Loading...
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