Loading...
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