HomeMy WebLinkAbout2015-02-24 - AGENDA REPORTS - GOLDEN VALLEY PROJ S3028 (2)0
Agenda Item: 2
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR o'
CITY MANAGER APPROVAL: J�✓u�`�✓
DATE:
February 24, 2015
SUBJECT:
GOLDEN VALLEY ROAD BRIDGE WIDENING OVER STATE
ROUTE 14, PROJECT S3028 —AWARD CONSTRUCTION
CONTRACT
DEPARTMENT:
Public Works
PRESENTER:
Damon Letz
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the Golden Valley Road Bridge Widening over
State Route 14, Project 53028.
2. Award the construction contract to Security Paving Company, Inc., in the amount of
$6,437,715, and authorize a contingency in the amount of $965,700, for a total contract
amount not to exceed $7,403,415.
3. Award professional services contract for construction support to NMS Engineers, Inc., in
the amount of $1,412,210 for the resident engineer, bridge inspector for night work and
peak work load, surveying, material testing, source inspection, and construction staking.
4. Authorize Reimbursable Letter of Agreement with the California Highway Patrol in the
amount of $100,000 for the Construction Zone Enhanced Enforcement Program during
construction.
5. Authorize the following transactions to fund the Golden Valley Road Bridge Widening Over
State Route 14, Project S3028:
• Appropriate $3,980,146 to Proposition C Grant revenue account 265-4422.008 and
appropriate $3,980,146 to Golden Valley Road over State Route 14 Bridge Widening
project expenditure account S3028265-5161.001.
• Authorize the transfer of project savings in the amount of $95,000 in Landscape
Maintenance District funds (Fund 357) from Sand Canyon Road/State Route 14
Pagc I
Packet Pg. 15
Beautification project, expenditure account B3003357-5161.001, to Golden Valley Road
over State Route 14 Bridge Widening project, expenditure account 53028357-5161.001.
• Authorize the appropriation of $5,473,711 in Eastside Bridge and Thoroughfare funds
(Fund 301) to Golden Valley Road over State Route 14 Bridge Widening project
expenditure account S3028301-5161.001.
6. Authorize the City Manager or designee to execute all necessary documents, subject to the
approval of the City Attorney.
BACKGROUND
The Golden Valley Road Bridge over State Route 14 was constructed in 1973 and seismic
retrofitted in 1998. The existing two -span, cast -in-place, pre -stressed box girder structure is
approximately 237 feet long and 51 feet wide. It is supported by diaphragm abutments on spread
footing and two 4 -feet diameter columns on spread footing at the center of the freeway below.
The proposed bridge widening improvements will provide an additional 61 feet of bridge width,
increasing the bridge to a total width of 112 feet. The new roadway will provide two lanes of
through travel in each direction, two dedicated left -turn lanes onto northbound State Route 14,
and one dedicated left -turn lane onto southbound State Route 14. Improvements will also include
a 6 -foot -wide sidewalk on the north side of the bridge and a Class 1 bicycle trail on the south
side of the bridge. The park-and-ride lot at the State Route 14 southbound off -ramp is being
enlarged and will result in an increase of approximately 11 spaces to mitigate for the parking
spaces being eliminated on the north side, due to the widening of the bridge. Improvements to
Golden Valley Road are also being constructed east and west of the bridge and will include
traffic signal modifications, landscaped median, and parkway landscaping. Funding from
Landscape Maintenance District will be used to construct raised, landscaped medians from the
bridge to San Rafael Drive (west of the bridge) and from the bridge approximately 500 feet to
the east.
During the 14 months of construction, there will be unavoidable traffic delays. Traffic control
plans and phasing for construction are designed to maintain the current two-lane roadway with
one lane in each direction. However, even with signage and traffic control measures provided,
traffic will be impacted. The only lane closures and detouring contemplated for this project is on
State Route 14. The lane closures will occur during the day and night and the freeway detour will
only occur during the night work schedule.
An invitation to bid was published two times: November 10 and November 17, 2014, and was
noticed on the City of Santa Clarita's (City) website. Plans and specifications were also sent to
area plan rooms. Eight bids were submitted to the City and opened by Purchasing on
January 13, 2015. The results of the bids are shown below:
Ranking Comoanv
1. Security Paving Company, Inc.
2. Powell Construction, Inc.
3. MCM Construction, Inc.
Location
Sylmar, CA
Fontana, CA
North Highlands, CA
Bid Amount
$6,437,715
$6,689,687
$6,798,004
I'age 2
Packet Pg. 16
4. Griffith Company
5. C.C. Myers, Inc.
6 Ortiz Enterprises, Inc.
7. USS Cal Builders, Inc
8. C.A. Rasmussen, Inc.
Brea, CA
$6,892,050
Rancho Cordova, CA
$6,989,174
Irvine, CA
$7,236,026
Stanton, CA
$7,341,758
Valencia, CA
$7,425,025
Staff recommends the project be awarded to Security Paving Company, Inc., the lowest
responsive bidder. This contractor possesses a valid state contractor's license and is in good
standing with the Contractor State License Board. The contractor's bid was reviewed for
accuracy and conformance to the contract documents and found to be complete. The construction
contingency requested would be used to respond to any unforeseen conditions working over a
heavily trafficked state highway or in the state right-of-way.
This project is within the California Department of Transportation (Caltrans) right-of-way,
requiring a Caltrans Encroachment Permit and construction oversight from a Caltrans
construction engineer. The City is also required to provide staffing with a resident engineer
qualified to perform bridge construction within Caltrans right-of-way. Staff prepared a Request
for Proposal (RFP) for consultants qualified to provide the City with a resident engineer, fully
meeting Caltrans requirements.
City staff received three proposals and through a selection process selected MNS Engineers, Inc.,
(MNS). MNS has the most qualified resident engineer to meet requirements and will be
responsible for providing the resident engineer; bridge inspector for night work and peak work
load; surveying; material testing; source inspection; and construction staking. Staff recommends
the award of the contract with MNS at a cost of $1,412,210.
Construction within Caltrans right-of-way requires the California Highway Patrol (CHP) to
provide uniformed officers and patrol vehicles during lane closure and detours for the night work
on this project. The Construction Zone Enhanced Enforcement Program is estimated to cost
$100,000 for this project. The CHP will require the City to execute a Reimbursable Services
Contract Request and deposit the funds with the CHP. The final cost will be determined only on
the hours of service for the uniformed officers and patrol vehicles used on the construction
project. Staff recommends the execution of the Reimbursable Services Contract Request with the
CHP for the cost of $100,000.
City staff will also award contracts totaling $237,200 to the following engineers and firms to
provide support and respond to contractor requests for information, design questions, or changes
during construction:
Consultant
Dokken Engineering
T.Y. Lin Engineering
Stantec, Inc.
KOA
Rincon Consultant
Allan Seward Engineering
Pacific Coast Land Design
Responsible for
General Engineering
Bridge Designer
Civil Engineering
Traffic Engineering
Environmental
Geotechnical Engineering
Landscaping
Amount of Contract
$50,000
$42,000
$30,000
$50,000
$20,000
$25,200
$20,000
1
Pase 3
Packet Pg. 17
Staff will also award a contract to Padilla and Associates to perform labor compliance for the
construction project in the amount of $15,000 and award of a document management control
contract to EADOC in the amount of $10,200.
City staff successfully participated in the 2011 Metro Call for Projects and was awarded a
Proposition C Grant in the amount of $4,264,449. The City's contribution consists of Eastside
Bridge and Thoroughfare fees (Fund 301) and Landscape Maintenance District funds (Fund
357).
The California Environmental Quality Act requirement for this project was met through a
determination of Categorical Exclusion approved by Caltrans on April 29, 2009, and revalidated
by Caltrans on September 11, 2014.
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."
ALTERNATIVE ACTION
Other action as determined by the City Council.
BUDGET SUMMARY
Upon approval of the recommended action, Proposition C Grant revenues will be adjusted
accordingly. The existing budget of $687,098 and requested appropriations totaling $9,548,857
will create a project budget of $10,235,955.
Source
Account Number
Current FY
Requested
Transfer
Total
Budget
Appropriation
Project
Savings
Prop. C Grant
53028265-5161.001
284,303
3,980,146
4,264,449
Eastside Bridge
53028301-5161.001
287,098
5,473,711
5,760,809
& Thoroughfare
LMD Zone
S3028357-5161.001
115,697
95,000
210,697
2008-1
LMD Zone
B3003357-5161.001
(95,000)
2008-1
Total Project
$687,098
$9,453,857
$10,235,955
Budget
This amount will adequately provide for award of the construction contract for a maximum
amount of $7,403,415, construction support contracts totaling $1,674,610, and for the
Page 4
Reimbursable Letter of Agreement with the California Highway Patrol for $100,000. The
remaining budget of $1,057,930 will provide for staff oversight, project management, public
works inspection, water meter for landscaping, clerical support, printing, and contingency for
costs other than construction.
FISCAL IMPACT
Upon approval of the recommended action, the budget will be adjusted accordingly. With the
requested appropriations and transfers referenced in the Budget Summary above, there will be
adequate funds available in Golden Valley Road over State Route 14 Bridge Widening project
expenditure accounts S3028265-5161.001 (Prop C Grant), S3028301-5161.001 (Eastside B&T),
and S3028357-5161.001 (LMD Zone 2008-1).
ATTACHMENTS
Location Map
Contract for Security Paving Company, Inc. (available in the City Clerk's Reading File)
Page 5
Packet Pg. 19
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 15-00040
GOLDEN VALLEYROAD BRIDGE WIDENING OVER STATE ROUTE 14 (State Fund)
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
SECURITY PAVING COMPANY, INC. 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.
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.
Revised 1/2012 Page I of 7
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 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
Revised 112012 Page 2 of 7
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. In the event the
said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the
City Clerk new evidence of insurance in the amounts established.
Liability Insurance
During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain
General Liability insurance at its sole expense to protect against loss from liability imposed by
law for damages on account of bodily injury, including death therefrom, suffered or alleged to be
suffered by any person or persons whomsoever, resulting directly or indirectly from any act or
activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the
CITY, or under its control or direction, and also to protect against loss from liability imposed by
law for damages to any property of any person caused directly or indirectly by or from acts or
activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its
control or direction. Such public liability and property damage insurance shall also provide for
and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such
General, Public and Professional liability and property damage insurance shall be maintained in
full force and effect throughout the term of the AGREEMENT and any extension thereof in the
amount indicated above or the following minimum limits:
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.
Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by
this Agreement, 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 Agreement immediately with no penalty.
Revised 1/2012 Page 3 of 7
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.
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 Compensation Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation
Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply
with the laws of the State of California and which shall indemnify, 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 tern 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.
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.
Revised 12012 Page 4 of 7
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.
Conflict of Interest
CONTRACTOR will comply with all conflict of interest laws and regulations including, without
limitation, CITY's conflict of interest regulations.
Non -Effect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms,
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.
Severability
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 W012 Page 5 of
Comnliance 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.
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.
Prevailing Wages
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 state prevailing wage requirements of the California Labor Code
including Sections 1770 and 1773, 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. The Contractors and
its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to
the requirements contained in the City of Santa Clarita'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 state 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 state 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. The employer must verify the identity and employment eligibility of anyone to be hired,
which includes completing the Employment Eligibility Verification Form (I-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 legally eligible to
perform such services or employment.
Revised 1/2012 Page 6 of 7
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_.
CONTRACTOR: CONTRACTOR Name:
Address:
Phone & Fax No.
ALL SIGNATURES MUST BE Signed By:
WITNESSED BY NOTARY
CITY:
Attest:
Approved as to Form:
Print Name & Title:
CONTRACTOR's License No.
Class
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:
Date:
Revised 1/2012 Page 7 of 7
SECTION C: PROPOSAL
FOR
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
CITY BID NO. ENG14-15-53028
TO THE CITY OF SANTA CLARITA, AS AGENCY:
In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to fiunish 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 actual quantities
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. It is 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 fiuthet 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 Address: 13170 TELFAIR AVENUE
By: JOSEPH FERHDIHO
Print Name
Title:
Signature:
Date: I
C-1
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
Bid No. ENG -14-15-53028
Addendum #3
January 7, 2015
10. Sign Plan Sheet S-2 (sheet 92 of 146). The sheet is revised to identify the existing
bridge mounted sign, identified as sign #124.
11. Sign Quantities Sheet SQ -3 (sheet 97 of 146). The sheet is revised to include sign
#124. Sign is to be temporarily removed and stored during construction of the bridge
barrier and reinstalled.
SECTION C - PROPOSAL
The BID SCHEDULE is amended as follows:
Page 2 of 11
Bid No. ENG -14-15-S3028
Addendum #3
January 7, 2015
ADDENDUM NO.3 BID SCHEDULE
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE ]AIPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-53028
Item
No.
P/F/S
Description
Qty
Units
Coit
Cost
Total
1
Lead Compliance Plan
�
1
LS
ppV
pLt-
2
S
Construction Area Signs
1
LS
�, cCc•
- ,p
3
Traffic Control System
1
IS
acoc ca
a , —
4
Flashing Arrow Sign
13
EA
2, yW
3� —
5
Traffic Cone
450
EA
—
r-
00
6
Type III Barricade
15
EA
—
—
7
Temporary Pavement Marking (Paint)
422
SOFT
—
8
Temporary Traffic Stripe (Paint)
13008
LF
i
vp
9
Channelizer (Surface Mounted)
600
EA
2—ur
Aou—
10
Temporary Pavement Marker
1601
EA
t
40c1-
11
i
Portable Changeable Message Sign
1
LS
2
1-
12
Temporary Flashing Beacon
1
LS
;;to, oar
-�20LW —
13
Temporary Railing (Type K)
4800
LF
,?5—
POO —
14
Temporary Crash Cushion
15
EA
I 'oC)
—
15
Job Site Management
1
LS
rxkp
o-
16
Furnish Field Office
1
LS
5 —
17
Implement Storm Water Pollution Prevention
Plan
1
LS
18
Rain Event Action Plan
20
EA
—
_ —
19
Storm Water Sampling and Analysis Day
20
EA
—
20
Storm Water Annual Report
2
EA
2cxx)—
'IOcu-
21
Temporary Erosion Control Blanket
1229
SQYD
—
-7� —
22
Temporary Hydraulic Mulch
1229
SQYD
—
23
Temporary Check Dam
270
LF
g 10 —
Pagc 3 of I 1
Bid No. ENG -14-15-S3028
Addendum #3
January 7, 2015
24
Temporary Drainage Inlet Protection
29
1 EA
ItPO-
z{ le LAD -
25
Temporary Fiber Roll
730
LF
-
ck-
26
Temporary Silt Fence
545
LF
1 -
27
Temporary Construction Entrance
1
EA
3
—
28
Temporary Concrete Washout (Portable)
1
LS
—
—
29
Remove Chain Link Fence
551
LF
1
3-
30
Remove Parking Bumper
10
EAv-
31
Remove Painted Pavement Marking
230
SOFT
3—
(Dqp —
32
Remove Thermoplastic Traffic Stripe
19078
LF
J,aQ�
33
Remove Pavement Marker
318
EA
l,so
y-1-1 -
34
Remove Roadside Sin
26
EA
too
-
35
Remove Hot Mix Asphalt Dike
2206
LF
1,50
,c -
36
Remove Overside Drain
1
EA
2W-
2(Xr
37
Remove Pipe
32
LF
0-
-
38
Remove Inlet
1
EA
1-,W-
n -
39
Relocate Roadside Sign
7
EA
215'
1 S-
40
Cold Plane Asphalt Concrete Pavement
2080
SQYD
12 , SID -
41
Remove Concrete Sidewalk
115
CY
Q�-
42
Remove Concrete (Curb and Gutter)
1025.
LF
j —
15 15-
43
Refinish Bridge Deck
2349
SOFT
44
Furnish Polyester Concrete Overlay
336
CF
-6
-2,1 —
45
Place Polyester Concrete Overlay
4035
SOFT
L4
N140-
—46
46
F
Bridge Removal (Portion)
1
L5
—
47
Clearing and Grubbing
1
LS
10)V00-
06 V0048
48
Develop Water Supply
1
LS
500oo
50,
49
Roadway Excavation
5700
Cy
50
Structure Excavation (Austin Vault)
1052
CY
► —
-1 —
Pa.ge 4 of 11
Bid No. EATG-14-15-53028
Addendum #3
January 7, 2015
51
F
Structure Excavation (Bridge)
I 551
CY
Q
ICA
52
F
Structure Backfill (Austin Vault)
209
CY
—
2 g —
53
F
Structure Backfill (Bridge)
307
CY
1t—
G —
54
F
Ditch Excavation
30
CY
—
li,5 —
55
Imported Borrow
3275
CY
—
—
56
Landscaping
1
LS
—
57
1 S
Irrigation
1
LS
QD o
q —
58
S
I Hydroseed
1600
SOFT
l°
59
S
Class 3 Aggregate Base
3425
CY
60
Lean Concrete Base
1795
CY
61
Hot Mix Asphalt, Superpave (Type A)
3500
TON
—
.bon -
v —62
62
Place Hot Mix Asphalt Dike (Type E)
450
LF
q —
63
Place Hot Mix Asphalt Dike (Type A)
1800
LF
t —
64
Tack Coat
1
TON
—
j2o—
65
Jointed Plain Concrete Pavement
615
CY
—
1 o-
66
F
Retaining Wall Stem (Type 6)
171
SOFT
-
67
S
60" Cast -in -Drilled -Hole Concrete Pile (Sign
Foundation)
100
LF
tptoo-
68
P -S
Prestressing Cast -in -Place Concrete
1
LS
ou
0()0-
—69
69
F
Structural Concrete (Austin Vault)
231
CY
70
F
Structural Concrete, Bridge Footing
125
CY
qryo—
—
71
F
Structural Concrete, Bridge
1294
CY
72
Aggregate Base (Approach Slab)
12
CY I
23p'-
a —
73
F
Structural Concrete, Approach Slab (Type N)
132
CY
(0-1-D.—
—
74
F
Structural Concrete, Approach Slab (Type R)
121
CY
8,50—
to y50-
75
F
Minor Concrete (Minor Structure)
23
CY
1
2,,3oo-
76
Paving Notch Extension
82
CF
0 —
k lb
78
Architectural Surface (Barrier)
1869
SOFT5"-
Page 5 of 1 I
Bid No. ENG -14-15-53028
Addendum 43
January 7, 2015
79
P
Joint Seal (MR 2")
236
LFI
too-
-
80
Joint Seal (Type AL)
86
LF
I 9x-
81
P -F -S
Bar Reinforcing Steel (Austin Vault)
56750
LB
1.20
' ( -
82
P -F -S
Bar Reinforcing Steel (Bridge)
292581
LB
I
83
F
Furnish Sign Structure (Tubular)
26556
LB
r, -
go-
84
F
Install Sign Structure (Tubular)
26556
LB
t -
ko 6 -
85
Furnish Laminated Panel Sign (1" -Type A)
68
SOFT
-
86
Roadside Sign - One Post
35
EA
q -
87
Roadside Sign - Two Post
7
EA
1500-
88
Install Roadside Sign Panel on Existing Post
35
EA
23D-
-
89
P
18" Reinforced Concrete Pipe
79
LF
13(v-
`I -
90
P
18" Corrugated Metal Pipe (.079" Thick)
558
LF
-
91
6" Perforated Plastic Pipe Underdrain
210
LF
-
-
92
6" Non -Perforated Plastic Pipe Underdrain
24
LF
la-"
-
93
F
Class 4 Permeable Material
63
1 Cy
1 -
-
94
F
I Class 5 Permeable Material
55
CY
-
-
95
P -F
Welded Steel Pipe Casing (Bridge)
331
LF�(-
96
36" Precast Concrete Pipe Manhole
10
LF
-
-
97
Inlet Depression
2
EA
q
q -
98
F
Rock Slope Protection (Light, Method B)
10
CY
t -lo -
l oo-
99
Slope Paving (Rock Cobble)
10693
SQFT
i-
ti 2 -
100
F
Gabion
12
CY
-
-
101
Minor Concrete (Curb)
131
CY I
lo- I
to t k r,-
102
Detectable Warning Surface
215
SF
S-
-1 -
103
Minor Concrete (Curb and Gutter)
5
CY
54 -
a -
104
Minor Concrete (Gutter Depression)
4
CY
SLAI-
�,t�ct-
105
Minor Concrete ( Driveway)
25
CY
4 0
-
106
Minor Concrete (Stamped Concrete)
2306
SQFT
I -
D9
1�
Page 6 of I 1
Bid No. ENG -14-15-S3028
Addendum #3
January 7, 2015
107
Minor Concrete (Sidewalk)
27
Cy
I -7 —
c —
108
Minor Concrete (Bike Path)
348
Cy
109
Minor Concrete (Curb Ramp)
26
Cy
110
Parking Bumper (Precast Concrete)
11
EA
I -boo
-
111
P -F
I Miscellaneous Iron and Steel
2562
LB
a—
7- —
112
P -F
Miscellaneous Metal
365
LB—
a —
113
P -F
Miscellaneous Metal (Bridge)
993
LB
11—
23-
114
P -F
Bridge Deck Drainage System
2030
LB
—
—
115
P -S
Chain Link Fence (Type CL -6)
875
LF
1 2 qz, —
2.Lj SW —
116
P -S
, 6' Chain Link Gate (Type CL -6)
1
EA
l p —
1, 000-
117
P -S
Midwest Guardrail System (Wood Post)
140
LF
to D 2 —
118
End Anchor Assembly (Type SFT)
4
EA
'W -Au—
SStcL>-
119
Alternative Flared Terminal System
4
EA
o2
I0 0-
120
Vegetation Control (Minor Concrete)
200
SD
—
1 11 —
121
P -F -S
Chain Link Railing (Type 7)
602
LF
122
F
Concrete Barrier (Type 26)
301
LF
V56—
4-1 Sr b-
123
P -F-5
Cable Railing
201
LF
2 —
J —
124
S
Crash Cushion (SC170GM)
1
EA
—
—
125
F
Concrete Barrier (Type 60F)
113
LF
a 3—
WLp, 3pq-
126
F
Concrete Barrier (Type 60)
163
LF
LI:-
—
127
F
Concrete Barrier (Type 742)(Mod)
321
LF
_I
128
5
4" Thermoplastic Traffic Stripe
9800
LF
I110
—
129
S
8" Thermoplastic Traffic Stripe
4110
LF
7 Gk —
130
S
Thermoplastic Pavement Marking
Llz5to-7
ty —
131
S
4" Thermoplastic Traffic Stripe (Broken 6-1)
1050
LF I
t—
1 —
132
Paint Traffic Stripe (2 -Coat) I
9400
LF
\,ko
t —
133
Paint Pavement Marking (2 -Coat)
468
SQFT-
134
P -S
Pavement Marker (Non -Reflective)
7670
EA
I�ZD
Yale 7 of 11
Bid No. ENG -14-15-S3028
Addendum #3
January 7, 2015
135
P -S
Pavement Marker (Retroreflective)
4790
EA
�?,40
136
P -S
Signal
1
LS
'295,Fc1
137
P -S
Li hong i
1
LS
138
5
Ramp Metering System
1
LS
1 _
139
Class D Filter Fabric
153
SQYD
140 Prepare and Paint Concrete 750 SQFT
50 I �—
Mobilization (Not to Exceed 5% Total Bid) 1 LS
o 0 _
Total
(P 1)
TOTAL AMOUNT OF BASE BID IN WORDS:
Notes:
1) Items designated with a (P) are eligible for compensation prior to incorporation
into the work, as described in Section 9-3.2 of the Standard Specifications.
2) Items designated with a (F) are considered Final Pay Items, as described in
Section 9-3.2 of the Standard Specifications.
3) Items designated with a (S) are considered Specialty Items, as described in
Section 2-3.2 of the Standard Specifications.
Page 8 of 11
DESIGNATION OF SUBCONTRACTORS
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-53028
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will
perform work or labor or render service in excess of %2 of I percent, or $10,000 (whichever is greater) of the prime
contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub contractor is participating as a
DBE.
Subcontractor
BBE-STATAJ&.—
Dollar Value of Work T a19, ?�9 `I
-�
CfLCvS16-V1
Age of firm: r
Age of firm:
Annual Gress-Reeeipur
Location and Place of Business
Annual Gross Receipts:
Location and Place of Business
-PO Bx ga13,bb
SHiwttte, CA gl3qa .
`110b kcr"-ea\c',-
Bid Schedule Item Nos:
314.ri-lo ,G4 CIUto%O
Description of Work
Licdnse No.
laa-IQ9 2 120
GC,
tutor- COACO bt- i Wsc-
,Tlo
License No.
License No.
Exp. Date: / /
Phone ( )
L4 ZQ
Phone ( )
9liolAV) s
818-3t92-83o�
Subcontractor
DBE STATUS:
Dollar Value of Work 120t o s- -
Dollar Value of Work $ 103 181—
CfLCvS16-V1
Age of firm: r
Age of firm:
Certi A en
Location and Place o usiness
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
`110b kcr"-ea\c',-
RVt,-:tk u25
314.ri-lo ,G4 CIUto%O
Bid Schedule Item Nos:
Licdnse No.
Description of Work
GC,
Phone( )
,Tlo
PA Vi
License No.
Exp. Date: !
/
Phone ( )
It 2
1 S
714 - gc%-1—Q0 3
Subcontractor
DBE STATUS: llyl.,Q.,
Dollar Value of Work 120t o s- -
AGE T;rnc-c
0-OMPrAnLI
Age of firm: r
Cern enc L
Annual Gross Receipts: 1 „
Location and Place o usiness
_7oZ-1 1JOY`N..
C Y La T)I.cankC Vr-c 01 t-ly
Bid Schedule Item Nos:
Description of Work
IS 11tax 93
Gtlardyai
Licdnse No.
Exp. Date: / I
Phone( )
ggtD�-1 -1
/ bl
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 General Provisions
in these contract documents.
C-7
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
DESIGNATION OF SUBCONTRACTORS
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE E PROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-S3028
City of Santa Clarita, California
�rSubcontractor
DBE STATUS:
Location and Place of Business
Dollar Value of Work la, -1 1 pl —
CoMpun l
(3'756 6ket\Sde.11
-
go7DCp�i
Age of tu�
Certifying Agency:
&at j , , GA G b 6
Annual Gross Receipts:
Location and Place of Business
3 S t t�
License No.
ss
L; lac A -J-*—
$l otmt\
C R . °t X31 tp
BidScheduleItemNos:
Description of Work
f,1ly, tQ 30 31 3 tt0
\
License No. t a8, t29',tc, 135-
Exp. Date:
Phone ( )
S-lLwo
531 1s
�0`i- ��{ -b.
Subcontractor DBE STATUS:
w�,kC.i Ac -Tl- t, ._ c,Jjo At
Age offirm: Citi 'n Agency:
Dollar Value of Work �pOt 1 Ly J—
Annual Gross Receipts:
Location and Place of Business
Age of
Cerflc.:
(3'756 6ket\Sde.11
�t �QW0. (�
go7DCp�i
Bid Schedule Item Nos:
Description of Work
&at j , , GA G b 6
p p
,3 �L 'b7 D 6
J
3 S t t�
License No.
ss
Exp. Date: i
�) Olio
Phone
�s>J- m la-� arta
Subcontractor
V W U31& St2Yv,S
DRE STATUS:
'1
Dollar Value of Work —I -7l q 5Q
Age of
Cerflc.:
Annual Gross Receipts:
Location and Place of Business
P
Bid Schedule Item Nos: Description of Work
aZ 1514 Su" -K St .Lail
&at j , , GA G b 6
Bid Schedule Item Nos:
Descriptron of Work
_
Phone () c5(o2- tP�1-
License No.
a -i-6-1
Exp. Date: /U
a)aali-otZ
Phone ( )
5�2-5a1—Grilol
Subcontractor DBE STATUS:
Dollar Value of Work'
ge o firm: C • b A o
Annual Gross Receipts:
Location and Place of Business
kl, J
P
Bid Schedule Item Nos: Description of Work
P& bole
Li
_
Phone () c5(o2- tP�1-
J
J -
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 General Provisions in
these contract documents.
C-8
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
DESIGNATION OF SUBCONTRACTORS
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-53028
Age of firm: Certifying Agency: Annual Gross Receipts:
Location and Place of Business
%hall fill out the Subcontractor's List in its entirety. T he total dollar value of work to be portotmea by
shall be in conformance with Section 2-3 "Subcontracts" of General Provisions in these contract documents.
C-9
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
DESIGNATION OF SUBCONTRACTORS
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-7.40304
CITY BID NO. ENG -14-15-53023
Subcontractor
Age of firm:
-
DBE STATUS:
certifEm Agency:
Dolla Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No,
Exp. Date:
=-
Subcontractor
Age of fum:
DBE STATUS:
Cert&jing 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 fum:
DBE STATUS:
Certifyingen :
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
LirPnce+Nn
N _
F'p. Da;�.,. /
1 ..x
� \
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 General Provisions in these contract documents.
C-9
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
DESIGNATION OF SUBCONTRACTORS
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240304
CITY BID NO. ENG -14-15-53028
Subcontractor
Age of firm:
DBE STATUS:
CmUfying 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:
Cerdting Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
Lioense No.
Exp. Date:
Phone ( )
Subcontractor
Age of firm:
DBE STATUS:
Certi 'ng Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No
Description of Work
. Tdrenea
Note: Bidders shall fill out the Subcontractor's List -mits entirety. The total dollar value of work to be perfomed by
Subcontractors shall be in conformance with Section 2.3 `Subcontracts" of General Provisions in these contract documents.
C-9
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240504
DESIGNATION OF SUBCONTRACTORS
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BED NO. ENG -14-15-S3028
Subcontractor
Age of firm:
DBE STATUS:
Certifying Agency:
Dollar Value of Work
Ammal 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:
Certi ' 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 fum:
DBE STATUS:
Certi Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
Lie_tnse No.
E :p. Date: /
Phone ( )
.—__ _
Note:. Bidders shall fill out the Subcontractor's List in its entirety. The total dollar value of work to be performed y
Subcontractors shall be in conformance with Section 2-3 "Subcontracts" of General Provisions in these contract documents.
C-9
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
DESIGNATION OF SUBCONTRACTORS
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-53028
Subcontractor
Age of firm:
DBE STATUS:
C 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 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 DBE STATUS: Dollar Value of Work
Age of firm: Certifying Agency: Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos: Description of Work
License No. Exp. Date: / / Phone ( )
of fum:
;tion and Place
Annual Gross
;hall till out the Subcontractor's List m its entirety. '1: he total dollar value of workto be pertormed by
shall be in conformance with Section 2-3 `Subcontracts" of General Provisions in these contract documents.
C-9
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
DESIGNATION OF SUBCONTRACTORS
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CII`Y BID NO. ENG -1415-S3028
Subcontractor
Age of firm:
DBE STATUS:
CertifyingA 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:
Cerd6drig 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:
CertifyingAgency:
Dollar Value of Work
Annual Gross Receipts.
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
i.P ce Np,
J Exp. Date: I l
Phonc ( ) u
Note: Bidders shall fill out (he 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 General Provisions in these contract documents.
C-9
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-53028
The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has
performed similar work within the past 3 years:
1. CITY OF BAKERSFIELD WESTSIDE PARKWAY PHASE 2
LUIS TOPETE (661)326-3478 2/3/14
Name and Telephone Number of Person Familiar with Project
$76,572,445.07 CONSTRUCT 6 LNAE FREEWAY, INTERCHANGE 2/3/14
Contract Amount Type of Work Data Completed
2. LOS
3.
HASLEY CANYON A I-5
ZAVEN ABRAHAMIAN (626) 688-8267
Name and Telephone Number of Person Familiar with Project
$32.2J9,937.95 INTERCHANGE ggppXgX@=ioN ROUNDABOUTS115113
Contract Amount Type of Work Date Completed
VLADIMIR GUKFINKLE (562)572-5538
Name and Telephone Number of Person Familiar with Pmject
$135,101,219.39 INTERCHANGE RECONSTRUCTION ESfi DATE 4/15/15
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER
intends to procure insurance bonds:
SURETY: CONTINENTAL CASUALTY COMPANY BROKER: VENBROOK INSURANCE SERVICES
333 WABASH AVE. 445 MARINE VIEW AVE. SUITE 200
CHICAGO: IL 60604 DEL MAR CA 9201.4
�4. � 4�4�. 1 1 • • , i
C-10
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
SECURITY PAVING COMPANY, INC.
Contractors Name
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-S3028
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, debased, 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-11
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-53028
This bidder SECURITY PAVING COMPANY. PJpwposed hereby
certifies that he has X has not , participated in a previous contract or subcontract subjeci to the
equal opportunity clause, as required by Executive Orders 10425.11114, or 11246, and that he has _X_,
has not . filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a
Federal Government contracting or administering AGENCY, or the former President's Committee on Equal
Employment Opportunity, all reports that are under the applicable filing requirements, ,
Company: SICU&JITIt PAYING CWANT,_ INC.
Title: J0S#M PERNDINo. VICE PRESIDENT
Date: 1/13/15
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-12
GOLDEN VALLEY ROAD AT SPATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
BIDDER'S INFORMATION AND CERTIFICATION
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 Name: SECURITY PAVING COMPANY. INC.
Business Address: 13170 TELFAIR AVENUE SYLMAR CA 91342
Telephone No.: (818)362-9200
State CONTRACTOR's License No. & Class: 116307 A C12
Original Date: 12/24/1949 Expiration Date: 3/31/16
The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint
venturers, and/or corporate officers having a principal interest in this proposal:
(818)
MICHAEL NATTIVI PRESIDENT CEO CFO 13170-TELFAIR AVENUE SYU1AR CA 91342 362-9200
ANTHONY HAITIVI, VICE PRESIDENT, 13170 TELFAIR AVENUE, SYLMAR, CA 91342 818)362-9200
JOSEPH FERNDINO, VICE PRESIDENT, 13170 TELFAIR AVENUE, SYLMAR, CA 91342 (818)362-9200
MICHELE J. THOMAS, SECRETARY, 13170 TELFAIR AVENUE, SYLMAR, CA 91342 (818)362-9200
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this
proposal, or any fain, 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-13
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE rMPROVEMENTS
EA No. 07-240504
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 13TH day 0f)7AN. 2015
1011310114
JOSEPH,FERNDINO_ VICE PRESIDENT
Name and Title of Signatory
SECURITY PAVING COMPANY. INC.
Legal Name of Bidder
13170 TELFAIR AVENUE, SYLMAR CA 91342
Address
(8181362-9200
Telephone Number
95-1615343
Federal Tax I.D. No.
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF
BIDDER MUST BE ATTACHED PLEASE SEE ATTACHED
Subscribed and sworn to this
Notary
day of
20
(SEAL)
C-14
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202
X See Attached Document (Notary to cross out lines 1-6 below)
❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary)
Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any)
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of LOS ANGELES
MICHELE J. THOMAS
Commission R 2060034
=s . Notary Public • California i
'i los Angeles County
4 Comm. Filiffs AD 1, 2018
Subscribed and swom to (or affirmed) before me
on this 12th day of JANUARY . 20 15
by Date Month Year
(1) JOSEPH FERNMINO
(and (2) ),
Name(s) of Signer(s)
proved to me on the basis of satisfactory evidence
to be the person(e) who appeared before me.
Signature
Signatur .oil Notary Public
MICHELE J. THOMAS, NOTARY PUBLIC
Seal
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Number of Pages: Signer(s) Other Than Named Above:
seccsuR�, _ rc^a_-cer�^s��w.czs:t.�c^>�es��w
02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-676-6827) Item #5910
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
NOTE: The following form shall be used in case check accompanies bid.
Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for.
dollars ($ ), this amount being not less than ten
percent (10%) of the total an,ourd of L`,e bid. The proceeds of this check shall become the property of said
AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted
contracting authorities, and the undersigned shall fail to execute a contract and famish the required bonds within the
stipulated time; otherwise, the check shall be returned to the undersigned.
Project Name: GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
City Project No. ENG -14-15-S3028
Bidder's Signature
CONTRACTOR
Address
City, State, Zip Code
* Delete the inapplicable work.
NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum
of this bond shall be not less than ten percent (10%) of the total amount of the bid.
C-15
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
PROP"') SA L, GU A'RA.N,rLE
BID BOND
GOLDEN VALLF,Y ROAD AT STATE ROUTE 14INTFIRCIIANGE IMPROVEMENTS
EA NO. 01-240304
CITY BID NO.'V4 NG -14 -I5 -S3026
City of Santa Clsrita., California
Bid date: January 13, 2015
KNOW ALL MEN BY THESE PRESEN'T'S that Security Paving Company, Inc. . as BIDDER,
and Continental Casualty Company —
finttly
dollars
SURETY, are held and
unto the City of Santa Clatita, as AGF NIC'Y, in the penal sant of Ten Percent of the Total Amount Bid
of flu Total Amnont Rid ..—..-r---..--- .........
which is ten percent (10%) of the toial anwunt bid by BIDT)I R to .AGFNGY for the above -stated project, for the
payment of which sutra, BIDDER and SURETY agree to he bound, jointly and severally, frtmty by these presents.
T'IIE- CONDI110NS of, 1I'I11S OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to
AGENCY for the above -stated piciccl. if said hid is rejected. or if said bid is accepted and the contract is awarded
and entered into by RTODER in the piaster and time specificiL. that this obligation shall be null and void, otherwise
it shall remain in tall for=e and cD'ect in favor of AGENCY.
R4 WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
29th ,By
BIDDER:
13170 Telfair Ave., Sylmar, CA 91342; Phone: 81B-362-9200
,Address
SURE+'Tl'* Continental Casualty Company
E'ooke Lia ion; o ney-i -set
14.55:Frazee Road. Suite 801,, Sa Oleg9, CAMOS: Fhgt :619.682.3507
See attached State of California Required Notary Wording
,;uimcribed and sworn to [his _—_-- `day of__
20�
NOTARY'I'UBWC'_ ---_. _,.._ _ (SEAL).
*Provide BIDDER and SURETY nt:nte, address. and telephone number and die name, tidc. address. and telephone
number for authorized representative.
124IPORTA.N't' - Surety Compo acs executing Bonds must appear on the Treasury Depanmetu's inost current list
(Circular 17(1,;,3 aincikfcd) and he authorized to iransact business in the State where the proiect is located.
Authorized Representative: Venbrook Insurance Services, Brooke Laftenz, Attorney-in-fact
445 Marine View Avenue, #200, Del Mar, CA 92014; Phone: 858-764.7447
C-16
(GOLDEN VAIJ,FY ROAD AT STATE ROU l'E I, INTI.RCHANGF, IN!PROV11.1" 6NI's
[vA No. 0-24U0,;
CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202
X See Attached Document (Notary to cross out lines 1-6 below)
❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary)
Signature of Document Signer No. 1
Signature of Document Signer No. 2 (if any)
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of LOS ANGELES
]yam+ ' MICHELE J. THOMAS +tet
i •F �Commission #2060034-
L
'-: Notxry Puthe - Calilarnra
Los Anpales County
M Comm. E ire& r t. 2018
Seal
Place Notary Seal Above
Subscribed and sworn to (or affirmed) before me
on this I?t-b day of JANUARY 2015
by Date Month Year
(1) JOSEPH FERNDINO
(and (2)
Name(s) of Signers)
proved to me on the basis of satisfactory evidence
to be the person(&) who appeared before me.
Signature
Signatu f Notary Public
MICHELE J. THOMAS, NOTARY PUBLIC
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Document Date:
Number of Pages: Signer(s) Other Than Named Above.
02014 National Notary Association • www.NationaiNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5910
CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202
x' See Attached Document (Notary to cross out lines 14 below)
See Statement Below (Lines 1 6 to b , completed only by document signer[s], not Notary)
Signature of Document Signer No. 1
Signature of Document Signer No. 2 (tf any)
(._m,�..._...�....w..
j A notarypublic. or other officer completing this certificate verifies only the Identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of San Diego
NI t
Commlaal Public
• 20lfoka
� Notary Pob#c -California
Ii nin. au+Ml�
M Lamm. x irn Sa 2 010
Seal
Place Notary Seal Above
Subscribed and sworn to (or affirmed) before me
on this 29th_ day of _pecember _,2014
by Date Month Year
(1) Brooke Lafrenz
(and (2)
Name(a) of Signer(s)
proved to me on the basis of satisfactory evidence
to be the person(6) who appeared before me.
Signature *ignature
_ d Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:. Bid Bond .,._ ,.._..Document Date: 112129/114
Number of Pages. _.. _._. Signer(s) Othor Than Named Above:__. .,___._... _......,._.
(1)2014 National Notary Association • www.Nationa]Notary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5910
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called
"the CNA Companies"), are duty organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint
Brooke Lafrenz, Larry D Cogdill, Michael W Thomas, Gladys Rogers, Audrey Rodriguez, Individually
of Del Mar, CA, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and
all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly
adopted, as indicated, by the Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto
affixed on this 20th day of August, 2013.
.t.,, �. Continental Casualty Company
a National Fire Insurance Company of Hartford
par0 u*E i t�caatrrd * American Cas lty Company of Reading, Pennsylvania
5d Xxy It,
SEAL y
tea, et KuII I
Paul T. Bruflat Vice President
State of South Dakota, County of Minnehaha, ss:
On this 20th day of August, 2013, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that
he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company,
National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the
seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said
insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and decd of said insurance
companies.
J. MOHR
�Nonwrvuauc�
eatrntMNOA
My Commission Expires June 23, 2015 J. Mohr Notary Public
CERTIFICATE
I. D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an
Illinois insurance company, and American Casualty Company of Reading Pennsylvania, a Pennsylvania insurance company do hereby certify that the
Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance
companies printed on the reverse hereof is still in force. In t stimon whereof I hav hheunto subscribed my name and affixed the seal of the said
insurance companies this 29TH day of 0 CEMB R �101e �
I'.
d�EErra
rOOarGMYE 0
WlY 11,
2p SEAL t�
ISO
Form F6853-4/2012
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
' vl.4-4�
D. Bull Assistant Secretary
Authorizing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY:
This Power of Attomey is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the
Company at a meeting held on May 12, 1995:
"RESOLVED: That env Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of
the Company provided Thal the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign
will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective."
This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of
attorneys on behalf of Continental Casualty Company,
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company by unanimous written consent dated the 25' day of April, 2012:
"Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to
execute various policies, bonds, undertakings and other obligatory instruments of like nature; and
Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via
facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any
Authorized Officer shall be valid and binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD:
This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the
Company by unanimous written consent dated May 10, 1995:
"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of
the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign
will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective."
This Power of Attorney is signed by Paul T. Bmflat, Vice President, who has been authorized pursuant to the above resolution to execute power of
attorneys on behalf of National fire Insurance Company of Hartford.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company by unanimous written consent dated the 25v' day of April, 2012:
"Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to
execute various policies, bonds, undertakings and other obligatory instruments of like nature; and
Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via
facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any
Authorized Officer shall be valid and binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA:
This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the
Company by unanimous written consent dated May 10, 1995:
"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of
the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign
will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective."
This Power of Attorney is signed by Paul T. BruBat, Vice President, who has been authorized pursuant to the above resolution to execute power of
attorneys on behalf of American Casualty Company of Reading, Pennsylvania.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company by unanimous written consent dated the 25'" day of April, 2012:
"Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to
execute various policies, bonds, undertakings and other obligatory instruments of like nature; and
Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via
facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any
Authorized Officer shall be valid and binding on the Company."
PROPOSAL GUARANTEE
BID BOND
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-S3028
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that as BIDDER,
and
SURETY, are held and
firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars L
I 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 TIES 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 mariner and time specified, then this obligation shall be null and void, otherwise
it shall remain in full fore and effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
tut ,
Signature
Name and Title of Signatory
Address
SURETY'
Subscribed and swom to this day of 20
NOTARY
(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 most current list
(Circular 570, as amended) and be authorized to transact business in the State where the project is located.
C-16
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO, ENG -14-15-S3028
City of Santa Clarita, California
To the CITY OF SANTA CLARITA:
In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder
declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has
not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that
anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to
fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any
advantage against the public body awarding the contract of anyone interested in the proposed contract; that all
statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his
or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or sham bid.
THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE ' BIDDER'S 'CERTIFICATION"
SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH
FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE
CERTIFICATIONMAYSUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION.
C-17
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
NON -COLLUSION AFFIDAVIT
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-53028
City of Santa Clarita, California
YC•):IP1�iIC•1�J�L• : tl • • I 1' �,. •
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
_,7DSEPH FL3BIIDINO being first duly sworn deposes and says that he is the
VICE PRF.SIDINT (sole owner, a partner, president, etc.) of
SECURITY PAVING C(72IPANY, INC. the party making the foregoing bid; that such bid is
not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or
corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly
induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that
said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with
anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element
of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the
Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and
further, that said BIDDER has not, directly or indirectly, submitted 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:
Signatr JOSEPH FERNDINO
Title VICE PRESIDENT
PLEASE SEE ATTACHED CALIFORNIA JURAT FORM
Subscribed and sworn to and before me this day of 20_
C-18
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202
® See Attached Document (Notary to cross out lines 1-6 below)
I I See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary)
Signature of Document Signer No. J Signature of Document Signer No. 2 (if any)
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of LOS ANGELES
wMAC"EL J. f10MAlt
0 ammission # 2960034 _
wily Public - cslilornls s
Los M9Nss Canty -
Comm .E es Aor t 2016
Subscribed and sworn to (or affirmed) before me
on this 12th day of JANUARY . 2015
by Date Month Year
(1) JOSEPH FERNDTNO
(and (2) ),
Name(s) of Signers)
proved to me on the basis of satisfactory evidence
to be the persons) who appeared before me.
Signature(
gignaturkof No ery Public
MICHELE J. THOMAS, NOTARY PUBLIC
Seal
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Document Date:
Number of Pages: Signer(s) Other Than Named Above:
02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5910
BIDDER'S QUESTIONNAIRE
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE BIPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-S3028
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.
INC.
1. Submitted by: SEc'1iRITY PAvTNr coMpAw. Telephone: (818)362-9200
Principal Office Address: I317Q MaJAIR AVENUE. SYLMAR CA 91342
2. Type of Firm:
Corporate: % Other:
Individual:
Partnership:
3a. If a corporation, answer these questions:
Date of Incorporation: 11 / 1 / 1949 State of Incorporation: CALIFORNIA
President's Name: MICHAEL MATTIVI
Vice -President's Name: JOSEPH FEPMINO, ANTHONY MATTIVI
Secretary or Clerk's Name: MICHELE J. THOMAS
Treasurer's Name: MICHAEL MATTIVI
3b. If a partnership, answer these questions:
Date of organization: State Organized in:
Name of all partners holding more than a 10% interest:
Designate which are General or Managing Partners.
4. Name of person holding CONTRACTOR'S license: MICHAEL MATTIVI
Licensenumber: 116307 Class:A C12 Expiration Date: 3/31/16
C-19
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
BIDDER'S QUESTIONNAIRE
(cont'd)
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-53028
City of Santa Clarita, California
5. CONTRACTOR'S Representative:
Title: VICE PRESIDENT, OPS
Alternate: MICHAEL MATTIV
Title:
6. List the major construction projects your organization has in progress as of this date:
PLEASE SEE ATTACHED
Owner: (A) (B)
Project Location:
Type of Project:
C-20
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
PM Project Master
Projects: 247 -to 330- Status: Open Print Notes? N
Project Phone Project Manager Project Status
Project Mail Address Project Fax Customer 9 SMSA
247- 1-5/SR-14 HOV Lanes US Open
RT 5 HOV LANES S 1032- STATE OF CALIFORNIA
CONNECTORSCONSTRUCTION @ RT 14
274- 1-101 at Rice Avenue Interchange US INTERCHANGE RECONSTRUCTION Open
1008 - CITY OF OXNARD
281- 1-5 in Burbank South of Cohasset US CONSTRUCT HOV LANES, RETAINING WALLS, Open
SOUND WALLS, REPLACE CONC PVMT.
1032 - STATE OF CALIFORNIA
285- 1-5 and SR -134 Separation HOV t US CONSTRUCT HOV LANES, RETAINING Open
WALLS AND SOUND WALLS 1032 - STATE OF CALIFORNIA
297-
Westside Parkway Phase 66 - Allo
US
NEW BRIDGE, WALLS, DRAINS,
Open
RAMPS CONSTRUCTION 1006- CITY OF BAKERSFIELD
299-
SR -99 at Beardsley Canal Bridge
US
REPLACE EXISTING PVNT
Open
1032 - STATE OF CALIFORNIA
300-
SR -14 Panel Replacement - Phas
US
COLDPLANE, REPLACE CONC SLABS,
Open
PLACE RNA 1032 - STATE OF CALIFORNIA
301-
SR -14 Panel Replacement - Phas
US
COLDPIME, PLACE RUBBERIZED EMA,
Open
REPLACE CONCRETE, SLABS 1032 - STATE OF CALIFORNIA
308-
SR -99 in Chowchilla
US
CONSTRUCT FREEWAY, INTERCHANGES
Open
AND BRIDGES 1032 - STATE OF CALIFORNIA
309-
1-5 in Norwalk
US
RECONSTRUCT AND WIDEN
Open
FREEWAY AND UNDERCROSSING 1032 - STATE OF CALIFORNIA
STRUCTURES
311-
SR -99 Widening in South Bakersf
US
WIDEN FRWY FROM 6 TO 8 LANES
Open
WITH PCC 6 HNA 1032 - STATE OF CALIFORNIA
312-
1-15 at Ranchero Road Interchanc
US
RANCHERO ROAD BRIDGE CONSTRUCTION
Open
OVER I-15 1012 - SANBAG
313-
1-5 in Burbank Phase 3
US
REALIGN RT 5 S RAILROAD TRACKS,
Open
CONSTRUCT ON/OFF RAMPS 1032 - STATE OF CALIFORNIA
314-
Westside Parkway Phase 6C
US
FREEWAY CONSTRUCTION INCLUDING
Open
OVERCROSSING STRUCTURE, 1006 -CITY OF BAKERSFIEIH
STORM DRAIN PUMP, SEWER LIFT STATION, CONC BOX CULVERT
315-
SR -99 at Avenue 12 Interchange
US
RECONSTRUCT INTERCHANGE
Open
1032 -STATE OF CALIFORNII
316-
1-5 at Weldon Canyon
US
REPLACE CONC. SLABS WITH
Open
PRECAST CONC. PANELS 1032 - STATE OF CALIFORNIA
318-
SR -99 Widening at Olive Drive
US
CONSTRUCT INSIDE LANES, SHOULDERS
Open
AND CONCRETE BARRIER 1032 - STATE OF CALIFORNIA
1 Security Paving Company, Inc. Page 1 01/12/15 05:24:09 PM
Date Format - MWDD/YY PMProjectMester.rpt
PM Project Master
Projects: 247 -to 330- Status: Open Print Notes? N
Project Phone Project Manager Project Status
Project Mail Address Project Fax Customer # SMSA
319- McBean Parkway Bridge over Sar US MCBEAN PARRWA AR, .5ttSo Open
WIDENING 1010 - CITY OF SANTA CLARITA
321- SR -58 Gap Closure US WIDENING SR -58 AND BRIDGES Open
CONSTRUCTION 1006 - CITY OF BAKERSFIELD
322-
SR -210 in Tujunga
US
REPLACE EXISTING PVMT W/ PCC
Open
6 HMA, REPLACE MEDIAN CONC
1032 - STATE OF CALIFORNIA
BARRIER
323-
Yucca Loma Bridge
US
Open
IICT BRIDGE OVER MOJAVE
RIVER
RIVER
1014 -TOWN OF APPLE VAILLEY
324-
SR -23/1-101 Interchange Widenin,
US
WIDEN FRWY, RAMPS, CONSTRUCT
Open
MEDIAN RT 101/RT 23
1032- STATE OF CALIFORNA
325-
SR 34 from Rice Avenue to Lewis
US
RHMA, SUPERPAVE (GAP GRADED)
Open
OVERLAY LEWIS RD/RICE AVE
1032- STATE OF CALIFORNIA
326-
1-5 in La Mirada
US
RT 5 WIDEN FREEWAY 6 RECONSTRUCT
Open
OVERHEAD 6 OVERCROSSING
1032 - STATE OF CALIFORNIA
STRUCTURES
327-
SR -40 Near Ludlow
US
CJ Jolley
Open
COLD PLANE, OVERLAY, PLACE
RUMBLE STRIP ON ROADWAY
1032- STATE OF CALIFORNIA
328-
1-101 in Hollywood from Pilgrimag
US
COLD PLANE AC PVMT & PLACE
CJ Jolley
Open
RHMA, SUPERPAVE
1032 - STATE OF CALIFORNIA
329-
1-5 From 710 to 605
US
REPLACE PCC PAVEMENT
CJ Jolley
Open
COLD PLANE h OVERLAY
1032 - STATE OF CALIFORNIA
330-
RT 99/58 BELTWAY
OPERATIONAL IMPROVEMENTS,
Open
CONSTRUCT CONNECTORS AND
1006 - CITY OF BAKERSFIELD
WALLS
1 Security Paving Company, Inc. Page 2 01/12/15 05:24:09 PM
Date Format - MM/DD/YY PMProjectMastecrpt
CERTIFICATION OF NON -SEGREGATED FACILITIES
GOLDEN VALLEY ROAD AT STATE ROUTE 141NTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-S3028
City of Santa Clarka, 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 arras, 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.
CONTRACTOR
J` FERNDINO, VICE PRESIDENT
Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32
F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065).
C-21
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
Bid No. ENG -14-15-53028
Addendum #3
January 7, 2015
Robert . , ewman, Director o abiic Works
City o Santa Clarita
BIDDER'S CERTIFICATE
I acknowledge receipt of this Addendum No. 3 and accept the aforementioned.
1/13/15
Date B' der's Signature
SEPH FERNDINO, VICE PRESIDENT
THIS DOCUMENT TO BE SUBMITTED WITH BID
Page 11 of 1 I
Bid No. ENG -14-15.S3028
Addendum #2
December 17, 2014
20. Question: Sheet LS-1,LS-2 and LS -3 have a note for stamped concrete in the median.
Will others be pickingu this work?
Response: The Contractor will be responsible for the work required as identified in
the bid dornmrntc
21. Question: There are conflicting notes in the specs, one says that we are to provide
150 day maintenance and also 90 day maintenance. Will we just he providing 90 day
mainterna�'P9
Response: There is to be 180 days of total plant establishment and ongoinizg
maintenance by the contractor. The first 30 days are considered plant establishment
and the final 150 days are a continuation of maintenance following accepted
establishment of the trees and shrubs by the City representative. See Addendum No.
2 for the undated maintrnnnn
� Ll. duesfion: Is there a DBE requirement for this prolect�
io �._.
Robon G. man, Director of Public Works
City of Santa Clarity
BIDDER'S CERTIFICATE
I acknowledge receipt of this Addendum No. 2 and
1/]3/IS
Date
the aforementioned.
Signature
FERNDINO, VICE PRESIDENT
THIS DOCUMENT TO BE SUBMITTED WITH BID a
Page 12 of 12
3. Appendix "E": Caltrans Encroachment Permit.
Transmitted herewith is Caltrans Encroachment Permit No. 714 -AMC -2250. All work and provisions
are incorporated into all the related bid item and no additional payments shall be paid to the bidder for
this work.
' Robert G. Newman, Director of Public Works,
City of Santa Clarita
BIDDER'S CERTIFICATE.
I acknowledge receipt of this Addendum No. 1 and accept
..t/tsLIS 11 —2014
Date
Signature
FERM91HO VTr`II DIIIICTTIIIJT
THIS DOCUMENT TO BE SUBMITTED WITH BID
Golden Valley Over SR14 Bridge Widening, S30.28
Page 4 of 4
Addendurn No. 1
Bid No. ENG -14-15-S3028
Addendum #3
January 7, 2015
ADDENDUM No. 3
Golden Valley Road at State Route 14 Interchange Improvements
EA No. 07-240804
Bid No. ENG -14-15-53028
City of Santa Clarita, California
January 7th, 2015
This Addendum forms a part of the Contract Documents for the above -identified project
and modifies the original Specifications and Contract Documents, as noted below.
Portions of the Contract, not specifically mentioned in the Addendum, remain in force.
All trades affected shall be fully advised of these changes, deletions, and additions.
1. Layout Sheet L-2 (sheet 6 of 146). The sheet is revised to show revised Midwest
guardrail layout.
2. Layout Sheet L-4 (sheet 8 of 146). The sheet is revised to show revised Midwest
guardrail layout.
3. Summary of Quantities Sheet Q-1 (sheet 42 of 146). The sheet is revised to show
updated quantity information.
4. Summary of Quantities Sheet Q-2 (sheet 43 of 146). The sheet is revised to show
updated quantity information.
5. Summary of Quantities Sheet Q-3 (sheet 44.of 146). The sheet is revised to show
updated quantity information.
6. Summary of Quantities Sheet Q-4 (sheet 45 of 146). The sheet is revised to show
updated quantity information.
7. Summary of Quantities Sheet Q-5 (sheet 46 of 146). The sheet is revised to show
updated quantity information.
8. Drainage Quantities Sheet DQ -1 (sheet 56 of 146). The sheet is revised to show
updated drainage quantity information.
9. Water Pollution Control Quantities Sheet DQ -2 (sheet 57 of 146). The sheet is
revised to show updated water pollution control quantity information.
Page 1 of 11
Bid No. ENG -14-15-S3028
Addendum #3
January 7, 2015
SECTION F - TECHNICAL SPECIAL PROVISIONS
1. Page F-14, ADD to Section 124.02A:
Add the following:
At each location where falsework is constructed over a street or route listed,
provide openings through the bridge falsework. The type, minimum width, height,
and number of openings at each location, and the location and maximum spacing
of the falsework lighting, if required for each opening, must comply with the
requirements shown in the table. The width of vehicular openings is the clear
width between temporary railings or other protective work. The spacing shown in
the table for falsework pavement lighting is the maximum distance from center to
center, in feet, between fixtures.
Golden Valley Road Overcrossinc (Br. No. 53-2066)
NOTE:
R = Right side of traffic
L = Left side of traffic
C = Centered overhead
The exact location of openings will be determined by the Engineer.
Have the necessary materials and equipment on site to erect or remove falsework
before detouring or stopping traffic.
Page 9 of I I
Number
Width
Height
W
feet
(feet
Vehicle openings
4
61
15.0
Pedestrian openings
N/A
N/A
N/A
Location
Spacing
Falsework pavement
Rand L
lighting
C
40ft staomred'h
1290
NOTE:
R = Right side of traffic
L = Left side of traffic
C = Centered overhead
The exact location of openings will be determined by the Engineer.
Have the necessary materials and equipment on site to erect or remove falsework
before detouring or stopping traffic.
Page 9 of I I
Bid No, ENG -14-15-53028
Addendum #3
January 7, 2015
2. Page F-100, ADD to Section 59-6 PAINTING CONCRETE:
Add the following:
Add to section 69-6:
Prime and paint all recessed architectural treatment on both the pedestrian and
traffic sides of the Type 742 concrete barrier. Use Seal Krete, Lock Down —
Concrete Bonding Primer, one coat. Use Seal Krete, Epoxy Seal (concrete and
garage floor paint), color Pewter (#923), 2 coats. Use brush and roller as
necessary.
Contractor Ottestions and Responses
1. Question: Bid Item #42 Remove Concrete Sidewalk states 292-CY. The cubic -
yardage for the limits shown on Sheets Q-5 and Bridge Sheet 2 seem overstated.
Though the linear -footage coincidentally adds up to 292 -LF.
Response: The quantity has been revised. See the updated bid item list included in
this Addendum #3.
2. Question: Bid Items 44 and 78 appear to duplicates. Please clarify.
Response: The bid item Refinish Bridge Deck was incorrectly listed twice. See the
updated bid item list included in this Addendum #3.
3.Question: What is the minimum vehicle opening height requirement for falsework7
Response: The minimum height opening is 15.0 feet. See the language added to
Section F, 12-4.02, included in this Addendum #3.
Page 10 of 11
BID SCHEDULE
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-S3028
tIt i
1
-- ---I)e ctipiion
Lead Compliance Plan
QIY ..
1
Units..
LS
� �
Tots[ _
2
S
Construction Area Signs
1
LS
3
Traffic Control System
1
LS
4
Flashing Arrow Sign
13
EA
5
Traffic Cone
450
EA
6
Type III Barricade
15
EA
7
Temporary Pavement Marking (Paint)
422
SQFT
8
Temporary Traffic Stripe (Paint)
13008
LF
9
Channelizer (Surface Mounted)
600
EA
10
Temporary Pavement Marker
1601
EA
11
Portable Changeable Message Sign
1
LS
12
Temporary Flashing Beacon
1
LS
13
Temporary Railing (Type K)
4800
LF
14
Temporary Crash Cushion
15
EA
15
Job Site Management
1
LS
16
Furnish Field Office
1
LS
17
Implement Storm Water Pollution Prevention
Plan
1
LS
18
Rain Event Action Plan
20
EA
19
Storm Water Sampling and Analysis Day
20
EA
20
Storm Water Annual Report
2
EA
21
22
Temporary Erosion Control Blanket
Ternpowy Hydraulic Mulch
1800
1800
SQYD
SQYD
23
Temporary Check Dam
270
LF
24
Temporary Drainage Inlpt Prntprfinn
20
cA
25
Temporary Fiber Roll
2800
LF
26
Temporary Silt Fence
545
LF
C-2
GOLDEN VALLEY ROAD kJ' SIA -1E ROU'T'E 14 INTERCHANGE IMPROVENiENrS
EA No. 07-240804
27
Temporary Construction Entrance
1
EA
28
Temporary Concrete Washout (Portable)
1
LS
29
Remove Chain Link Fence
551
LF
30
Remove Parking Bumper
10
EA
31
Remove Painted Pavement Marking
230
SQFT
32
Remove Thermoplastic Traffic Stripe
19078
LF
33
Remove Pavement Marker
318
EA
34
Remove Roadside Sign
26
EA
35
Remove Asphalt Concrete Pavement
50670
SQFT
36
1
1 Remove Asphalt Concrete Dike
2206
1 LF
37
Remove Overside Drain
1
EA
38
Remove Pipe
32
LF
39
Remove Inlet
1
EA
40
Relocate Roadside Sign
7
EA
41
Cold Plane Asphalt Concrete Pavement
1986
SQYD
y 2
Remove Concrete Sidewalk
291
CY
43
Remove Concrete (Curb and Gutter)
1025
LF
44
Refinish Bridge Deck
2349
SQFT
45
Furnish Polysester Concrete Overlay
336
CF
46
F I
Place Polysester Concrete Overlay
4035
SOFT
47
Bridge Removal (Portion)
1
LS
l
48
Clearing and Gr bbing
1
LS
49
Develop Water Supply
1
LS
50
Roadway Excavation
1310
CY
51
F
Structure Excavation
729
CY
52
F
Structure Excavation (Bridge)
551
CY
53
F
Structure Backfill
147
CY
54
F
Stnvtnra Ra�kfill lRri acl
.do
3n.7
Iy
55
Ditch Excavation
30
CY
S6
_
Imported Borrow
3225
I
CY
C-3
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240304
57
S
Landscaping
1
LS
58
5
Irrigation
1
LS
59
5
Hydroseed
1600
SQFT
60
Class 3 Aggregate Base
3245
CY
61
Lean Concrete Base
1710
CY
62
Hot Mix Asphalt, Superpave (Type A)
3420
TON
63
Place Hot Mix Asphalt Dike (Type E)
1985
LF
64
Tack Coat
1
TON
65
Jointed Plain Concrete Pavement
458
1 CY
66
F
Retaining Wall Stem (Type 6)
171
SOFT
67
S
60" Cast -in -Drilled -Hole Concrete Pile (Sign
Foundation)
100
LF
68
P-5
Prestressing Cast -in -Place Concrete
1
LS
69
F
Structural Concrete
164
CY
70
F
Structural Concrete, Bridge Footing
125
CY
71
F
Structural Concrete, Bridge
1294
1 CY
72
Aggregate Base (Approach Slab)
12
CY
73
F
Structural Concrete, Approach Slab (Type N)
132
CY
74
F
Structural Concrete, Approach Slab (Type R)
121
CY
75
F
Minor Concrete (Minor Structure)
23
CY
76
1
Paving Notch Extension
82
CF
77
F
Architectural Surface (Barrier)
1869
1 SOFT
78
Refinish Bridge Deck
2349
SOFT
79
P
Joint Seal (MR 2")
236
LF
80
Joint Seal (Type AL)
86
LF
81
P -F -S
Bar Reinforcing Steel
38757
LB
82
P -F -S
Bar Reinforcing Steel (Bridge)
292581
LB
83
F
Furnish Sign Structure (Tubular)
26556
LB
84
F
Install Sign Structure (Tubular)
26556
LS
85
Furnish Laminated Panel Sign (1" -Type A)
68
SOFT
86
Roadside Sign - One Post
35
EA
C4
GOLDEN VALLEY ROAD AT STATE ROUTE 14 EVTERCHANGE IMPROVEMENTS
EA No. 07-240804
87
Roadside Sign - Two Post
7
EA
88
Install Roadside Sign Panel on Existing Post
35
EA
C9
P
18" Reinforced Concrete Pipe
79
LF
90
P
18" Corrugated Metal Pipe (.079" Thick)
558
LF
91
6" Perforated Plastic Pipe Underdrain
210
LF
92
6" Non -Perforated Plastic Pipe Underdrain
24
LF
93
F
Class 4 Permeable Material
63
CY
94
F
Class 5 Permeable Material
55
CY
95
P -F
Welded Steel Pipe Casing (Bridge)
331
LF
96
36" Precast Concrete Pipe Manhole
3
EA
97
Inlet Depression
2
EA
98
1 F
Rock Slope Protection (Light, Method B)
10
CY
99
Slope Paving (Rock Cobble)
10693
SQFT
100
F
Gabion
12
CY
101
Minor Concrete (Curb)
131
CY
102
Detectable Warning Surface
215
SF
103
Minor Concrete (Curb and Gutter)
75
CY
104
Minor Concrete (Gutter Depression)
4
CY
105
Minor Concrete ( Driveway)
25
CY
106
Minor Concrete (Stamped Concrete)
2306
SQFT
107
Minor Concrete (Sidewalk)
32
CY
108
Minor Concrete (Bike Path)
323
CY
109
Minor Concrete (Curb Ramp)
15
CY
110
Parking Bumper (Precast Concrete)
11
EA
111
P -F
Miscellaneous Iron and Steel
2562
LB
112
P -F
Miscellaneous Metal
115
LB
113
P -F
Miscellaneous Metal (Bridge)
993
LB
114
P -F
Brid a Deck Drainage System
2030
LB
115
P-5
Chain Link Fence (Type CL -6)
855
LF
116
P -S
6' Chair. Link Gat = (Type CL -E)
1 ,
EA
117
P -S
Midwest Guardrail System (Wood Past)
298
LF
C-5
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE LNIPROVEVSENTS
EA No. 07-240304
118
Vegetation Control (Minor Concrete)
200
SQYD
119
P -F -S
Chain Link Railing (Type 7)
602
LF
120
F
Concrete Barrier (Type 26)
301
LF
121
P -F -S
Cable Railing
201
LF
122
S
Crash Cushion (SC170GM)
1
EA
123
F
Concrete Barrier (Type 60F)
113
LF
124
F
Concrete Barrier (Type 60)
163
LF
125
F
Concrete Barrier (Type 742)(Mod)
321
LF
126
S
4" Thermoplastic Traffic Stripe
9800
LF
127
5
8" Thermoplastic Traffic Stripe
4110
LF
128
S
Thermoplastic Pavement Marking
2512
SQFT
129
S
4" Thermoplastic Traffic Stripe (Broken 6-1)
1050
LF
130
Paint Traffic Stripe (2 -Coat)
9400
LF
131
Paint Pavement Marking (2 -Coat)
468
SQFT
132
P -S
Pavement Marker (Non -Reflective)
7670
EA
133
P -S
Pavement Marker(Retroreflective)
4790
EA
134
P -S
Signal
1
LS
135
P -S
Lighting
1
LS
136
S
Ramp Metering System
1
LS
137
Class D Filter Fabric
153
SQYD
138
Mobilization (Not to Exceed 5% Total Bid)
1
LS
Total
TOTAL AMOUNT OF BASE BID IN WORDS:
Notes:
1) Items designated with a (P) are eligible for compensation prior to incorporation into the work, as
described in Section 9-3.2 of the Standard Specifications.
2) Items designated with a (F) are considered Final Pay Items, as described in Section 9-3.2 of the
Standard Specifications -
3) Items designated with a (S) are considered Specialty Items, as described in Section 2-3.2 of the
Standard Specifications.
C-6
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
Venbro'ok
December 30, 2014
Direct Une:(858) 764-7447
Telephone: (858) 764-7400
Farc (858) 764-7500
Mr. Joe Femdino E-mail: blefrenz@venbrook.com
Security Paving Company, Inc
13170 Telfair Avenue
Sylmar, CA 91342
1/13/15 Bid, City of Santa Clarita, Golden Valley Road At State Route 14 Interchange Improvements
1107vfM
We are pleased to enclose the bid bond(s) you requested. WE URGE THAT YOU RECHECK ALL BID DOCUMENTS
ENCLOSED INCLUDING THE POWER OF ATTORNEY, SIGNATURES, DATES, AMOUNTS, JOB DESCRIPTION,
AND ANY OTHER ATTACHMENTS, TO AVOID THE POSSIBILITY OF HAVING A LOW BID REJECTED. Would
you also please re -verify that the bid bond form attached is the form required by the specifications. Be sure to execute the bid
bond with the proper signature and seal.
THE BID BOND AUTHORIZATION IS BASED UPON YOUR ORIGINAL ESTIMATE OF
$7500.000.00 IF THE BID EXCEEDS THIS ESTIMATE BY 10% OR MORE, PLEASE CONTACT US FOR
ADDITIONAL AUTHORFCYM!
;tYiZ111161 14t
Venbrook
NEW FINAL RATES APPLICABLE TO 100% OF CONTRACT PRICE:
First
$2,500,000
@
$5.00 per thousand
Next
$2,500,000
@
$4.50 per thousand
Next
$2,500,000
@
$4.25 per thousand
Ova
$7,500,000
@
$4.15 per thousand
Rate for Desitin -Build Contracts:
Fine $2,500,000
@
$6.00/m
Next 52,500,000
@
SSA0/m
Next $2,500,000
@
$5.10/m
Over $7,500,000
@
$4.98/m
Note: WHEN STATED TIME OF COMPLETION EXCEEDS 24 MONTHS, SURCHARGE NORMAL PREMIUM 1% FOR
EACH COMPLETE MONTH IN EXCESS OF 24 MONTHS.
Note: IN THE EVENT THE STIPULATED MAINTENANCE/WARRANTY TERM IS IN EXCESS OF ONE YEAR BUT IS
THREE YEARS OR LESS, THE FOLLOWING ADDITIONAL PREMIUM APPLIES PER YEAR IN EXCESS:
First $ 500,000 @, $1.20/m
Next $2,000,000 @$1.17/m
Next $2,500,000 @$1.13/m
Next $2,500,000 @$1.11/m
Over $7,500,000 @ $1.05/m
Vanbrook Insurance Services
445 Marine View Avenue, Suite 200
Dal Mar, CA 92014
CA License OD80832
ATTN: BROOKEIJOY
Wnbrook
445 MARINE VIEW AVENUE, SUITE 200
DEL MAR, CA 92014
858-764-7448 (TEL. NO.)
858-764-7500 (FAX)
SECURITY PAVING COMPANY, INC. (818)362-9200
(Phone)NAME OF CONTRACTOR: 13170 TEI FAIR AVE SYLMAR CA 91342 (81$1362-9300 (FAX)
DATE: -01-13-2015 CITY WHERE OPENING, SANTA CLARITA CA.
TIME OF OPENING: 11:00 A.M. APPROX. CONTRACT PRICE: $7.500.000
% BID BOND: 10 % PERCENT PERFORMANCE BOND: 100%
(PLEASE PROVIDE. WHEN REQUESTING BID BONDI
% LABOR & MATERIAL. BOND:100 % # OF WORK DAYS: 288 WDAY,_OR CALENDAR DAYS XXX
(PLEASE PROVIDE WHEN REQUESTING BID BOND)
LIQUIDATED DAMAGES: $5,400 CALDAY CONTRACT #: ENG -14-15-S3028
(CALENDAR DAY/WORK DAY, PLEASE. SPECIFY) (JOB #. SPEC # E"1'C... PLEASE SPECIFY)
SURETY'S BID BOND FORM: BOND FORM ATTACHED. XXX
USA/GOVT. BID BOND FORM: MAINT./WARRANTY PERIOD: I YEAR
(# OF YEARS)
TO: „ CITY OF SANTA "A "IT "PURCHASING"
(OWNER)
23920 VALENCIA BOULEVARD SUITE 120
(ADDRESS)
SANTA CLARITA, CA. 91355
JOB TITLE: GOLDEN VALLEY ROAD AT STATE ROUTE I4 IN I ERCHANGE IMPROVEMENTS
JOB DESCRIPTION: WIDEN EXISTING OVERCROSSING BRIDGE.
DATED: DECEMBER 18, 2014 SIGNED: JIM CREWS
CITY OF SANTA CLARITA
CONTRACT DOCUMENTS,
SPECIAL PROVISIONS
For
GOLDEN VALLEY ROAD AT STATE ROUTE 14
INTERCHANGE IMPROVEMENTS
City Bid No. ENG14-15-53028
EA No. 07-240804
Bid Opening date: 01/13/2015
Bid Opening Time: 11:00 A.M.
SECTION A: NOTICE INVITING BIDS
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
CITY BID No. ENG -14-15-53028
EA No. 07-240804
City of Santa Clarity, California
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Santa Clarity for
the GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
project. Bids must be submitted to Purchasing, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA
91355, before 11:00 a.m. on 01/13/2015, at which time, or shortly thereafter, they will be publicly opened
and read in Suite 120.
Contract documents for this bid may be downloaded from the City's Purchasing website at
www.santaclarita.com/pwchasing. Please refer to the documents for complete details and bid requirements.
The specifications in this Notice shall be considered a part of any contract made pursuant thereto. A paper
copy of the bid documents may also be viewed at City Clerk's Office, Suite 120.
No pre-bid meeting will be held for this bid.
Bids (Proposals) shall be enclosed in a sealed envelope and plainly marked on the outside in conformance
with the Instructions to Bidders "SEALED BID FOR GOLDEN VALLEY ROAD AT STATE ROUTE
14 INTERCHANGE IMPROVEMENTS Project, City Bid No. ENG -14-15-S3028, City of Santa
Clarita, California — DO NOT OPEN WITH REGULAR MAIL."
Work shall be done in accordance with the contract documents known as GOLDEN VALLEY ROAD AT
STATE ROUTE 14 INTERCHANGE IMPROVEMENTS Project, a copy of which is on file and open
for inspection at the City Clerk's office counter. The work is expected to cost approximately $7,500,000
dollars.
Generally, the Scope of Work to be performed includes, but is not limited to widening the existing bridge
and northbound on-ramp and performing approach work (Project). The Project will widening the bridge to
match the approaches, adding two through lanes and one left tum lanes at the northbound on-ramp. The
project also provides a 6 foot sidewalk on the north and 6 foot sidewalk with 10 foot two-way bicycle path
on the south. The northbound on-ramp will be widened to 3 lanes and both on -ramps will be metered. See
the project drawings for more detailed description of the location and limits of the work. Majority of said
work is in Caltrans right of way and is subject to provisions of the Caltrans permit.
In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder
shall possess a State Contractor's License, Class A at the time that a contract for this work is awarded.
Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a
failure to execute the contract and shall result in the forfeiture of the security of the bidder. As provided for
in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for
monies withheld by the City to ensure performance under the contract.
Bidders may email their questions to Harry Corder at HCORDER@santa-clarita.com until 1:00 p.m. on or
before, 01/05/2015. Any questions submitted after 1:00 p.m. on 01/05/15, will not be answered. Questions
and answers will be issued as an addendum via email to all plan holders prior to bid opening. Bidders shall
sign and return all addendums (if any) with the submitted bid proposal. Failure to sign and return all
addendums with the bid proposal could render the bid as nonresponsive and could act to bar award of the
contract to any bidder not signing and returning all addendums.
A-1
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
PROPOSAL GUARANTEE
BID BOND
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE DIPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-53028
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that , as BIDDER,
SURETY, are held and
fmily bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars f$
), which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, fur the
payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, fimily 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 retrain in full force and effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
of 20
BIDDER:
Signature
Name and Title of Signatory
Address
SURETY*
Subscribed and swom to this day of 20i
NOTARY PUBLIC (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 most current list
(Circular 570, as amended) and be authorized to transact business in the State where the project is located.
C-16
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO, ENG -14-15-53028
This bidder proposed subcontractor hereby
certifies that he has has not , participated in a previous contract or subcontract subject to the
equal opportunity clause, as required by Executive Orders 10925,11114, or 11246, and that 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 60-13(b)(1)), and must be submitted by biddersandproposed subcontractors only in connection with
contracts and subcontracts which are subject to the equal oppommity 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)(I)
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, US. Department of Labor.
C-12
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-53028
This bidder proposed subcontractor hereby
certifies that he has. has not , participated in a previous contract or subcontract subject to the
equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that 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-12
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY STD NO. ENG -14-15-S3028
This bidder proposed subcontractor , hereby
certifies that he has has not . participated in a previous contract or subcontract subject to the
equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that 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(bxl)), 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 conuwu 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-12
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG -14-15-53028
This bidder proposed subcontractor hereby
certifies that he bas has not , participated in a previous contract or subcontract subject to the
equal opportunity clause, as required by Executive Orders 10425.11114, or 11246, and that he has
has notfiled 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-12
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO. 07-240804
CITY BID NO. ENG14-15-53028
This bidder proposed subcontractor hereby
certifies that he has has not participated in a previous contract or subcontract subject to the
equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that 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(6)(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-12
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA No. 07-240804
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVEMENTS
EA NO, 07-240804
CITY BID NO. ENG -14-15-83028
This bidder proposed subcontractor hereby
certifies that he has has not . participated in a previous contract or subcontract $ubjeet to the
equal opportunity 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(6)(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-12
GOLDEN VALLEY ROAD AT STATE ROUTE 14 INTERCHANGE IMPROVENIENTS
EA No. 07-240804