 2014
ALL AMERICAN ASPHALT
ALL AMERICAN AGGREGATES
P.O. BOX 2229, CORONA, CA 92878-2229
STATE CONTRACTORS LICENSE 267073-A
California Professional Engineering
929 Otterbein Avenue, Unit E
La Puente, CA 91748
-
Ph. 626-810-1338
Fax 626-810-1322
van@cpengineeringine.com
ATTN: Van Nguyen
We will be bidding city of Santa Clarita— 2012-13, Federal Overlay Program, City of Project No.
M0096 — Bid Date 3-18-14 @ 11:00 AM.
We are requesting bids from DBE Businesses for the following items of work:
Traffic Detector Loops
Tree Removals and/or Root Pruning
Striping & Markings & Removals
We have plans and specifications for review in our office. If you have any questions please call
me @ 951-736-7600 Ext. 213 or email Jmoya@allamericanasphalt.com.
Thank You,
Cody Gawryluk
Project Manager
TELEPHONE: 951-736-7600 * FAX: 951-739-4671
Page 1 of 1
Jessica Moya
From: Jessica Moya
Sent: Friday, March 07, 2014 8:01 AM
To: van@cpengineeringinc.com'
Subject: Subs Bid for DBE Sucontractors
Attachments: DBE- Opportunity letter- City of Santa Cladta.doc
Reference: Bid for 2012-13 Federal Overlay Program, City Project No. M0096 Bid Date 3/18114 @ 11 am
Good morning,
Attached is a letter for a sub -contracting opportunity for the bid reference above for the City of Santa
Clarita. Any questions please contact Cody Gawryluk at 951-736-7600 ext 213.
Thank you,
Jessica Moya
Public Works Administrator
All American Asphalt
(951)736.7600 ext. 232
(951)736-7646
Jmoya@allamericanasphait.com
3/7/2014
Page 1 of 1
Jessica Moya
From: Jessica Moya
Sent: Thursday, March 13, 2014 12:17 PM
To: 'van@cpengineeringinc.com'
Subject: FW: Subs Bid for DBE Sucontractors
Attachments: DBE- Opportunity letter- City of Santa Clarita.doc
Reference: Bid for 2012/13 & 2013/14 Annual Curb, Gutter & Sidewalk Improvement Project City Project no. CB
1304 & CB 1404, Eucalyptus Avenue Widening Project, City Project No. 140808
Good afternoon,
This is a reminder that on March 18, 2014 @ 11 AM, we'll be bidding the referenced job above. If you
haven't faxed us your quote yet and are interested please fax your quote to 951-736-7646 or email it to
jmoya@allamericanasphalt.com
Thank you,
Jessica Moya
Public Works Administrator
All American Asphalt
(951)736-7600 ext. 232
(951)736.7646
imoya@allamericanasphatt.com
From: Jessica Moya
Sent: Friday, March 07, 2014 8:01 AM
To: 'van@cpengineeringinc.com'
Subject: Subs Bid for DBE Sucontractors
Reference: Bid for 2012-13 Federal Overlay Program, City Project No. M0096 Bid Date 3/18/14 @ 11 am
Good morning,
Attached is a letter for a sub -contracting opportunity for the bid reference above for the City of Santa
Clarita. Any questions please contact Cody Gawryluk at 951-736-7600 ext 213.
Thank you,
Jessica Moya
Public Works Administrator
All American Asphalt
(951)736.7600 ext. 232
(951)736.7646
Jmoya@allamericanasphalt.com
3/13/2014
Jessica Moya
From: ClassifiedAds.com [noreply@classifiedads.com]
Sent: Friday, March 07, 2014 6:58 AM
To: Jessica Moya
Subject: Your ad has been posted: SUB BIDS REQUIRED FOR DBE SUBCONTRACTORS
Dear Jessica Moya,
YOUR AD HAS BEEN POSTED.
Please keep this email. You will need it to manage your ad.
EDIT your ad by clicking this link:
http://www.classifiedads.com/2421373v9l469276v6cdf8l69_edit
DELETE your ad by clicking this link:
http://www.classifiedads.com/2421373v9l469276v6cdf8l69_delete
VIEW 6 SHARE your ad by clicking this link:
http://www.classifiedads.com/construction_work_jobs-ad91469276.htm
QUESTIONS? See our help page and contact us by clicking this link:
http://www.classifiedads.com/info.php?help
TAKE OUR SURVEY. Give us your feedback and help make our website better. Less than 60
seconds!
http://www.classifiedads.com/info.php?survey/s_confirmation
If your email program does not recognize the links above, simply copy and paste the link
into your web browser address bar.
Thank you for posting on ClassifiedAds.com!
SCAM WARNING:
Only deal with people in your area.
Don't wire funds (Western Union, Money Gram, etc.).
Beware of fake cashier's checks and money orders.
Beware of identity theft. Don't share your private info.
Use caution when accepting relay calls from the hearing and speech impared.
Avoid shipping and escrow.
Avoid deals that are too good to be true.
Learn more about how to avoid scams by clicking this link:
http://www.classifiedads.com/info.php?fraud
Please do not reply to this automated message. It was sent from an unmonitored email
address.
1
SUB BIDS REQUIRED FOR DBE SUBCONTRACTORS - Classified Ad Pagel of 3
Lo in Help Post an ad (free)
• � ! u
in Los
Construction Angeles:
Jobs Work Search for... San SEARCH
Fernando
Valley
SUB BIDS REQUIRED FOR DBE
SUBCONTRACTORS
Share & Like
Share this ad
Reason: Thcis& oksense
71 times
Avoid scams
Signs of fraud: wire transfer, money orders, cashier checks, shipping, escrow, "transaction
protection", "guarantee". Be safe by dealing locally.
Read more Flag this ad
Overview
Respond to this Ad
Contact:Jessica Moya
Phone:951-736-7600
City:Corona
Zip:92878
Posted in: Los Angeles: Central Construction Work
Description
Respond to this Ad
http://www.classifiedads.com/construction_workjobs-ad9l469276.ht n 3/17/2014
SUB BIDS REQUIRED FOR DBE SUBCONTRACTORS - Classified Ad Page 2 of 3
P.O. Box 2229
Requesting Sub- From Qualified DBE Subcontractors
And or Vendors for:
CITY OF SANTA CLARITA
2012/13 FEDERAL OVERLAY PROGRAM
CITY PROJECT NO. M0096
FEDERAL -AID PROJECT NO. STPL-5450 (078)
Bid Date: March 18, 2014 Q 11:00 am
Quotes are requested for (but not limited to) the following services
& Suppliers:
Traffic Detectors Loops
Tree Removals and/or Root Pruning
Striping & Markings & Removals
ALL AMERICAN ASPHALT
(Equal Opportunity Employer)
Corona, CA92878-2229
(951)736-7600 Fax; (951) 736.7646
Contact: Estimating Department
License No, 267073
Plans, specifications and project requirements are available in our office for viewing or may be obtained from the CITY OF SANTA
CLARITA,
23920 VALENC/A BLVD., 5TE300, SANTA CLARITA,
CA91355. If you require information regarding assistance in obtaining bounding,
insurance, credit, equipment, supplies, materials, or related services, please contact our
office.
http://www.classifiedads.com/construction_work_iobs-ad91469276.btm 3/17/2014
CITY 0t SA,ilTA CLARiTA
7o14M9,r+ 18 AI0,s3
4 :f; c=1 J r c,
1)URCiiAS1111u
4 j
S
t't s 3
1
Vr
t
i
s
{
1.
LJ
x
1
i
ALL AMERICAN ASPHALT
P.O. BOX 2229
CORONA,. CA 92878-2229
TO:
��, UVCYICASiY1
Z3��2o U NI\I� IN 11�
RETURN REQUESTED
Ls.MT t'f of _ :{ .jk ~•
t��;t, � h � Yr' ✓ YAY k'� f f fT
Y X
�4`p� iI .w�l LAjb'
f N.• l
e
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 14-00130
2012-13 Federal Overlav Program, Project M0096,
STPL 5054 (078)
This AGREEMENT is made and entered into for the above -stated project this _ day of
20_, BY AND BETWEEN the City of Santa Clarita, as CITY; and All
American Asphalt, as CONTRACTOR.
CITY and CONTRACTOR have mutually agreed as follows:
ARTICLE I
That contract documents for the aforesaid project shall consist of the Notice Inviting Bids,
Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special
Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings,
appendices, and City's Labor Compliance Program; together with this AGREEMENT and all
required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all
addenda or supplemental agreements clarifying or extending the work contemplated as may be
required to insure its completion in an acceptable manner. All of the provisions of said
AGREEMENT documents are made a part hereof as though fully set forth herein.
ARTICLE II
For and in consideration of the payments and agreements to be made and performed by CITY,
CONTRACTOR agrees to furnish all materials and perform all work required for the above -stated
project, and to fulfill all other obligations as set forth in the aforesaid contract documents.
ARTICLE III
CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full
compensation for furnishing all materials, performing all work, and fulfilling all obligations
hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising
out of the nature of the work during its progress or prior to its acceptance including those for well
and faithfully completing the work and the whole thereof in the manner and time specified in the
aforesaid contract documents; and also including those arising from actions of the elements,
unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or
discontinuance of the work, and all other unknowns or risks of any description connected with the
work.
Revised June 2011 Page 1 of 13
ARTICLE IV
CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide
the materials, do the work, and fulfill the obligations according to the terms and conditions herein
contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time,
in the manner, and upon the conditions set forth in the contract documents.
ARTICLE V
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 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.
ARTICLE VI
CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT
represent all individuals, firm members, partners, joint venturers, or corporate officers having
principal interest herein.
ARTICLE VII
Nature of Relationship
CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or
officials. CONTRACTOR shall perform services in accordance with the rules, regulations and
Revised June 2011 Page 2 of 13
policies of CITY respecting such services, and in accordance with appropriate standards of
professional conduct, if any, applicable to the services provided. CITY shall not be responsible for
withholding any payroll or other taxes on behalf of CONTRACTOR It is understood and agreed
that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing
contained herein shall be construed as making the CONTRACTOR, or any individual whose
compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY, or
authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of
the CITY.
ARTICLE VIII
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.
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.
Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this
Amreement. City may obtain coverage at CONTARCTOR'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 Amreement immediately with no penalty.
Should Contractor's insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of
cancellation. Furthermore. CONTRACTOR must obtain replacement coverage that meets all
contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation
CONTRACTOR must ensure that there is no lapse in coverage.
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:
Revised June 2011 Page 3 of 13
A combined single limit liability policy in the amount of $2,000,000 or a commercial general
liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be
considered equivalent to the required minimum limits.
All of such insurance shall be primary insurance 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 City prior to execution of this Agreement on behalf
of the City.
If the operation under this Agreement results in an increased or decreased risk in the opinion of the
City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated
shall be changed accordingly upon request by the City 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.
Worker's Comvensation 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, inure 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.
All such insurance shall be primary insurance and shall name the City of Santa Clarita as an
additional insured.
Fire and Extended Coverage Insurance (Services involving real property only)
CONTRACTOR also 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.
Revised June 2011 Page 4 of 13
ARTICLE IX
Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD)
of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS
entered into with the City. CONTRACTOR agrees to complete all required forms necessary to
comply with EDD regulations.
ARTICLE X
Term
This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to
Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless
sooner terminated.
Modification/Termination
No modification, amendment or other change in this AGREEMENT or any provision hereof shall
be effective for any purpose unless specifically set forth in writing and signed by duly authorized
representatives of the parties hereto. This AGREEMENT may be terminated with or without cause
by CITY giving CONTRACTOR thirty (30) days, advance written notice. Any reduction of
services shall require thirty (30) days advance written notice unless otherwise agreed in writing
between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled
to compensation for all satisfactory services completed and materials provided to the date of the
notice of termination.
Non -Effect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terns,
covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder,
shall not be construed as a waiver or relinquishment of the future performance of any such terms,
covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided
for herein.
Severabilitv
In the event that any one or more of the provisions contained in this AGREEMENT shall for any
reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding
shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be
construed as if such unenforceable provisions are not a part hereof.
Governing Law
This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall
be determined in accordance with the laws of the State of California.
Revised June 2011 Page 5 of 13
Compliance with Law
CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the
federal, state, and local government, including City's Labor Compliance Program (LCP).
CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination
System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES
Requirements shall result in project delays through City issued Stop Work Notices and/or fines
levied against the CONTRACTOR.
Conflict of Interest
CONSULTANT will comply with all conflict of interest laws and regulations including, without
limitation, CITY'S conflict of interest regulations.
Prevailine Waees
If required by applicable state law including, without limitation Labor Code §§ 1720 (as
amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers
prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any
prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages
resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2,
copies of the prevailing rate of per diem wages are available upon request from CITY'S
Engineering Division or the website for State of California prevailing wage determination at
www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at
the job site.
This contract is subject to both federal and state prevailing wage requirements of the California
Labor Code including Sections 1770 and 1773, the Davis -Bacon and Related Acts and the City's
California Department of Industrial Relations (DIR) approved Labor Compliance Program. All
covered work classifications required in performance of this contract will be subject to prevailing
wage provisions. If there is a difference between the federal and state wage rates, the Contract and
its subcontractors shall pay not less than the higher wage rate. Contractor shall further adhere to the
requirements contained in the City's Labor Compliance Program. A copy of the Labor Compliance
Program is available for review upon request at the Office of the City Clerk. All pertinent federal
and State of California statues and regulations, including, but not limited to those referred to in this
contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in
their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all
applicable federal and State of California statues and regulations and adhering to the latest editions
of such.
Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which
includes provisions addressing employment eligibility, employment verification, and
nondiscrimination. Under the INA, employers may hire only persons who may legally work in
the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S.
Revised June 2011 Page 6 of 13
The employer must verify the identity and employment eligibility of anyone to be hired, which
includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall
establish appropriate procedures and controls so no services or products under the Contract
Documents will be performed or manufactured by any worker who is not Iegally eligible to
perform such services or employment.
Federal Prevailing Wages
The work being done pursuant to this Contract is paid for in part by the United States of America.
Therefore, pursuant to the provisions applicable to such federal assistance, Contractor
acknowledges and agrees that the services, construction, and maintenance pursuant to this Contract
is, or may become, subject to certain federal laws and regulations, including, but not limited to,
provisions of the Davis -Bacon Act, and particularly 29 Code of Federal Regulations Section 5.5 in
part as follows:
(a) The Agency head shall cause or require the contracting officer to insert in full in any contract in
excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including
painting and decorating, of a public building or public work, or building or work financed in whole
or in part from federal funds or in accordance with guarantees of a federal agency or financed from
funds obtained by pledge of any contract of a federal agency to make a loan, grant or annual
contribution (except where a different meaning is expressly indicated), and which is subject to the
labor standards provisions of any of the acts listed in Section 5.1, the following clauses (or any
modifications thereof to meet .the particular needs of the agency provided that such modifications
are first approved by the Department of Labor):
(1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work
(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the
construction or development of the project), will be paid unconditionally and not less often than
once a week, and without subsequent deduction or rebate on any account (except such payroll
deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act
(29 CFR Part 3)), the frill amount of wages and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment computed at rates not less than those contained in the wage
determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless
of any contractual relationship which may be alleged to exist between the contractor and such
laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe
benefits under Section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are
considered wages paid to such laborers or mechanics, subject to the provisions of paragraph
(a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly
period (but not less often than quarterly) under plans, funds, or programs which cover the particular
weekly period, are deemed to be constructively made or incurred during such weekly period. Such
laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in Section 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time actually
worked therein: provided that the employer's payroll records accurately set forth the time spent in
each classification in which work is performed. The wage determination (including any additional
Revised lune 2011 Page 7 of 13
classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis -
Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the
site of the work in a prominent and accessible place where it can be easily seen by the workers.
(u)(A) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefore only when the
following criteria have been met: (1) The work to be performed by the classification requested is not
performed by a classification in the wage determination; and (2) The classification is utilized in the
area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B)
If the contractor and the laborers and mechanics to be employed in the classification (if known), or
their representatives, and the contracting officer agree on the classification and wage rate (including
the amount designated for fringe benefits where appropriate), a report of the action taken shall be
sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment
Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator,
or an authorized representative, will approve, modify, or disapprove every additional classification
action within 30 days of receipt and so advise the contracting officer or will notify the contracting
officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the
laborers or mechanics to be employed in the classification or their representatives, and the
contracting officer do not agree on the proposed classification and wage rate (including the amount
designated for fringe benefits, where appropriate), the contracting officer shall refer the questions,
including the views of all interested parties and the recommendation of the contracting officer, to
the Administrator for determination. The Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advice the contracting officer or will notify the
contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate
(including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C)
of this section, shall be paid to all workers performing work in the classification under this contract
from the first day on which work is performed in the classification. (iii) Whenever the minimum
wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit
which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the
wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent
thereof. (iv) If the contractor does not make payments to a trustee or other third person, the
contractor may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that
the Secretary of Labor has found, upon the written request of the contractor, that the applicable
standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor
to set aside in a separate account assets for the meeting of obligations under the plan or program.
(2) Withholding. The CITY shall upon its own action or upon written request of an authorized
representative of the Department of Labor withhold or cause to be withheld from the contractor
under this contract or any other federal contract with the same prime contractor, or any other
federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by
the same prime contractor, so much of the accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by
the contractor or any subcontractor the full amount of wages required by the contract In the event
Revised June 2011 Page 8 of 13
of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or
working on the site of the work (or under the United States Housing Act of 1937 or under the
Housing Act of 1949 in the construction or development of the project), all or part of the wages
required by the contract, the CITY may, after written notice to the contractor, take such action as
may be necessary to cause the suspension of any further payment, advance, or guarantee of fimds
until such violations have ceased.
(3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by
the contractor daring the course of the work and preserved for a period of three years thereafter for
all laborers and mechanics working at the site of the work (or under the United States Housing Act
of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such
records shall contain the name, address, and social security number of each such worker, his or her
correct classification, hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section
1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made
and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that
the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in
providing benefits under a plan or program described in Section I(b)(2)(B) of the Davis -Bacon Act,
the contractor shall maintain records which show that the commitment to provide such benefits is
enforceable, that the plan or program is financially responsible, and that the plan or program has
been communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall maintain written evidence of the registration
of apprenticeship programs and certification of trainee programs, the registration of the apprentices
and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The
contractor shall submit weekly for each week in which any contract work is performed a copy of all
payrolls to the City. The payrolls submitted shall set out accurately and completely all of the
information required to be maintained under Section 5.5(a)(3)(i) of Regulations 29 CFR Part 5. This
information may be submitted in any form desired. Optional Form WH -347 is available for this
purpose and may be purchased from the Superintendent of Documents (federal stock number
029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor
is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll
submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or
subcontractor or his or her agent who pays or supervises the payment of the persons employed
under the contract and shall certify the following: (1) That the payroll for the payroll period contains
the information required to be maintained under Section 5.5(a)(3)(i) of Regulations 29 CFR Part 5
and that such information is correct and complete; (2) That each laborer or mechanic (including
each helper, apprentice, and trainee) employed on the contract during the payroll period has been
paid the full weekly wages earned, without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the full wages earned, other than
permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic
has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the
classification of work performed, as specified in the applicable wage determination incorporated
into the contract. (C) The weekly submission of a properly executed certification set forth on the
reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification
Revised lune 2011 Page 9 of 13
of any of the above certifications may subject the contractor or subcontractor to civil or criminal
prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code.
(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this
section available for inspection, copying, or transcription by authorized representatives of the CITY
or Department of Labor, and shall permit such representatives to interview employees during
working hours on the job. If the contractor or subcontractor fails to submit the required records or to
make them available, the CITY may, after written notice to the contractor, take such action as may
be necessary to cause the suspension of any further payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or to make such records available
may be grounds for debarment action pursuant to 29 CFR 5.12.
(4) Apprentices and trainees --(i) Apprentices. Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are employed pursuant to and
individually registered in a bona fide apprenticeship program registered with the U.S. Department
of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer
and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person
is employed in his or her first 90 days of probationary employment as an apprentice in such an
apprenticeship program, who is not individually registered in the program, but who has been
certified by the Office of Apprenticeship Training, Employer and Labor Services, or a State
Apprenticeship Agency to be eligible for probationary employment as an apprentice. The allowable
ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than
the ratio permitted to the contractor as to the entire work force under the registered program. Any
worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed
as stated above, shall be paid not less than the applicable wage rate on the wage determination for
the classification of work actually performed. In addition, any apprentice performing work on the
job site in excess of the ratio permitted under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work actually performed. Where a
contractor is performing construction on a project in a locality other than that in which its program
is registered, the ratios and wage rates (expressed in percentages of the joumeyman's hourly rate)
specified in the contractor's or subcontractor's registered program shall be observed Every
apprentice must be paid at not less than the rate specified in the registered program for the
apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in
the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the apprenticeship program does not specify fringe
benefits, apprentices must be paid the full amount of fringe benefits listed on the wage
determination for the applicable classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with
that determination. In the event the Office of Apprenticeship Training, Employer and Labor
Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an
apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than
the applicable predetermined rate for the work performed until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than
the predetermined rate for the work performed unless they are employed pursuant to and
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration. The ratio
of trainees to journeymen on the job site shall not be greater than permitted under the plan approved
Revised Ime 2011 Page 10 of 13
by the Employment and Training Administration. Every trainee must be paid at not less than the
rate specified in the approved program for the trainee's level of progress, expressed as a percentage
of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid
fringe benefits in accordance with the provisions of the trainee program. If the trainee program does
not mention fringe benefits, trainees shall be paid the fall amount of fringe benefits listed on the
wage determination unless the Administrator of the Wage and Hour Division determines that there
is an apprenticeship program associated with the corresponding journeyman wage rate on the wage
determination which provides for less than full fringe benefits for apprentices. Any employee listed
on the payroll at a trainee rate who is not registered and participating in a training plan approved by
the Employment and Training Administration shall be paid not less than the applicable wage rate on
the wage determination for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the registered program shall
be paid not less than the applicable wage rate on the wage dete nination for the work actually
performed. In the event the Employment and Training Administration withdraws approval of a
training program, the contractor will no longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an acceptable program is approved. (iii)
Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this
part shall be in conformity with the equal employment opportunity requirements of Executive Order
11246, as amended, and 29 CFR Part 30.
(5) Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR Part 3, which are incorporated by reference in this contract
(6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Caltrans(type in the name
of the federal agency) may by appropriate instructions require, and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The also,
contractor shall be
responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract
clauses in 29 CFR 5.5.
(7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor as
provided in 29 CFR 5.12.
(8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of
the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by
reference in this contract.
(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of
this contract shall not be subject to the general disputes clause of this contract. Such disputes shall
be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts
5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or
any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the
employees or their representatives.
Revised lune 2011 Page 11 of 13
(10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither
it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or
firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon
Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm
ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or
29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal
Code, 18 U.S.C. 1001.
(b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the
contracting officer to insert the following clauses set forth in paragraphs (b)(1), (2), (3), and (4) of
this section in full in any contract in an amount in excess of $100,000 and subject to the overtime
provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in
addition to the clauses required by Section 5.5(a) or 4.6 of Part 4 of this title. As used in this
paragraph, the terns laborers and mechanics include watchmen and guards. (1) Overtime
requirements. No contractor or subcontractor contracting for any part of the contract work which
may require or involve the employment of laborers or mechanics shall require or permit any such
laborer or mechanic in any workweek in which he or she is employed on such work to work in
excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a
rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty
hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event
of any violation of the clause set forth in paragraph (b)(1) of this section, the contractor and any
subcontractor responsible therefor shall be liable for the unpaid wages (3) Withholding for unpaid
wages and liquidated damages. The CITY shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld, from any
moneys payable on account of work performed by the contractor or subcontractor under any such
contract or any other federal contract with the same prime contractor, or any other federally -assisted
contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set
forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall
insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and
also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.
The prime contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section.
Revised June 2011 Pap 12 of 13
The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do
hereby agree to the full performance of the covenants herein contained and have caused this
AGREEMENT to be executed in duplicate by setting hereunto their names and titles this day
of 20
KIUNIM1141010;
ALL SIGNATURES MUST BE
WITNESSED BY NOTARY
CITY:
Attest:
Approved as to Form:
CONTRACTOR Name:
Address:
Phone & Fax No.
Signed By:
Print Name & Title:
CONTRACTOR's License No.
Class
Date:
Mayor/City Manager of the City of Santa Clarita
City Clerk of the City of Santa Clarita
City Attorney of the City of Santa Clarita
Date:
Date:
Revised Iwe 2011 Page 13 of 13