Loading...
HomeMy WebLinkAbout2015-01-27 - AGENDA REPORTS - NEWHALL AVE HSIP PROJ T2008 (2)0 Agenda Item: 5 CITY OF SANTA CLARITA 4D AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: DATE: January 27, 2015 SUBJECT: NEWHALL AVENUE HIGHWAY SAFETY IMPROVEMENT PROGRAM (HSIP) PROJECT (NEWHALL AVENUE AT 8TH STREET, 9TH STREET, AND LYONS AVENUE), PROJECT T2008 - AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the HSIP-5450(081) Newhall Avenue HSIP Project (Newhall Avenue at 8th Street, 9th Street, and Lyons Avenue), Project T2008. 2. Award the construction contract to FS Construction in the amount of $264,504, and authorize a 10 -percent contingency in the amount of $26,451, for a total contract amount not to exceed $290,955. 3. Authorize an increased expenditure in the amount of $38,460 to the existing professional services contract with MNS Engineers, Inc., for construction engineering support services, materials acceptance testing, and surveying during construction. 4. Appropriate $60,000 in Gas Tax funds (230) to expenditure account T2008230-5161.001. 5. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The proposed project will construct bulb -outs (also known as curb extensions) on Newhall Avenue at both 8th Street and 9th Street. These bulb -outs will include the installation of pedestrian ramps in compliance with the Americans with Disabilities Act. The bulb -outs will reduce the pedestrian crossing distance from curb to curb, improve visibility between pedestrians and motorists, and create a traffic -calming effect, which will reduce vehicle speeds through the Ar__'�MR OVED PaPacket Pg. 36 intersections. At the Newhall Avenue and Lyons Avenue intersection, modifications will be made at all four corners to shorten the crossing distance for pedestrians and increase visibility. All pedestrian ramps at this intersection will be reconstructed to be in compliance with the Americans with Disabilities Act. The entire reach of Newhall Avenue will be re -striped to current City of Santa Clarita (City) standards. All proposed improvements for this project will increase the overall safety of Newhall Avenue. This project is federally funded under the Highway Safety Improvement Program (HSIP). This program is managed by the State of California with the purpose of mitigating high -collision locations. Cities and counties are eligible to apply for this competitive grant, and projects with a high safety index rating are given priority. This project was selected and awarded an HSIP grant for design and construction of the improvements with a required grant match from the City. On August 25, 2014, the City received authorization from the California Department of Transportation to proceed with an invitation to bid for construction. An invitation to bid was published three times, November 16, November 19, and November 22, 2014, and was noticed on the City's website. Plans and specifications were also sent to area plan rooms. Three bids were submitted to the City and opened by Purchasing on December 18, 2014. The bid submitted by FS Construction contained an addition error when the extended line item price was added to determine the total bid price. The bid documents include a provision that in the case of discrepancies the total of the extended price shall govern over the total price written in words and/or numbers. Therefore, City staff has corrected the bid amounts pursuant to this bid provision. The corrected amount for the bid results are shown below: Company Location Base Bid Amount FS Construction Sylmar, CA $264,504 Berry Engineering, Inc. Ventura, CA $337,761 R.C. Becker & Son, Inc. Santa Clarita, CA $347,696 Staff recommends the project be awarded to FS Construction, the lowest responsive bidder. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid has been reviewed for accuracy and conformance to the contract documents and was found to be complete. Staff recommends an increase of spending authority in the amount of $38,460 to MNS Engineers, Inc., for construction engineering, materials acceptance testing, and surveying. These services are necessary to provide engineering support services during project construction. The original contract for design was approved by the City Manager on January 2, 2014. The requested construction contingency will cover costs of unforeseen site conditions uncovered during the demolition, trenching for the proposed storm drain improvements, conflict with unknown utilities, additional modification to the existing irrigation systems, and the removal of any unsuitable soil encountered. Page 2 Packet Pg. 37 Budgeted funds in the amount of $49,772 are available for inspection, labor compliance, staff oversight, and miscellaneous project costs. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Funds totaling $319,187 are currently appropriated in expenditure accounts T2008229-5161.001 (HSIP), T2008230-5161.001 (Gas Tax), T2008233-5161.001 (TDA Article 8), and T2008238- 5161.001 (TDA Article 3). The requested appropriation of $60,000 in Gas Tax funds will create a total project budget of $379,187. This amount will adequately provide for award of the construction contract, including contingency and all other anticipated construction costs. ATTACHMENTS Location Map Contract for FS Construction (available in the City Clerk's Reading File) Pa,e 3 Packet Pg. 38 12 MAaC xauiuN e A Its FJ e, o — t, i t � f�11 �GFYONIMF ✓� p( I,t Cgry.nN Rn.b �� Alllkm ,{ � t• L.. enunuE�° n HflYHA.0.PNGH e we a e� Newhall Avenue at Lyons Ave nue ` If; Newhall Avenue at 9th Street we o ,. __ _ •� 1 Ad Newhall Avenue at 13th Street wFv�K.ir uNim�. wap.... 5.8 / """SANTACLARITA I Newhall Avenue HSIP Project T2008 Newhall Avenue improvements from Lyons Ave to 8th Street CO O y O $ F ! v 0 xT I IL I I U 4,.. 0 IL Scow _ i w IM NR D ` I W w "wnw'e" Q J J % 3 ` W y I Z I I Y7 iNN�FaAO •1 ! * l r'Y C O m \ A i O g O c J F Newhall Avenue at Lyons Avenue c �.NNSANENNr �' E Newhall Avenue at 9th Street t V •Newhall Avenue at 8th Street Q 0 . Packet Pg. 39 1 CAPITAL IMPROVEMENT PROJECT AGREEMENT Contract 14-00463 Newhall Avenue HSIP Project, City Project # T2008 This AGREEMENT is made and entered into for the above -stated project this _ day of 2015, BY AND BETWEEN the City of Santa Clarita, as CITY, and FS Construction, 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 famishing 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. D-1 NEWHALL AVENUE HSIP PROJECT Prajecl T2WB Revised April 2014 ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate ofocers having principal interest herein. ARTICLE VII Nature of Relationship CONTRACTOR shall not be subject to day -today supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations and D-2 NEWHALL AVENUE HSIP PROJECT Praje T20 Revised April 2014 policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not be responsible for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. ARTICLE VIII CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. Liability Insurance During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain coverage at CONTARCTOR'S expense and deduct the cost of such insurance from vayments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this agreement City may cancel the Agreement immediately with no penalty. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. Such General, Public and Professional liability, and property damage insurance shall be maintained in full force and effect throughout the tern of the AGREEMENT and any extension thereof in the amount indicated above or the following minimum limits: D-3 NEWHALL AVENUE RSIP PROJECT P Olwt T2 Revised April 2014 A combined single limit liability policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. Worker's Comnensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, inure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. D-4 NEW L AVENUE HSIP PROJECT Project T200B Revised April 2014 ARTICLE IX Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD) of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. ARTICLE X Tenn 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/Term ination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the 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. D-5 NEMALL AVENUE NSIP PNQIECT Project T2008 Revised April 2014 Compliance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local government, including City's Labor Compliance Program (LCP). CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES Requirements shall result in project delays through City issued Stop Work Notices and/or fines levied against the CONTRACTOR. If this AGREEMENT is funded by the United States Department of Transportation, Federal Highway Administration under Title 23 of the United States Code (excluding emergency contracts solely intended for debris removal), CONTRACTOR shall comply with form FHWA-1273 (attached hereto in its entirety as Exhibit "A" which is hereby incorporated by reference as though fully set forth here). CONTRACTOR must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). Conflict of Interest CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY'S conflict of interest regulations. Prevailing Waees As 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 at the website for State of California prevailing wage determinations at http://www.dir.ca.gov/OPRL/DPreWageDetennination.htm. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to both federal and state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, the Davis -Bacon and Related Acts and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. If there is a difference between the federal and state wage rates, the Contract and its subcontractors shall pay not less than the higher wage rate. Contractor shall further adhere to the requirements contained in the City's Labor Compliance Program. A copy of the Labor Compliance Program is part of the project specifications and is also available for review upon request at the Office of the City Clerk. All pertinent federal and State of California statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable federal and State of California statues and regulations and adhering to the latest editions of such. D-6 NEWWLLL AVENUE NSIP PROJECT PMJW T2008 Revised April 2014 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. Federal Prevailing Wages The work being done pursuant to this Contract is paid for in part by the United States of America. Therefore, pursuant to the provisions applicable to such federal assistance, Contractor acknowledges and agrees that the services, construction, and maintenance pursuant to this Contract is, or may become, subject to certain federal laws and regulations, including, but not limited to, provisions of the Davis -Bacon Act, and particularly 29 Code of Federal Regulations Section 5.5 in part as follows: (a) The Agency head shall cause or require the contracting officer to insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a public building or public work, or building or work financed in whole or in part from federal funds or in accordance with guarantees of a federal agency or financed from funds obtained by pledge of any contract of a federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in Section 5.1, the following clauses (or any modifications thereof to meet the particular needs of the agency provided that such modifications are first approved by the Department of Labor): (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular D-7 NEWHALL AVENUE HSIP PROJECT Protect TY009 Revised April 2014 weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in Section 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (axlxii) of this section) and the Davis - Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advice the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(l)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. D-8 NEWWLLL AVENUE HSIP PROJECT Prq T2008 Revised April 2014 (2) Withholding. The CITY shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the CITY may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section l(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section I (b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the City. The payrolls submitted shall set out accurately and completely all of the information required to be maintained'under Section 5.5(a)(3)(i) of Regulations 29 CFR Part 5. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (federal stock number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under Section 5.5(a)(3)(i) of Regulations 29 CFR Part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no D-9 NEN LL AVENUE HSIP PROJECT Prajea T20M Revised April 2014 deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the CITY or Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the CITY may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees—(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services and a State Apprenticeship Agency to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an D-10 NEAHALL AVENUE HSIP PROJECT Project T2 Revised April 2014 apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the FHWA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall D-11 NE U AVENUE MSIP PROJECT P,*d T2M Revised April 2014 be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's fine is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs (b)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Section 5.5(a) or 4.6 of Part 4 of this title. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. (3) Withholding for unpaid wages and liquidated damages. The CITY shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. Electronic Transmission of Contract and Signatures The Parties agree that this Agreement may be transmitted and signed by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. D-12 NEWHALL AVENUE HSIP PROJECT Pro1W T2W Revised April 2014 D-13 NEWHALL AVENUE NSIP PROJECT Project T2 Revised April 2014 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 VITMESSED BY NOTARY CITY: Print Name & Title: CONTRACTOR's License No. Class Mayor/City Manager of the City of Santa Clarita Date: Attest: Date: City Clerk of the City of Santa Clarita Approved as to Form: Date: City Attorney of the City of Santa Clarita D-14 NEV MALL AVENUE HSIP PROJECT Prof T2008 Revised April 2014 EXHIBIT "A" FHWA-1273 -- Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General I1. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. IM 5 NEW U_ AVENUE HSIP PROJECT Project T20 Revised April 2014 Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. Il. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60,29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. D-16 NE ALL AVENUE HSIP PROJECT Project T2" Revised April 2014 The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. D-17 NEWHALL AVENUE HSIP PROJECT Project T2008 Revised Apri12014 b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. D-18 NE@MALL AVENUE HSIP PROJECT Prge T20 Revised April 2014 b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. D-19 NEWHALL AVENUE HSIP PROJECT Proud T2006 Revised April 2014 b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out D-20 NEVMALL AVENUE HSIP PROJECT Project T2" Revised April 2014 applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non - minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. M. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, D-21 NEWHALL AVENUE NSIP PROJECT Prg T20M Revised April 2014 and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph l .d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph Lb. of this section) and the Davis - Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. D-22 NENM L AVENUE HSIP PROJECT Prged T2" Revised April 2014 b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs l.b.(2) or I.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the D-23 NEW L AVENUE NSIP PROJECT P`qW T200S Rcvised April 2014 Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section I (b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(IXiv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section I (b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). D-24 NEWHALL AVENUE HSIP PROJECT ftje T2008 Revised April 2014 The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htfn or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. D-25 NENMML AVENUE NSIP PROJECT Raja! T2W8 Revised April 2014 Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). D-26 NE WHAM AVENUE HSIP PROJECT ProjW T20 Revised April 2014 Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal - aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier D-27 NEWHAIL AVENUE HSIP PROJECT Piged T2C08 Revised April 2014 subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic D-28 NEW ALL AVENUE HSIP PROJECT Pr.ed T2" Revised April 2014 receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (L) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). D-29 NEVMALL AVENUE HSIP PROJECT Prged T2008 Revised April 2014 a. The term "perform work with its own organization' refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. D-30 NE WHALL AVENUE HSIP PROJECT Project T20M Revised April 2014 VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: D-31 NEWHALL AVENUE HSIP PROJECT Prcl c T20M Revised April 2014 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or D-32 NEW LL AVENUE HSIP PROJECT Project T20 Revised April 2014 any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. D-33 NEVP L AVENUE MP PROJECT Project T2 Rwised April 2014 g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (hLps://www.epis.gov/1, which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. ssss* 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; D-34 NEWHALL AVENUE RSIP PROJECT ft1W T2008 Revised April 2014 (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant' refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant' refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. D-35 NEWHALL AVENUE HSIP PROJECT Prcje T2008 Raised April 2014 f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.evis.gov/1, which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. *sss* Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion— Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. is*as XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING D-36 NEW LL AVENUE HSIP PROJECT Project T2008 Revised April 2014 This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. D-37 NEW LL AVENUE HSIP PROJECT Project T2(M) Revised April 2O14 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (lc) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order maybe placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1 c) above. D-38 NEWHALL AVENUE HSIP PROJECT Prajw T2008 Revised April 2014 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections I through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. D-39 NEVAIALL AVENUE HSIP PROJECT Project T20M Revised April 2014 ADDENDUM No. I NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8", 9", and LYONS AVENUE) Project No. T2008 Bid No. ENG -14-15-T2008 City of Santa Clarita, California December 9, 2014 This Addendum form is apart 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. SPECIFICATIONS 1. APPENDIX B- FEDERAL PREVAILING WAGES —Re lace the entire appendix with the attached, revised Appendix B. Attachments: APPENDIX B tbert U. m aa, Director of Public Works, City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. I and accept the aforementioned. ` Ag 2014 Date Bid s Signatu e THIS DOCUMENT TO BE SUBMITTED WITH BID Newhall Avenue HSIP Project- T2003 Addendum No. t ADDENDUM No. 2 NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8"', 9'h, and LYONS AVENUE) Project No. T2008 Bid No. ENG -14-15-T2008 City of Santa Clarita, California December 11, 2014 This Addendum form is 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. PROJECT PLANS SHEETS 1 THRU 21 — The attached unsigned plan set is being provided for reference only and shall assist with the preparation of the contractors bid. This plan set is identical to the signed plan set previously provided and is only being provided to show the legends and hatching more clearly. The original signed mylar did not scan well and some of the legends and hatching are difficult to read. The attached plan set should resolve this issue. Attachments: PROJECT PLANS SHEETS 1 THRU 21 Robert G. Newman, Director of Public Works, City of Santa Clarita BIDDER'S CERTIFICATE 1 acknowledge/receipt of this Addendum No. 2 and accept the aforementioned. �ZG / .2014 Date Bidde s Signature THIS DOCUMENT TO BE SUBMITTED WITH BID Newhall Avenue HSIP Project—T2008 Addendum No. 2 SECTION C: PROPOSAL FOR NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8T" 9T" and LYONS AVENUE) Bid No. ENG -14-15-T2008 Project T2008 Federal -Aid Project No. HSIP - 5450(081) TO THE CITY OF SANTA CLARITA, AS AGENCY In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the 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 govem over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. Company Name: r��7 (.41 s,5Ydlf"-zael Company Address:%rJ .5(� / 5 �PGK3dt'. By: Print Name Title: ()c Vt&r- Signature: -._ ........._ t"'rLio-J Date: jZ - /7 - ( C-1 NEWHALL AVENUE HSIP PROJECT PrajW TXCA BID SCHEDULE NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8T", 9T", and LYONS AVENUE) Bid No. ENG -14-15-T2008 Project T2008 Federal -Aid Project No. HSIP - 5450(081) C-2 NE"AUL AVENUE HSIP PROJECT P,ojW TI 8 GENERAL Mobilization/Demobilization, Bands, and Insurance LS 1 9c) ,ck) d 1 2 Implement Temporary Water Pollution Control LS 1 cr" S 06t-2 3 Prepare Traffic Control Plans LS 1 (ZX? '" C2CX2 4 Traffic Handling and Construction Area Signs LS 1 �?'r-2 j 5a.1 Thermoplastic Pavement Arrow Marking (Type IV) SF 160 75 Oc 5a.2 Thermoplastic 12" Limit Line Marking SF 340 Z" 5 5a.3 Thermoplastic Diagonal/Chevron Hatch Marking SF 275 "Z- 5 6g,_ 5aA Thermoplastic Crosswalk Marking SF 1,800 '3 . -75 5a.5 2 -Coat Paint No Passing Stripe w/Reflectors (Detail 22) LF 410 - 5 3a5. 5a.6 2 -Coat Paint Right Edgeline Stripe (Detail 27B) LF 860 5a.7 2 -Coat Paint Median Island Stripe (Detail 29) LF 250 5a.8 2 -Coat Channelizing Stripe (Detail 38A) LFP330 1 5a.9 2 -Coat Channelizing Stripe (Detail 38) LF 'g( 3 5a.10 2 -Coat Lane Line Extensions Stripe (Detail 40) LF „5a5a.11 2 -Coat Lane Line Extensions Stripe (Detail 41) LF -50 9-5 5a.12 Lead Line (4" Wide) (Reflectors) LF 20 556 - Z 58.13 Paint Curb Red (2 -Coat) LF 230 -2-5 57 5 5bA Traffic Sign SF 85 L 13',15 3U 97 5b.2 Traffic Sign Post EA 6 155 130 5b.3 Remove Sign EA 1 6 z. 5b.4 Remove Sign Post EA 2 6Z S Z 5b.5 Relocate Sign EA 1 lg"�_r kgs 6a.1 Remove Pull Box EA 4 ZS ZSro C-2 NE"AUL AVENUE HSIP PROJECT P,ojW TI 8 a 2 7 Traffic Signal or Street Light Pull Box (Ad;ust to Finish Surface) DEMOLITION Sawcut AC/PCC Pavement, Curb and Gutter, Sidewalks, Driveways EA LF 9 1,100 1 3 ?,5- 58 -3-5 8 Remove Asphalt Pavement and CAB SF 2,150 3- S ZS 9 Remove PCC Pavement and LCB SF 1,100 Z 62 10 Remove Concrete Curb, Gutter, Sidewalk, Driveway, and Base Materials SF 6,100 y 5 'Z7(r/SO 11 Remove Landscaping and Irrigation SF 300 -3 Sao 12 Remove Traffic Striping, Pavement Markings, and Markers LS 1 [j 13 Asphalt Concrete Pavement (Type B, PG 64-10) TON 8 6C7 n- I ego 14 Asphalt Concrete Pavement (Type C2, PG 64-10) TON 6 2C7 1 z G7� 15 Crushed Aggregate Base (CAB) CY 26 / Ou 16 Concrete Driveway (Commercial) SF 430 f 17 Concrete Sidewalk SF 4,300 Z 6J 18 ADA Concrete Curb Ramp SF 1,800 6 19 Integral Curb LF 250 20 Concrete Curb and Gutter (A2-8) LF 740 21 Concrete Longitudinal Gutter SF 450 j s0 22 23 Tree Well 18" Reinforced Concrete Pipe EA 1 Zaoc> ZGnC�CJ LF 82 300 zq 6o 24 24" Reinforced Concrete Pipe LF 21 [�(XJ �at(DO 25 Curb Opening Catch Basin (W=3.5', V=3.5') EA J 1 t(fic� c�p�n 26 Curb Opening Catch Basin (W=10', V=4.3', B=5.5') --. -1 EA _ 1 qpoo _. 27 Curb Opening Catch Basin (W=21', V=5.8') EA 1 28 RCP Connection to Catch Basin EA 1 le7Oo lnov 29 Modify Catch Basin (No Curb Opening) with Manhole Frame and Cover (W=5', V=6.9', B=4') EA 1 30 Modify Catch Basin (No Curb Opening) with Manhole Frame and Cover (W=6', V=4.4', B=5') EA 1 C-3 NE"ALL AVENUE HSIP PROJECT P,qe T2W8 BID SCHEDULE NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 81" 9T" and LYONS AVENUE) Bid No. ENG -14-15-T2008 Project T2008 Federal -Aid Project No. HSIP - 5450(081) TOTAL BID IN FIGURES $ 1259, 5 o3- 35 ."TOTAL BID IN WORDS: twig , -)'"JV i �y-j- i L' ✓; 0e S Ir\yUae\b J C \ yn�+� r T \,-b � y�'l q r -e A o (`mv G rift rSs \ 4. 'i VLA Eve JP (r ka C4 NEW ALL AVENUE HSIP PROJECT PMW TWOS DESIGNATION OF SUBCONTRACTORS Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Parti The bidder shall list all subcontractors (both DBE and non -DBE) in accordance with Section 2-1.054 of the Standard Specifications and per Title 49, Section 26.11 of the Code of Federal Regulations. This listing is required in addition to listing DBE Subcontractors elsewhere in the proposal. Photocopy this form for additional firms. Firm NameJ Phone/ cal sent, Use Address/ Fax Annual Gross Receipts Description of Portion of Work to be Performed Onit. City, State, ZIP (Certified DBE?) Name Phone ❑ <$1 million V6 -S — ONO fj 11, 5 fist OBI: +- ❑ <$5 million 4ddress gay �G1m,-:�/hK E ❑ < $10 million Faxl o/ X76 plt� 131? l V<$15million 611 Agc of Firm (YM) City State ZIP El> $15 million I—a _��._..._.. _..._ .Varma 6rnt ,Ilh.* Phone MA Iv/ ❑<$1million ? _ g<$5 million ONO If YES list DBE. 0 Address ❑ < $10 million ❑ <S15 million 40LA o b Cry Stale ZIP rFpary\n� p ppJrva ?Q Age ofFirm (Yrs.) ❑>$15million C-5 NEWM LL AVENUE HS;P PRCJECT Prrez!TMS DESIGNATION OF SUBCONTRACTORS Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Part I The bidder shall list all subcontractors (both DBE and non -DBE) in accordance with Section 2-1.054 of the Standard Specifications and per Title 49, Section 26.11 of the Code of Federal Regulations. This listing is required in addition to listing DBE Subcontractors elsewhere in the proposal. Photocopy this form for additional firms. Firm Name/ Phone/ l,ocnl Agency Use Address/ Fax Annual Gross Receipts Description of Portion of Work to be Performed Oniv — City, State, ZIP (Certified DBE?) Name Phone ❑ <$I million FS K-vl -" (Dte�?�•�lt7zir ❑<$5million ONO Address\ ❑ <$10 million If YIt list DRE =•< 2, Fax ❑<S15million `� ✓ V Age of Firm (Yrs.) "Ta ❑ > $15 million �ll f/SC fjaJ �/�� , 1 _ _ _ �? A'ame Phone O< $1 million ES �'�j�52.7{,I.��� ❑<$5million ❑NO If YES list DBE 9: Address ❑ < $10 million - t 1aq ( Tnioo& / _. Age of Fim Yrs.) Fac 91<$15 million City P ❑>$15million C-5 NEW HALL AVENUE HSIP PROJECT Praj.d T]0M DESIGNATION OF SUBCONTRACTORS Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Part f The bidder shall list all subcontractors (both DBE and non -DBE) in accordance with Section 2-1.054 of the Standard Specifications and per Title 49, Section 26.11 of the Code of Federal Regulations. This listing is required in addition to listing DBE Subcontractors elsewhere in the proposal. Photocopy this form for additional firms. Firm Name/ Address/ City, State, ZIP Phone/ .Fax Annual Cross Receipts Description of Portion of Work to be Performed Local Aeencv Use Only (Certified DBE?) Name r Phone N17JO ❑ <$1 million DYES IfYRV list DBE k Age ofFirm (Yrs.) ❑<$5 million Address ❑ < $10 million Fax ❑<$15million St l S Q.1ySime ZIP[ $15 million Phone ❑ <$I million DYES I ❑\n If YES list DBE #• � Age ofFirm (Yrs.) I ❑<$5million Address < $10 million Fax ❑<$15million IcityStale ZIP ❑>$15million C-5 NEWFA-LAVENUE SIP PROJECT PqW. T2X8 Name ( ��� u"(}"" S��P Phone <$1 million ❑<$S million _ {.❑NO - `ES � ItYE51WLYBGr; r / c of Firm Address/ / Q 576V ©!/IZfilti4% ❑<$lomillion Fac �} 2j�Q(03 ❑<$15million City slate ZIP ❑ > $15 million Name 1 � � Phone �l¢ j�%Q'7%Z3 +k 5l million �j EINO h if YI hat DBE - ❑ < $5 million < $10 million AddressE]i 7.7 7-el ;1 Act p ct Fax pq pt�- ��1/ Z�J ❑ < $15 million City State ZIP ❑>$15million I Age ofFirm (Yrs Distribation: 1) Original - Local Agency File C-6 NEWnALL AVENUE ]P PROJECT Pmjecl T2009 DESIGNATION OF SUBCONTRACTORS Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Part 11 The bidder shall list all subcontractors who provided a quote or bid but were not selected to participate as a subcontractor on this project. This is required for compliance with Title 49, Section 26 of the Code of Federal Regulations. Photocopy this form for additional firms. C-7 NEWWILL AVENUE HSIP PROJECT Pruett T2M DESIGNATION OF SUBCONTRACTORS Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE.) Part II The bidder shalt list all subcontractors who provided a quote or bid but were not selected to participate as a subcontractor on this project. This is required for compliance with Title 49, Section 26 of the Code of Federal Regulations. Photocopy this form for additional firms. Firm Namet Phone/ j Liieal A^�ticti' (_�SQ Un}y Addresst Fax Annual Gross Receipts Description of Portion of Work to be Performed (Certified DBE?) City, State, ZIP Name Phone ❑<$1 million ❑YES 651, 651 la2,11 ❑ <$5 million 0 1 Addressp.,O&x /0 ❑ <$10 million 1fyI-5lirt t7( c G86g,mss~ "�� Age Of Firm (Yrs,) Fax 5570711119 ❑ < $15 million city state ZIP $15 million - Name Phone ❑ <$1 million OYES ONO 10T'S list OBF n ❑ < $5 million ❑ < $10 million Address Age of rinn (Yrs.) Fax ❑<$15 million City State ZIP ❑ > $15 million C-7 NEWH U AVENUE HSIP PROJECT Pro,T2W8 D&Mbution: 1) Original—Local Agency File C-8 NEWHALL AVENUE HSIP PROJECT Projecl T20M REFERENCES NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8T" 9T" and LYONS AVENUE) Bid No. ENG -14-15-T2008 Project T2008 Federal -Aid Project No. HSIP - 5450(081) 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: l- 4 3. The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: C-9 NEWHALL AVENUE MSiP PROJECT Project T2 Contractors Name DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8TH, 9TH, and LYONS AVENUE) Bid No. ENG -14-15-T2008 Project T2008 Federal -Aid Project No. HSIP - 5450(081) City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. N 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-10 NEVRVJ.L AVENUE HSIP PNCACT RI*W 72008 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION ... (Must be filled out by the Bidder and ALL subcontractors over $10,000)' `. NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8 TH, 9 , and LYONS AVENUE) Bid No. ENG -14-15-T2008 Project T2008 Federal -Aid Project No. HSIP - 5450(081) City of Santa Clarita, California This bidderproposed 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 fling 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 fled 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-11 NEV LL AVENUE HSIP PROJECT Pr T2 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: �� C 4lIST7�c C 7^�tl r Business Address: �y�� Z foe S Sy1,Kerr Telephone No.: (8148 03�r-&0 %0 (4'/yY Sf-6171 State CONTRACTOR'S/License No. & Class: Original Date: �/ ���zo�� Expiration Date: k7 e')1— V161 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: rj,} g7v'�s The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, pagnerorjoint venture are as follows: C-12 NEW LL AVENUE MIP PROJECT PmjW T] 1 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 executs �n�submits this proposal With the names, title, hands, and seals of all aforementioned principals this day day of 20-1T. BIDDER: -�JgniwuI It jase- /A-i^-oi4 Name and Title of Signatory t Jose A,,,4 6eim SBA CS Cam-54yucli, j e S o e, 'S { . S� 1wn.r CA 01(3 z, $ig -93W-Gogo o 1- o692-890 Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this Notary P 1 I day of SEE ATTACHED JURAT FOR LEGAL SCEOF MNT C-13 NE WHALL AVENUE HSiP PROJECT P,.IW T2M (SEAL) CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 ® See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Vic' ignature & Document Signer No. 1 State of California County Of _Los Angeles S ROSE MARIE GUIRR 19-96-RCommissiona 4Notary Public - California z Los Angeles County — My Comm. Expires Nov 11, 2016 +e++r Place Notary Seal Above Signature of Document Signer No. 2 (f any) Subscribed and sworn to (or affirmed) before me on this 16TH day of DECEMBER 20 t4 by Date Month Year ni JOSE ANGEL ROJO FIERROS Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Sign8G2rR— Srgnattire of Nbtery Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: BIDDER'S INFORMATION AND CERTIFICATION Document Date: DECEMBER 16, 2014 Signer(s) Other Than Named Above: NO OTHERS Number of Pages: TWO ^ws�uc�croc�:e,sxaac, 02014 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5910 (i BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID N' NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a'certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the 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 furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: Newhall Avenue HSIP Project (NEWHALL AVENUE AT 8T", 9T", and LYONS AVENUE) City Project T2008 Federal -Aid No. HSIP - 5450(081) 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-14 NEWN LL AVENUE WPROJECT Ngml T2" PROPOSAL GUARANTEE BID BOND NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 81H, gni, and LYONS AVENUE) Bid No. ENG -14.16-72008 Project T2008 Federal -Aid Project No. HSIP - 6450(081) City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that FS Construction as BltiDl-R, and _RLI InsurancCbinpany:, �as SURETY, are held and firmly bound unto the City of Santa Glarita. as AGENCY: in the penal sum of dollars lq% _ _-�.1, whit, 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 ano severally, firmly by these presents. *Ten Percent of the Total Amount of the Bid in -- THE CONDITIONS OFF T F 11 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 itshall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names. titles, hands, and seals. this 4Sh ,_ __day of December. 2014 BIDDER:�� Signi —•------ ��C�.ncr- Name and Lt e of i natory 14838 Bledsoe Street, Sylmar, CA 91342 (818) 838-6040 Addross - SURETY' -RLI Insure a Company, 16150 N. Arrowhead Fountains Center Dr., 6225, 412-5793 FatYicia Zenizo, Subscribed and sworn io this 1 ., LOS Angeles, CA 90026 (23) 663-7814 23 NOTARY PUBLIC (SEAL) `Provide BIDDER and SURETY name, address, and telephone number and the name: title, address dtld telephone number for authorized representative IMPORTANT - Surety Companies executing Bonds must appear on the l reasury Department's most Current list (Circular 570. as anmended) and be authorized to transact business in the State where the project is located. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On err o. MIA before me, Trina Lee Vena _fl blip Oa�e �IISw !M Netl Ep Olhcar personally appeared Pa_Viccia,Z izo na TRiss MEGA [ Commisswmra ft 2&Sfi96! CCC < Notary aNt Public - Cemia Los Angeles County comm. Wes Feb 1 2018 who proved to me on the basis of satisfactory evidence to be the person($) whose name(0) is+illrp subscribed to the within instrument and acknowledged to me that WshellW executed the same in #,Wher/MW authorized capacity(ft), and that by /$pedfr/pIt signature($) on the instrument the person($), or the entity upon behalf of which the person(p) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand offioIs s Signatur - Pearn WvN Seal Abow -��7um;. 94ffVPULW OPTIONAL 'bough the information bele* :s not required cylaw. it may prove valuable to persons relydrg On the documen1 and could prevent fraudulent removal and reattarhment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: __ Capacity(lies) Claimed by Signer(s) Signer's'Name: Signer's Name. El Individual a individual 0 Corporate Officer—Title(s): -, Corporate Officer — Tttle(s): • + Partner— _! Limited � I General - Ij Partner —!.; Limited C General Of Attorney in Fact C7 Attorney in Fact i; Trustee -rct-:vnb r,•� r]Tru9tB8 "^o M:narcc r,�,e L:) Guardian or Conservator ❑ Guardian or Conservator C! Other:_.....— i:a Other: Signer Is Representing:_,.,,,,,_,___. G Signer Is Representing: -- epresenting:—A,2„>gEee A,2„ Rt%F.2942•lf,alWMrc,.rA 41a54N)1 r'ord, .aF`.biFm. 1 AW i RL1* Ckk 9025 N. Lindbergh Dr. I Peoria, IL 61615 Phone: (800)645-2402 1 Fax: (309)689-2036 Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may he effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company, required for the applicable bond. That RLI Insurance Company, a Illinois corporation, and/or Contractors Bonding and Insurance Company, a Washington corporation (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Patricia Zenizo Margaret Rodriguez Pietro Micciche Elisabete Salazar Margarita Lopez iointly or severally in the City of I,os Angeles , State of California , as Attorney in Fact, with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ( $10,000,000.00 I for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may he printed by facsimile or other electronic image." IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this ,jQjh day of &L, ZQ J. a°•"otNs�',,, RLI Insurance Company ���`°°�''• c d':' oyjPtNCEco°' '•• ?r •. .o''s,Contractors Bonding and Insurance Company �:' • Y oaPoo T m= SEAL: State of Illinois `'o" ' , 1979 •,_.•.._.,y' Roy C. Die Vice President $S t"+sniaato� '�<L IN oiro" County of Peoria CERTIFICATE On this 30th day of July 1 2014 before me, a Notary Public, personally appeared Roy C. Die , who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company, and acknowledged said instrument to be the voluntary act and deed of said corporation. I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, and/or Contractors Bonding and Insurance Company, a Washington corporation, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this 9th , day of cembe DeT�/+. e[�.„� RLI Insurance Company Notary Public Contractors Bonding and Insurance Company "OFFICIAL SEAL" Roy C. Die Vice President JACQUELINE M, ROCKIER COWESICN EXPIRES 01~8 09495530?0311 A0059913 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8TH, 9TH, and LYONS AVENUE) Bid No. ENG -14-15-T2008 Project T2008 Federal -Aid Project No. HSIP - 5450(081) City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. C-16 NEWHALL AVENUE HSIP PROJECT' PqW TM NON -COLLUSION AFFIDAVIT NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8T", 9TH , and LYONS AVENUE) Bid No. ENG -14-15-T2008 Project T2008 Federal -Aid Project No. HSIP - 5450(081) City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES 1) § S S e— At`\ 9 r eMT s being first duly sworn deposes and says that he is the S�1 C- E t �C r (sole owner. a partner, president, etc.) of f C� f ruc}t vim, 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 riot 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: I • LLt 'f Signature Title ig nom` Subscribed and sworn to and before me this l' ' day of 20LV Seal of Notary SEE'ATTAGHED JURAT FOR LEG%L NODTARI%E7TION OF C-17 NF WHALL AVENUE. HSIP PROJECT Proje T2W CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 ® See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document ,j. ' rf-, Signatur f Document Signer No. 1 State of California County of ypspngeies - r,w 0MyCoHOSE MARIE AGUIRRE Commission # 1996934 mm. Notary Public - California iLos Angeles CountyaoExpkas Noy 11, 2016 Place Notary Seal Above Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this 16TH day of DECEMBER 20 14 by Date Month Year ,,A JOSE ANGEL ROJO FIERROS Name(s) of Signers) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature --=y _,.._ urgnature of Natery 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: NON§ -COLLUSION AFFIDAVIT Document Date: DECEMBER 16, 2014 Number of Pages: ONE Signer(s) Other Than Named Above: NO OTHERS 02014 National Notary Association • www.NationaiNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5910 BIDDER'S QUESTIONNAIRE NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8T", 9T11, and LYONS AVENUE) Bid No. ENG -14-15-T2008 Project T2008 Federal -Aid Project No. HSIP - 5450(081) City of Santa Clarita, California tt 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. 1. Submitted by: Telephone: Principal Office Address: 2. Type of Firm: Corporate: Other: Individual Partnership: 3a. If a corporation, answer these questions: Date of Incorporation: State of Incorporation: President's Name: Vice -President's Name: Secretary or Clerk's Name: Treasurer's Name: 3b. If a partnership, answer these questions: Date of organization: State Organized in: 4. 5. 6. Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. Name of person holding CONTRACTOR's license: License number: Class: Expiration Date: CONTRACTOR's Representative: Title: Title: List the major construction projects your organization has in progress as of this date: Owner: (A) (B) Project Location: Type of Project: C-18 NEMH LL AVENUE HSIP PROJECT Prcu T2M CERTIFICATION OF NON -SEGREGATED FACILITIES NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8TH, 9TH, and LYONS AVENUE) Bid No. ENG -14-15-T2008 Project T2008 Federal -Aid Project No. HSIP - 5450(081) City of Santa Clarita, California The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The CONTRACTOR agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. CONTRACTOR 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-19 NEW U. AVENUE HSIP PROJECT P,.l TWW NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS NEWHALL AVENUE HSIP PROJECT (NEWHALL AVENUE AT 8T11, 9 , and LYONS AVENUE) Bid No. ENG -14-15-T2008 Project T2008 Federal -Aid Project No. HSIP - 5450(081) City of Santa Clarita, California The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. C-20 NEWHALL AVENUE HSIP PROJECT prow f2" DISCLOSURE OF LOBBYING ACTIVITIES I. Typeof Federal Action: EJa. contract b. grant c. cooperative agreement d. loan e. loan guarantee f, loan insurance 2. Status of Federal Action: 33..Report Type: ❑ a. bid/offer/application 0 a, initial b, initial award b. material change c. post -award 4. Name and Address of Reporting Entity Prime Subawardee Tier ,if known Congressional District, if known 6. Federal Department/Agency: S. Federal Action Number, if known: 10. a. Name and Address of Lobby Entity (If individual, last name, first name, MI) For Material Change Only: year _ quarter date of last repon 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable 9. Award Amount, if known: b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI) (attach Continuation Sheets) if necessary) 11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply) S. actual planned a. retainer b. one-time fee 12. Form of Payment (check all that apply): c. commission ea. cashv_� � d. contingent fee b. in-kind; specify: nature a deferred value __.__.... f, other, specify___,____ 14. Brief Description of Services Performed or to be performed and Dates) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if ne • ssary) 15. Continuation Sheets) attached: Yes ❑ No c 16. Information requested through this form is lobbying by Title i�� 31 USC.tieehnn 1352 This disclosure of lobbying reliance Signature. r/ was placed by the tier above when his transaction was made or - entered into This disclosure is required pursuant to 31 USE. r do 1352. This information will be reported to Congress Print Name: semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject Title: V J_Vi to a civil penalty of not less than $ 10,000 and not more than pp t'/ t730 ! S 100,000 for each such failure. Telephone No.:,?( b 0 —6a q Date:, Authorized for Local Reproduction ederal Use Only: Standard Form -1.1..1., C-21 NEVV L AVENUE HSIP PROJECT Pm',ect T2008 INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the Outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item ] ). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item I (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP -DE -90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity notiust time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employce(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time Ibr reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SF -LLL -Instructions Rew06-04-91WLNDIFn C-22 NE"LL AVENUE 4SIP PROJECT PTO72008 EXHIBIT IS -G LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEfjASEJR+EFER INSTRUCTIONSON THE REVERSE SIDE OF THIS FORM /TO LOCAL AGENCY: A11 D! �s YOAG NLcI LOCATION: r� PROJECT DESCRIPTION:' ��,ll/ �K Q IS/� Y/lJGfL O/A, 51A f� ®rs TOTAL CONTRACT AMOUNT. $ BODATE: CONTRACT DHE GOAL: CONTRACT TEM NO. rFm OF WORK AND DESCRIPTION. BECERTNO. R SERVICES TO BE AND EXPIRATION UBCONTRACTED OR MATERIALS DATE NAME OF EACH DDE DOLLAR AMOUN"f _ (Must be certified on the date bids DBE are opened - include DBE address O BE PROVIDED (or contracted if the and phone number) idder is a DBE) Js1 c�? For Local Agency to Complete: J/ 2`_ , 60 Total ClaimeA DBE $—/-O,jL.IP / V Local Agency Contract Number: Participation co .01 ae Federal -aid Project Number: Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate. Signatum o idler 8f, -g3'r 7 D Ulna f (Area Code)Tcl No / dYAj Print Nam SignatureSignatuDate Local Agency Representative p to Contemn (Please Type or Print) (Area Code) Telephone Number: Local Agency Bidder DRE Coin tiovin (Cautmcaan Comacrsl (Rev WOO) Distribution: (1)Copy-Fax or scan a copy to the Columna District Local Assistance Engineer(DLAB)within 30 days of contract execution. Failure to send a copy to the DLAE within 30 days of contract execution may result in de -obligation of funds for this project. (2) Copy- Include in award package to Caltrans District Local Assistance (3) Original - Local agency files C-23 NEW LL AVENUE HSIP PROJECT P,qw T]0M INSTRUCTIONS - LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) ALL BIDDERS: PLEASE NOTE: This Information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs. Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier. Names of the First -Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100% of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award, Federal -aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and filing. EXHIBIT 15-H DBE INFORMATION —GOOD FAITH EFFORTS C-24 NFVH LL AVENUE 1131P PROJECT PWd T20M DBE INFORMATION - GOOD FAITH EFFORTS Federal -aid Project No. HSIP No 5450 (081) Bid Opening Date The City of Santa Clarita established a Disadvantaged Business Enterprise (DBE) goal of 4.5 % for this project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment" form indicates that the bidder has mel the DBE goal. This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods and Dates Solicitation C. The items of work which the bidder made available to DBE firms including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with C-25 WE ALL AVENUE HSIP PROJECT Pr.iW T2006 its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items M Of D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the frons involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: ,Okua d Avz�: *310A *ad raottxJY 753' /646 bet f,31)1& Names, addresses and phone numbers of firms selected for the work above: s ' 22 J Lr �J F. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: N nnP. C-26 NEW ALL AVENUE HSIP MWECT PrgW TP F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): Q S� S/p d sI n �i fie e NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY, C-27 NEMA AVENUE HSIP PROJECT PrajW THOS 17117/2014 Unified Certification Program 1/ Search Returned 1 Records Wed Dec 17 10:10:51 PST 2014 Query Criteria Firm ID: 31277 Firm Type: DBE Firm ID Firm/DBA Name Address Line1 Address Line2 C ity State Zip Code1 Zip Code2 Mailing Address Line1 Mailing Address Line2 Mailing City Mailing State Mailing Zip Code1 Mailing Zip Code2 Certification Type EMail Contact Name Area Code Phone Number Fax Area Code Fax Phone Number Agency Name Counties Districts DBE NAICS ACDBE NAICS Work Codes Licenses Trucks Gender Ethnicity Firm Type 31277 CALIFORNIA PROFESSIONAL ELECTRICAL ENGINEERING 929 OTTERBEIN AVENUE, UNITE LA PUENTE CA 91748 DBE van@ppengineeringinc.com VAN TAN NGUYEN (626) 810-1338 (626) 810-1322 DEPARTMENT OF TRANSPORTATION 10; 15; 19; 30; 33; 36; 37; 06:07; 08; 11; 12; 237310,,238210: C8501 PAVEMENT MARKING; C8602 SIGNAL & LIGHTING; C8603 SIGNAL; C8604 LIGHTING; C8608 DETECTOR; C8611 RAMP METERING SYSTEM; A General Engineering Contractor, C10 Electrical Contractor, M ASIAN PACIFIC DBE Back To Query Form nttplhvww.dol.ca.gov/ucpTOwySubmit.do 1/1 1211712014 Unified Certification Program Back To Query Fonn Search Returned Y Records Query Criteria Firm ID: 651 Firm Type: DBE Firm ID 651 Firm/DBA Name PRE -CON PRODUCTS LTD. Address Line1 240 LOS ANGELES AVENUE Address Line2 City SIMI VALLEY State CA Zip Code1 93065 Zip Code2 Mailing Address Line1 P O BOX 940669 Mailing Address Line2 Mailing City SIMI VALLEY Mailing State CA Mailing Zip Code1 93094 Mailing ZIP Code2 Certification Type DBE Entail dzanaonandia@pre-conpmducts.com Contact Name DAVID ZARRAONANDIA Area Code ( 805 ) Phone Number 52i-0841 Fax Area Code (805) Fax Phone Number 306-2496 Agency Name DEPARTMENT OF TRANSPORTATION Counties 19; 27; 30; 35; 36; 40; 42; 56; Districts 05.,07,,08:12: DBE NAICS 237310;238110,,238120;238990:327310;327331;327390; ACDBE NAICS Wed Dec 17 09:52:35 PST 2014 Work Codes C0651 CONCRETE & CEMENT SUPPLIER, C5501 STEEL STRUCTURES; C5570 STEEL CRIB WALL; D3240 CEMENT, HYDRAULIC; D3270 CONCRETE, GYPSUM, & PLASTER PRODUCTS; Licenses A General Engineering Contractor, C08 Concrete Contractor, C42 Sanitation System Contractor, Trucks Gender M Ethnicity HISPANIC Firm Type DBE Back To QueU Form http.lAvww.obt.ca.govAxpQuerySubmit.do 11`' 12117/2014 Back To Query Fonn Search Returned 1 Records Query Criteria Firm ID: 40463 Firm Type: DBE Firm ID Firm/DBA Name Address Line1 Address Line2 C ity State Zip Code1 Zip Code2 Mailing Address Line1 Mailing Address Line2 Mailing City Mailing State Mailing Zip Code1 Mailing Zip Code2 Certification Type EMail Contact Name Area Code Phone Number Fax Area Code Fax Phone Number Agency Name Counties Districts DBE NAICS ACDBE NAICS Work Codes Licenses Trucks Gender Ethnicity Firm Type Urxfied Certification Program 40463 ALMENDARIZ CONSULTING, INC 1136 SUNCAST LN SUITE 9 EL DORADO HILLS CA 95762 DBE lisa@almendefizoonsufling.com LISA RIDGLEY Wed Dec 17 12:07:02 PST 2014 (916) 939-3392 (916) 720-0273 DEPARTMENT OF TRANSPORTATION 01; 02; 03; 04;05;06; 07;08;09; 10; 11; 12; 13; 14; 15; 16; 17,,18; 19;20;21; 22; 23; 24; 25:26;27:28; 29:30; 31; 32; 33; 34; 35; 36; 37,,38; 39; 40:41; 42; 43; 44; 45; 46; 47; 48; 49; 50; 51; 52; 53; 54; 55:56: 57, 58; 01; 02; 03: 04:05; 06; 07; 08; 09; 10; 11; 12; 532412;532490;541340;541611;541618;561110;561990; 08700 CONSULTANT, NON ENGINEERING; C8701 BUSINESS ADMINISTRATION; C8702 MANAGEMENI" INFORMATION SYSTEMS; C8714 CONSULTANT, PROJECT MA NAGEMENT7 BUSINESS ADMIN; C8765 DRAFTING; C8770 CONSTRUCTION MANAGEMENT,17290 MISC PERSONAL SERVICES; 17350 MISC EQUIPMENT RENTAL & LEASING; 17380 MISC BUSINESS SERVICES; M HISPANIC DBE Back To Query Form httplAvww.dd. ca.govNcp1QuerySubmit. do 177 17117/2014 Unified Certification Program Back To Query Fonn Search Returned 1 Records Query Criteria Firm ID: 38334 Firm Type: DBE Firm ID 38334 Firm/DBAName APPIAN UDBE SWPPPS Address Line1 5780 OLINDA ROAD Address Line2 F City EL SOBRANTE State CA Zip Code 1 94803 Zip C ode2 Mailing Address Line1 Mailing Address Line2 Mailing City Mailing State Mailing Zip Code1 Mailing Zip Code2 Certification Type DBE E Ma it tomkoprek@yahoo.com Contact Name NICOLE KOPREK Area Code (510) Phone Number 375-1927 Fax Area Code (510) Fax Phone Number 222-0972 Agency Name BAY AREA RAPID TRANSIT DISTRICT(BART) Counties 01; 07; 21; 38:41: 48; Districts 04; DBE NAICS 541620; ACDBE NAICS Wed Dec 17 12:07:52 PST 2014 Work Codes 08794 Environmental - Water Quality; C8851 Lead Compliance; C8852 SWPPP Planning; Licenses Trucks Gender F Ethnicity BLACK Firm Type DBE 1-YR99 MIT412rru hepl/www.dotca.gov/ucpK]uerySubmiLdu 1/1 12J172014 Unified Certificalim Program Back To Out Fonn Search Returned 1 Records Query Criteria Firm/DBA Name: SM Sales Firm Type: DBE Firm ID 2658 Firm/DBAName SMSALES Address Line1 17524 W. SIERRA HIGHWAY Address Line2 SEMI TR41LER BOTTOM DUMP TRUCK - 6; HAUL TRUCK - 1; City SANTA CLARITA State CA Zip Code1 91351 Zip Code2 Mailing Address Line1 Mailing Address Line2 Mailing City Mailing State Mailing Zip Code1 Mailing Zip Code2 Certification Type DBE EMail jpusic@smsalesinc.com Contact Name JANIS PUSIC Area Code ( 661) Phone Number 2524735 Fax Area Code ( 661) Fax Phone Number 299-1547 Agency Name CITY OF LOS ANGELES Counties 00; Districts 00; DBE NAILS 423320;425120;484220;486510; ACDBE NAICS Wed Dec 17 10:02:99 PST 2014 Work Codes C0625 SAND 8 GRAVEL SUPPLIER; C0639 ASPHALT SUPPLIER; C0651 CONCRETE B CEMENT SUPPLIER; C9602 BOTTOM DUMP TRUCKING; C9771 TRUCK BROKER; Licenses Trucks SEMI TR41LER BOTTOM DUMP TRUCK - 6; HAUL TRUCK - 1; Gender F Ethnicity CAUCASIAN Firm Type DBE Back To Query Form hltulhvww.dot.ca.govl cprOuarySubmit.do 12/17/2014 Fm��1�% J Unified Certification Program Search Returned 1 Records Wed Dec 17 09:53:32 PST 2014 Query Criteria Firm/DBA Name: Flaco"s trucking Firm Type: DBE Firm ID 39110 Firm/DBA Name FLA COS TRUCKING Address Line1 11127 TELFAIRAVENUE Address Line2 M City PACOIMA State CA Zip Code1 91331 Zip Code2 Mailing Address Line1 Mailing Address Line2 Mailing City Mailing State Mailing Zip Code1 Mailing Zip Code2 Certification Type DBE EMail flamstmcking@daol.com Contact Name JIMMYALVARADO Area Code (816) Phone Number Fax Area Code ( 1 Fax Phone Number Agency Name LOSANGELES COUNTY METRO TRANSPORTATION AUTHORITY (MTA) Counties 15; 19; 30; 33; 37,,42; 56; Districts 05; 06; 07; 08; 11; 12; DBE NAICS 484220; ACDBE NAICS Work Codes C9774 TRUCKER; Licenses Trucks Gender M Ethnicity HISPANIC Firm Type DBE httpl/www.dot ca.govAxpQ"ySudnit.do 1/1 121171Z014 14:31 CHRISP CO Rials" " F.' �•.'o •. p to Office 2280 South Lilac Ave Bloomington Ca Phone: (909) 748-0356 92316 Fax: (909) 746-0354 REVISED Z 1s ib IFAR)190 7460354 P.001 /004 Contractors License No. 374600 A General Engineering C-13 Fence, Wire, wood C-32 Highway Improvement Quotation Union Contractor / No minority Status nis 1 c, forthe intended use of the General Contractor Phone.( ) .. Fax: ( ) Current Date: 12/17/2014 BldDete: 12/18/2014 JobName: Newhall Ave HSIP Location: Santa Clarita Bid#: 25771 0 ContraM#: Job# Contact: Working Days: email Liquidated Damages ITEM NO. DESCRIPTION r :.. QUANTITY UNIT UNIT PRICE TOTAL 12 Remove Traffic Striping, Pavement Markings, and 1 t S 2665.500 Markers $2,665 SC 5a 1 Thermoplastic Pavement Arrow Marking (Type IV) 160 SF 3.000 $486 OC Sa 10 2 -Coat Lane Line Extensions Stripe (Detail 40) 330 LF 0.400 5a 11 2 -Coat Lane Line Extensions Stripe (Detail 41) 170 LF 0.400 $11.? pt; 5a 12 Lead Line(4" Wide) (Reflectors) 20 LF 1.250 $68 OC Sa. 13 Paint Red Curb (2 -Coat) 230 LF 2.000 $25 OC $460,00 5a.2 Thermoplastic 17' Limit Line Marking 340 SF 2.000 $680..00 5a 3 Thermoplastic Diagnol/Chevron Hatch Marking 275 SF 2.000 5a 4 Thermoplastic Crosswalk Marking 1800 SF 3.000 $550.00 $9,400.00 5a 5 2 -Coat Paint No Passing Stripe w/Reflectors (Detail 22) 410 LF 0,600 5a 6 2 -Coat Paint Right Edgeline Stripe (Detail 27B) 860 LF 0.500 $246 OC 5a 7 2 -Coat Paint Median Island Stripe (Detail 29) 250 LF 1.000 $430 OC 5a 8 2 -Coat Paint Channelizing Stripe (Detail 38A) 200 LF 0.650 $250 OC 5a 9 2 -Coat Paint Channelizing Stripe (Detail 38) 470 LF 0.650 S130 OC 5b.1 Traffic Sign 85 SF 35.000 $305.5C $2,97 ;.00 5b2 Traffic Sign Post 6 EA 125.000 $750.: OC 5b 3 Remove Sign 1 EA 50.000 s5o:OC 5bA Remove Sign Post 2 EA 50.000 slo0.oc 5b 5 Relocate Sign 1 EA 150.000 $150.00 Subtotal S15847qs Page 1 of 4 12117[2014 14:32 CHRIS? CO Rialtopfficp an* REVISED 2280 South Liiac Ave Bloomington Ca 92316 Phone: (909) 746.0356 FOX: (909) 746-0354 ffAX)19097460354 P.0021004 Contractors License No, 374600 A General Engineering C-13 Fence, Wire, wood C-32 Highway Improvement' Quotation Union Contractor / No minority 9letus Written Authorization Is Required Prior to Proceeding With Work ACCEPTED BY: P.O. Numbe TITLE: Job Number This quote Includes all stipulations found on page 4 Page 2 of 4 TOTAL Bond Rate 1.2 Addendums 1, 2 QUOTE PREPARED B Jamie Luna (951)538-6085 jiuna@chrispco.com CHRISP COMPANY $15.h4? 1; 1211712014 14:33 CHRISP CO hwp � RIREVISED 2280 South Lilac Ave Bloomington Ca 92316 Phone: (909) 746-0356 Fax: (909) 746-0354 Quotation TAX)1909 746 0354 P.0031004 Contractors License No, 374600 A General Engineering C-13 fence, Wire, wood C-32 Highway Improvement Union Contractor / No minority Status COMMENTS, EXCLUSIONS, AND STIPULATIONS The following stipulations are hereby incorporated into and made part of the quotation from Chrisp co. dated December 17, 2014 for the following project Newhall Ave HSIP . NO RETENTION TO BE TAKEN ON CONTRACTS LESS THAN $5,000.00 Move- In(s) included. Additional Move- Ins $2,000.00 Chrisp Company reserves the right to withdraw proposal if written acceptance is not received within 30 days of bid date • EXCLUDE: Installation or removal of temporary delineation • Clean, clear and unobstructed access required for Chrisp Co. work < Final PAY OTYS presented by owner MUST be agreed by Chrisp Co. Changeable Message board if required to be provided by General Contractor for Chrisp Co. Use at no Charge to Chrisp Co. • EXCLUDE: Traffic Control Plan < EXCLUDE: Seal Coat • EXCLUDE: Removal of Concrete Curing Material prior to PAINT I THERMOPLASTIC I PAVEMENT MARKER application. • EXCLUDES Installation of Mast Arm Signs • EXCLUDE: Red -Lined As -Built Drawings + Traffic Control INCLUDED for Chrisp Company work ONLY < After receiving contract 10 working days written notice required prior to scheduling of work EXCLUDE: Special Insurance Requirements,(i.e. Railroad Insurance, ). • All night lights required are to be supplied by general contractor < EXCLUDE: ALL Signs on Traffic Signal Plans • EXCLUDE: Pedestrian Barricades < EXCLUDE: ALL Solar Powered LED Signs to be Done By Others • EXCLUDE: Construction Area Signs + Chrisp Co. will remove contractors short term temporary markers (Floppys) placed for lanellnes and centerlines only (no edgelines or shoulders). No Tape removal. Short Term Temporary markers are to be placed so that striping may be placed before removal of markers. • This quotation excludes Primary Liability Insurance greater than $2,000,000. • This quotation excludes all work associated with the project SWPP arid WPCP. < This quotation excludes installing permanent striping while other operations are In progress on jobsite. < This quotation excludes performing removal work while other operations are in progress on jobsite. • EXCLUDE: Encroachment Permit (If required to be provided at No Cost to Chrisp Company) EXCLUDE: ALL Etching, Inscribing on curb, • Mobilization & Traffic Control Items shall not be adjusted for decreases in the work. • Mobilization R Traffic Control Items shall be adjusted for increases in the work Page 3 of 4 12717/2014 14:34 CHRISP CO Riaieto � REVISED 2280 South Lilac Ave Bloomington Ca 92316 Fhone. (909) 746-0356 Fax (909) 746-0354 Quotation (FAX)19097460354 P.004l004 Contractors License No. 374600 A General Engineering C-13 Fence, Wire, wood C-32 Highway Improvement Union Contractor / No minority Status Prime Contractor to provide Chrisp Company with a secure area for temporary storage of all Hazardous stripe removal debris on the jobsite. EXCLUDE: Advanced posting of "No Parking" signs EXCLUDE: Maintenance of temporary delineation ie. temporary paint, temporary tape, channellzers, etc... • ALL Bid items shall NOT be adjusted or removed without written I or verbal permission. < EXCLUDE: Lead Compliance Plan < Retainage percentage on monthly progress payments to be no greater than the percentage retained by the Owner on its paymeneto the Contractor. If Owner reduces the retainage percentages on payments to the Contractor, the Contractor shall likewise reduce the retainage percentage on payment to Chrisp Company. Full retention to be released no later than thirty, (34) Days after completion of Chrisp Companys work. Excessive or delinquent retainage will be subject to the highest Interest rate allowed by law. Page 4 of 4 ILt I07GU 14 Uts.4a bLWtK SIAL ANU SIKIPE TAX)18055241428 P.001 /004 Airport • Highway - Street - Parking Lot ` Striping' Pavement Markings - Markers - Thermoplastic' Slans - Sealcoat - Crackfill CA LIC. # 396627, CLASS C-32 - WBE / SBE / DBE #2003 CORPORATE OFFICE: 310 A STREET, P.O, BOX 755 FILLMORE, CA 93016 SATELLITE OFFICE: 151 AIRPORT ROAD, KING CITY, CA 93930 PH: (805) 524-7345 / FAX: (805) 524-7428 COMPANY: PHONE: JOB NAME. CITY OF SANTA CLARITA ADDRESS: VARIOUS LOCATIONS PLANS:YES ESTIMATOR: TREVOR ESTIMATE FAX: NEWHALL AVE HSIP PROJECT SPECS: YES ATTN: EMAIL: CITY: SANTA CLARITA, CA cadets , .,..g e_..1--1_,..:-. BID DATE 12118_/14 ITEM.;X_._._ 1 ACCEPTANCE START DATE DESCRIPTION..• -... RENkOVE BY GRINDING'AND APPLY P NT & THERMt7Dt 6anr""�"® .CITY 1 COMPLETION U/M LS DATE U.0 $2,500.00 TO TAI - ' $2,500.00 MOBILIZATION 5A.1 TYPE IV THERMO ARROW 160 SF $4.00 $640.UO 5A.2 12" LIMIT LINE THERMO 340 SF $3.00 $1.020,00' 5A.3 12" DIAGONAL CHEVRON HATCH MARKING THERMO 275 SF $3.00 $82`i 00 5AA 12" CROSSWALK MARKING THERMO 1800 SF $3.00 $5.4006H 5A.5 2-00AT PAINT NO PASSING STRIPE W/REFLECTORS (DETAIL 22) 410 LF $0.35 $143,50 5A.6 2 -GOAT PAINT RIGHT EDGELINE STRIPE (DETAIL 27-B) 860 LF $020 $1'2.00 5A.7 2 -COAT PAINT MEDIAN ISLAND STRIPE (DETAIL 29) 250 LF $0,70 $175:0 5A.8 2 -GOAT PAINT CHANNELIZING STRIPE (DETAIL 38A) 200 LF $0.35 $70.00 5A.9 2 -COAT CHANNELIZING STRIPE (DETAIL 38) 470 LF $0.40'. $188,00 5A.10 2 -COAT LANE LINE EXTENTION STRIPE (DETAIL 40) 330 LF $0.50 $165.00 5A.11 2 -GOAT LANE LINE EXTENTION STRIPE (DETAIL 41) 170 LF $0.50 $85,00 JJ 5A.12 LEAD LINE (4" WIDE) (REFLECTORS) 20 LF $0.40 $8,00 5A.13 PAINT CURB RED (2 -COAT) 230 LF $1.75 $402.50 5B.1 TRAFFIC SIGN 85 SF $25.00 S2.125.00 58.2 TRAFFIC SIGN POST C EA $225.00 $1.350.00 5B.3 REMOVE SIGN ^. EA $25.00 $25 5BA REMOVE SIGN POST 2 EA $75.00 -CC 5350,00 58.5 RELOCATE SIGN 1 EA $55.00 $55.00 12 REMOVE TRAFFIC STRIPES, PAVEMENT MARKINGS 8, MARKERS 1 LS $8,200.00 $8.2P0.00 SEE PAGES 2 -4 FOR NOTES li EXCLUSIONS... p PRICE DOES NOT INCLUDE PREMIUM FOR SATURDAYOR SUNDAY WORK HOURS CALL TIAL TANNER FOR. SCHEDULING • 110F 4 ., .:..-..�,.� .. TOTAL $23.699 Co _ _ ......_ .. __.. ,..,� ............. .... BE wvcry rn,Ol, m 5TAH' MG WORK. UPON ACCEPTANCE PLEASE SIGN AND RETURN. ABOVE PRICE NOT VALID AFTER 30 DAYS. I u It3J[U 14 U0.40 SUPCK StAL ANU 51KIPE 0:418055247428 P.0021004 Airport `Highway' Street' Parking Lot' Striping' Pavement Markings' Markers' Thermoplastic' Signs' Sealcoat' Crackflll CA LIC. # 396627, CLASS C-32 - WBE / SBE / DBE #2003 CORPORATE OFFICE: 310 A STREET, P.O. BOX 7.55 FILLMORE, CA 93016 SATELLITE OFFICE: 151 AIRPORT ROAD, KING CITY, CA 93930 PH: (805) 524-73451 FAX: (805) 524-7428 ESTIMATE COMPANY: PHONE: FAX: JOB NAME: CITY OF SANTA CLARITA - NEWHALL AVE HSIP PROJECT ADDRESS: VARIOUS LOCATIONS PLANS:YES SPECS: YES ESTIMATOR: TREVOR ATTN: EMAIL: CITY: SANTA CLARITA, CA EMAIL: trevor sUPerseglandstripe.com BID DATE ACCEPTANCE START DATE COMPLETION DATE 12/18/14 ITEM4DESCRIPTIO �- QTY U/M... U.C. . TOTAL THIS PROPOSAL EXCLUDES THE FOLLOWING: REMOVAL OF TEMP TAGS TEMPORARY STRIPING CONSTRUCTION AREA SIGNAGE POSTING OF TEMPORARY NO PARKING SIGNS MESSAGE BOARDS TRAFFIC CONTROL PLAN WET SANDBLASTING SURFACE PREP PRIOR TO STRIPING REMOVAL OF CURING COMPOUND RETROREFLECTIVE TESTING BASED ON ONE MOVE -IN. ADDITIONAL MOVE- INS cci $1,500/EA PRICE INCLUDES TRAFFIC CONTROL FOR OUR WORK ONLY CONTRACTOR IS TO PROVIDE AN ON-SITE LOCATION TO STOCKPILE REMOVAL DEBRIS AND PAY ALL ASSOCIATED I COSTS/FEES FOR HAUL -OFF AND DISPOSAL. PRICE COVERS LISTED ITEMS ONLY. DOWN TIME CAUSED BY ANYTHING BEYOND THE CONTROL OF SUPER SEAL AND STRIPE WILL BE BILLED AT $125/MAN HOUR ALL ITEMS MUST BE USED FOR A VALID PROPOSAL. REMOVAL OF ITEMS FROM THIS PROPOSAL WILL NOT BE ACCEPTED. ONCE THE FIRST COAT IS TACK FREE, THE SECOND COAT CAN BE APPUED. NO EXTENDED CURE TIME IS INCLUDED INCLUDES LAYOUT ON THE SAME DAY AS STRIPING. IF LAYOUT IS REQUIRED ON DAYS PRIOR TO INSTALLATION, AN ADDITIONAL MOBILIZATION WILL BE BILLED. PRICE DOES NOT INCLUDE PREMIUM FOR SATURDAY OR SUNDAY WORK HOURS CALL TIM TANNER FOR SCHEDULING"- 805 432-3620 PAGE 2-0F 4 T07AL A CONTRACT AND FIFTEEN 115) WORKING DAY'S NOTICE MUST BE GIVEN PRIOR TO STARTING WORK. UPpN ACCEPTANCE PLEASE SIGN AND RETURN. ABGVE PRICE NOT VALID AFTER 30 DAYS. 141 10) zu 14 Uc:vn Wl'tll SIAL AND STRIPE (FAX)18055247428 P.004/004 ---REX CERTIFICATE OF I JARII Iry IKIQI IDAKlerll= THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLOCR ThI`> CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALl ER IHE COVERAGE AFFORDED eY rHTz POLICIF:i BELOW.. THIS CERTIFICATE OF INSURANGE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORiZro.. REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IA{POR7ANT: it uta tlart3tttato. holder is an AUDITIOF7AL tNSI I -D, Ila. of the tarma and eonditlonb of the policy, eertnlrt palieles may require an a doteemerR IA statement(o.thla cartlfRlcato loos not conto� ttgf>t tottP e. certltkafe holder !n lieu of such endprsoment(a) PRoauceR IA Ilona Amaro. Toiman & Hiker InWurance Servicers LLC M52073 rA`o`he ` 146 S. E'ir Street---- � VC, Box 1388 a ar 'eamaro@ tolnlanandaiker. com INSORER(st A. FORGING CGVER4GE Ventura _CA 93002-1382 _. _...__,�:,..:.._::::..._._.__........ ......................... mat1R£RA `iYOYelerS 1131f@mtlxt*+( Gv.Jf. - ,.Super Seal & Stripe, Inc N1ahItER@TravrZlesS tro7 Caa ^J of Araez i56/q ...) 'P.O. Box 755 ...... IN9�RER 0 - Fx1lRoza CA 930 6 msE. _.._ --._ ..,� COVERAG S ! CERTIFICATE NUMBER 14/15 GL/TiVe B/WC - REVISION NUMBER } IBI Li IO I' -11I V I'F.AI [HE: Irir•.S ]i 1:;R NI 15IF 18^L JLV HA" F SFFN 7�St/ U f p'L r 1 i °i" IM1 pl A ED NO iN INCI15TRYf`,I!J}' RECUIREMEN., T RM IR,^-ODICI ION OF ANI HE DO ✓l)t t tl i /1'. A /1Y CONTRA , -7- �PIIER 11 IT 'v41T11 F - 1 I J Jf. FAAV PERTAIN. Tf,E I\ U RAdCc Af FORJF' BY iF k C „IOIt,; 4NO FULW� Rb t l CONDITIONS - O- SUi:1! nOL; *Sw UMITS SHOWN M.4v..A. E BEEN R G 135!1 COJCcO CY L A CiaiM$, T' TYPE PG INFURANf.E is ,, .,±. POLICY EF Y fO1CYEip -�` '-`-------- =i CFNTn41 aANI11TY I • t Vi{/ V: _ lltllt$: XwCMGERyilt` dFXLIAtW.i1V { CA/>flC:GiXW.O,tlrvk "5 I U t A 19;4+M5 'MADE / fl X WAIR 1 h'172GIa 1'22-CO-932<a?27-1'C1'-14 �I /1./JaLe IdEb GXP caa 'I I S I xcludeb all srap/OCIp PURSOHAL 3,yOV wj,{ t t G� }fj LOjeCtb � CG RAI Po'.GRE PTF ret 4{X,REV4T;rulT R`$•CR f I �. ... „]IKY * HtG 4tY' 11 rn�tVCi:=. GprlwO. nc Q 2 �r C Vii. AMM Ifa LE 11ABILITY X A ILL 1t-4 ^CPIVU-1 ED AL _5 t ALTis �T-81C 9]245371 -'TCT -14 15/1/2016 /1/2V L.5 Y rl IX NO1 7NN5G 1 I tttlll { h.. rirf• B erCE&s LIAB ;: f EA HC ]CVf�RE`I C ] L.aea.-.awx• , �.�. • . - �. t 3 P CR s4TE -0 1Ary CIOs' T3H-^,VP-532yfi327 TLL-1 A-13(ii 2014 /112015 $ N NSA ION - - ANDMO AN FVPLOvSRS. RS LIA01L TI { TEG i, -Cl N I 11 CHIP Fall (RFM fteCn Xt`IU -:D^ .p^��Y'A 3 i 71 � =i F (Ma alwy'IRH)( T'Tp8-SJ2a5315-Ip •1'120iQ t• / /JJiS H1rXY',F 1 �»a�?.' ..' 11 aasc'r^ b' LYlfl'{�y 'C.+Gh41 `_. 51Ov ! I •n -i (115F F".EAf 7445 ..• �.•-••-• _ :E.4 9l:rEfSE M4fhr titW" :....p. x fSCRIPTIJNOF OPFRAIrCNS/LOCI I3N'a(VFa:flb :...,----..._. .. ... _ _.. ..._-..._................ .........u.n. n—,._. .�._�...«_..«..-1 t - -xn us on - A projects for CertSutTject to B Wrap -Up Insurance Program with Limited Exception. Certain Ongoing Operations; CGA24bOB05 - &lanket Additional Insured (Contractors) tpmirtmr/;; :'d: 3610305 - Addltiooal 'lnoured - Owners, Lessons or CCatractoxe .SChedu_Led Person or Vzgarl: zal:xon; `_003160'!04 - Contra . r. tos Xtend Endorsement (WOS); COD2110104 -- Designated prnjach(s) General Aygrecxte ; WTO: CAT3530310 -- Blanket A/I, Blan Y.et WOS; CA00010310 - Primacy iC_- W(:.990376A001 - Blanket WOS *SNECIf4EN* SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANC ELLEO DEr-ORE THE EXPIRATION UATe 1'HERFOF: NOTICE WILL 6E UELIVENEC 1>: ACCORDANCE WITH THE POLICY FROVISIONS. NEWHALL AVE.. HSIP PROJECT NEWHALL AVE, 8TH, 9TH AND LYONS AVE, FS CONSTRUCTION DBE CERTIFIED-C£RTWIED COMPANIES Flaco's Trucking (818) 200-7723 Emailed SBE -MBE -DBE Certified (805) 642-0121 12/15/2014 Super Seal & Stripe (805)524-7345 Called 12/12/2014 DBE Certifed (909) 822-0200 Emailed 12/15/2014 SM Sales (661) 252-4735 Called 12/15/2014 DBE Certifed KRC Safety (599)732-0393 Called 12/15/2014 DBE Certifed California Professional Engineering (626) 810-1338 Called 12/15/2014 DBE Certifed Ornelas Enterprises (818) 378-8550 Leave message DBE Certifed 12/15/2014 Precon Products (805) 527-0841 (805) 584-0769 DBE Certifed Faxed Em ire Steel, Inc. _ 909 509-5926 Faxed 12 1Q 2014 NONE DOE CERTWIED COMPANIES PCI (562)218-0634 Faxed & Emailed Taft Electric (805) 642-0121 Called 12/15/2014 Pavement Recycling (951) 682-1091 Called 12/15/2014 Rialto Concrete Products (909) 822-0200 Called 12/15/2014 California Pavement Services (661) 254-1767 Called 12/12/2014 Emailed 12/15/2014 Gmail - Newhall Ave, HSIP Project Santa Clarita https;//mai l.google. com/mail/u/0/?ui=2&ik=3 fgfc7665b&v iew=pt&q..,, Elizabeth Provincia <elizabeth.fsconstruction@gmail.com> message Ave, HSIP Project Santa Clarita 1Newhall Elizabeth Provincia <elizabeth.fsconstruction@gmail.com> Mon, Dec 15, 2014 at 1.40 PM To: Estimating <estimating@supersealandstripe.com> Hello, Unfortunately we didn't get the city hall access improvements project today but there is another project bidding on the Dec 18th this Thursday and I would Eke to seer if you can send me an estimate for it. Attached are the plans, specs and the addendum's just for your use and review. Please when you get a chance let me know if you would be able to send me it Newhall Ave, HSIP project bidding on Dec 18th, for the City of Santa Clarita. Thank you .�iimbE/l, 97ivvinrdr R"J'CannYarlrbn rg8388'f�m* s� dit/mai; c�gr�pz (8r818�6aba �(8r8J8j8br7i a�rabs!!x`iran3�rnehon®�riiailemn 3 attachments r� ENG 1415 T2008 specs.pdf 3744K rn Addendum #1.pdf 1308K ,. Addendum #2.pdf 15932K I of 1 12/16/2014 11:01 AM Gmail - Newhall Ave HSIP Project Newhall Ave, 8th, 9th and Lyons... https:Hmail.google.com/mail/u/0/?ui=2&ik=3fgfc7665b&view=pt&,q... Elizabeth Provincia <elizabeth.fsconstruction@gmaii.com> Newhall Ave HSIP Project Newhall Ave, 8th , 9th and Lyons Ave, Santaa Clarita, 1 message 1 fit' _ f(fr Elizabeth Provincla <elizabeth.fsconstruction@gmait.com> Tue, Dec 16, 2014 at 918 AM To: "flacostrucking@aol.com" <flacostrucking@aol.com> Good morning, We are bidding a project in the city of Santa Clarita and I would like to see if you can send me a quote for dumping, we need DBE, companies and you are one of them. Please let me know if you can send me this quote, see bid schedule attached. Thank you, idmkhfi Yrowmn 9Fir4MII Whv# PeN&ny 9sp1 14XJX d'lW xf ,P�•/mwr, 47ly042 *-111A8IOX40¢0 Z*e (-sibs 6171 e/im6sl�%xou�frrabonB9mwilcom Bid schedule Newhall Ave HSIP Project.pdf 17K I of 1 12/16/2014 11:10 AM GmaiI -Newhall Ave, HS[P Project Santa Clarity r https://mail.google.com/mail/u/G/?ui=2&ik=3f8fc7665b&view - pt&.,. Elizabeth Provincia <elizabeth.fsconstruction@gmail.com> Newhall Ave, HSIP Project Santa Clarita 5 messages Elizabeth Provincia <elizabeth.fsconstruction@gmail.com> Mon, Dec 15, 2014 at 1:11 PM To: California Pavement Services <Buckleyd@cpspave.com> Hello Dan, Unfortunately we didn't get the city hall access improvements project today but there is another project bidding on the Dec 18th this Thursday and I would like to seer if you can send me an estimate for it. Attached are the plans, specs and the addendums just for your use and review. Please when you get a chance let me know if you would be able to send me it. Newhall Ave HSIP project bidding on Dec 18th, for the City of Santa Clarita. Thank you, .E//vw6e/if390 A a xxeWsbac&on 04VEW" XI Jy/mni; eXY64z O�xz (8i8)8f8.6aga 7ryr.(8i8)8j8.6rI� e/irw6ell fironn5we%onB�mai/�nnm 3 attachments ENG 1415 T2008 specs.pdf 3744K Addendum #1.pdf 1308K Addendum #2.pdf 15932K Dan Buckley <buckleyd@cpspave.com> Mon, Dec 15, 2014 at 2:28 PM To: Elizabeth Provincia <elizabeth.fsconstruction@gmail.com> Hi. Who got the job? From: Elizabeth Provincia [mailto:elizabeth.fsconstruction@gmall.com] I oft 12/17/20149:58 AM I* rVot+esrisuQTra�N FAX TRANSMITTAL SHEET Attn: From: Quotes department Elizabeth FAX NUMBER: Date: (805)584-0769 12/15/2014 COMPANY: TOTAL NO. OF PAGES INCLUDING COVER: Precou Products � E {rye � r I 1-:'t C_ � 2 PHONE NUMBER: SENDER'S REFERENCE PHONE NUMBER: 805 527-0841 (818) 838 6040 for quote (818) 8386171 FAX URGD:N'1 ❑ FOR REVIEW ❑ PLEASE COMMENT ❑ PLEASE REPLY❑ PER YOUR RRQUESHRI.LO 1 Hello, Can you please send me an estimate for this material, see attached bid schedule items 23-30. This project bids on 12/18/2014 Thursday at 11:00 for the City of Santa Clarita. If you have any questions please call me. Thank you, 14838 ELEDSOE ST. • SYLMAR, CA 91342 PHONE: (818) 838-6040 • PAX: (818) 838-6171 CONTRACTORS LICENSE NO. 777126 CLASS A -C8 -C27 zov-sv�i;RaelrIoa Re: Request for quote (818) 838 6171 FNT ❑ FOIL REVIL+W ❑ PLF.ASF COMMENT ❑ PLEASE REPLY ❑ PER YOUi2 REQUESHFuJ o'l Hello Joseph, Can you please send me an estimate for this material, see attached bid schedule? This project bids on 12/18/2014 Thursday, please send me your quote asap. Thank you, PLIBa6e& Yrev&k* FS (.°Onarruetiho PfeY81� P38-600 FxY�'l8J 8311-6l77 61bzs�th.Fsronatrur�one�w9 co 14838 111.1313SOF ST-. • SYLMAR, CA 91342 PHONE: (818) 838-6840 • PAX: (818) 8384,171 CONTRACTORS 1.ICRNSF NO. 777126 CLASS A -C8 -C27 FAX TRANSMITTAL SHEET Attn: From: Joseph/Quotes department Elizabeth FAX NUMBER; Date: 909 822-9630 12/15/2014 COMPANY; TOTAL NO. OF PAGES INCLUDING COVER: Rialto PHONE NUMBER- S 9 NDER'S REFERENCE PHONE NUMBER; (800) 274-6646 (818) 838 6040 Re: Request for quote (818) 838 6171 FNT ❑ FOIL REVIL+W ❑ PLF.ASF COMMENT ❑ PLEASE REPLY ❑ PER YOUi2 REQUESHFuJ o'l Hello Joseph, Can you please send me an estimate for this material, see attached bid schedule? This project bids on 12/18/2014 Thursday, please send me your quote asap. Thank you, PLIBa6e& Yrev&k* FS (.°Onarruetiho PfeY81� P38-600 FxY�'l8J 8311-6l77 61bzs�th.Fsronatrur�one�w9 co 14838 111.1313SOF ST-. • SYLMAR, CA 91342 PHONE: (818) 838-6840 • PAX: (818) 8384,171 CONTRACTORS 1.ICRNSF NO. 777126 CLASS A -C8 -C27 cor�sTnrob ucsroN FAX TRANSMITTAL SHEET Attn: From: Tim Elizabeth FAX NUMBER: Date: 805 676-7526 12/15/2014 COMPANY: TOTAL NO. OF PAGES INCLUDING COVER: Taft Electric 1 PHONE NUMBER: SENDER'S REFERENCE PHONE NUMBER, (818) 838 6040 Re: Estimate request SENDER'S REFERENCE FAX NUMBER: (818) 838 6171 ❑ URGENT ❑ FOR REVIEW ❑ PLEASE COMMENT ❑ PLEASE.REPLY ❑ PER YOUR RL:QUhST I Icllo Tim, I'm nor conversation,please send me an estimate for this project bidding on D comber 18* at 11.00 a.m. Newhall Avenue HSIP Project (Newhall Ave, at 8111,9d' and Lyons Ave) Santa Claris, Ca 91321 We are bidding as Prime. Thank you, I'll . 11 1 14838 AI.LDSOL ST,: • SYLMAR, CA 91342 PHONE: (818) 838-6040 • PAX: (818) 838-6171 CONTRACTORS LICENSE NO. 777126 CLASS A -CB -C27 Gmail - Newhall Ave, FISIP Project Santa Clarita J, https://mail.google.com/mail./u,'0/?ui=2&ik=3 f8fc7665b&v iew=pt& q... Elizabeth Provincia <elizabeth.fsconstruction@gmail.com> Newhall Ave, HSIP Project Santa Clarita 1 message Elizabeth Provincia <elizabeth.fsconstruction@gmail.com> To: Frank Villegas <fvillegas@lineuppci.com> Hello Prank, Mon, Dec 15, 2014 at 2:02 PM Unfortunately we didn't get the city hall access improvements project today but them is another project bidding on the Dec 18th, this Thursday and I would like to seer if you can send me an estimate for it. Attached are the plans, specs and the addendum's just for your use and review. Project Name: Newhall Ave, HSIP project bidding on Dec 18th, for the City of Santa Clarita. Thank you, 3 attachments ENG 14 15 T2008 specs.pdf 3744K .� Addendum #2-pdf 15932K Addendum #1.pdf 1308K 1 of 1 12/17/2014 4:36 ,AM V CONSTRUCTION FAX TRANSMITTAL SHEET Attn: From: Quotes department Elizabeth FAX NUMBER: Date: 909 509-5927 12/16/2014 COMPANY., TOTAL NO. OF PAGES INCLUDING COVER: Empire Steel .n J'`.,Z77- 111v Xr/ 7✓/, / ) 1 PHONE NUMBER: Re: Request for quote PHONE NUMBER: (818) 838 6171 ❑ URGP.N'f ❑ FOR REVIEW ❑ PLEASE COMMENT ❑ PLLASE RP.1R,Y ❑ PER YOUR REQURS-1' I-[ellq Can you please send me a quote for the items listed on the bid attached? Ibis bids on 12/18/2014. If you have any questions please let me know. coo'*- ' Aa &,t - Thank you, 14838 BLEDSOE ST. • SYLMAR, CA 71342 PHONE: (818) 878-6848 • PAX: (818) 838-6171 CONTRACTORS LICENSE NO, 777126 CLASS A -C8 -C27 12/17/2014 08:57 FAX 8188386171 FS Construction S.sRssffissssss#stsm�s••x2s:kssss xxs ERROR TX REPORT aax ��Sea�s�ssOx�s���4���aaxxxx TX FUNCTION WAS NOT COMPLETED TX/RX NO 3758 RECIPIENT ADDRESS 19095095927 DESTINATION ID ST. TIME 12/17 '08:56 TIME USE 01'01 PAGES SENT 0 RESULT NG Q000l 12/1.6/2014 13:42 FAX 8188386171 PS Construction �t0uU1 rxe:��M�:�zxxaa�xsacaesxxa:x�rx s ERROR TX REPORTr TX FUNCTION WAS NOT COMPLETED TX/RX NO 3757 RECIPIENT ADDRESS 19095095927 DESTINATION ID ST. TIME 12/16 13:40 TIME USE 01'47 PAGES SENT 0 RESULT NG n