Loading...
Horizons Construction Co.BIDDER. Horizons Construction Co. Int'I, Inc. BID SCHEDULE SCHEDULE OF PRICES FOR FEDERAL SAFE ROUTES TO SCHOOL WALNUT GROVE AVENUE ENCHANCEMENT PROJECT SRTSL - 6368(016) o Acc min cri -X1111 F CBF -1 NO UNIT OF EST. UNIT ITEM ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 CLEARING AND GRUBBING LS 1 72 eo JZOd TRAFFIC CONTROL AND LS 1 45*�az /57(00, ^ 2 BMPS /SWPPP _ 3 UNCLASSIFIED EXCAVATION CY 264 �C'�C- � y Sib" - 4 COLD MILL 2- INCHES SF 6,800 /,-Os 7itro- EXISTING PAVEMENT CONSTRUCT ASPHALT 5 CONCRETE PAVEMENT (2" TON 186 Y 30 /q e THICK) CONSTRUCT P.C.C. CROSS 6 GUTTER PER SPPWC STD. SF 135 122 -2. CONSTRUCT 4" P.C.C. DRIVE SF 440 7 96, 7 APPROACH PER SPPWC J p STD. 110 -2 CONSTRUCT 4" PCC SIDEWALK INCLUDING 3Q SOS' B EXCAVATION, EXPORT, AND SF 5,000 7-2,v DRIVEWAY APRONS PER SPPWC STD. PLAN 113 -2. _ CONSTRUCT P.C.C. CURB LF 1,325 9 PER SPPWC STD. 120 -2 AND 111 -5 CONSTRUCT ADA CURB 10 RAMP PER SPPWC STD. 111 - EA 3 2( '7200 5 11 INSTALL STREET LIGHTS LS ' - 103500. INCLUDING ALL CONDUITS 12 LANDSCAPE PLANTING AND LS 1 IRRIGATION I 7 b CBF -1 BIDDER Horizons Construction Co. Int'I, Inc. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 5011 q3 I ADDITIVE ALTERNATE A NO CONSTRUCT TRAFFIC UNIT OF MEASURE EST. EM CITY. CONSTRUCT6 "COLORED SIGNAL IMPROVEMENTS AT PORTLAND CEMENT JPRICECOST // 13 WALNUT GROVE AVE. AND LS 1 / 8" CLASS II AT WALNUT MARSHALL ST. PER PLANS GROVE AND MARSHALL AND SPECIFICATIONS ...._ CONSTRUCT TRAFFIC SIGNAL IMPROVEMENTS AT LS 1 52� 1 14 WALNUT GROVE AVE. AND VALLEY BOULEVARD PER SPECIFICATIONS INSTALL SIGNAGE, STRIPING. AND PAVEMENT 1 15 MARKINGS AT VARIOUS LS LOCATIONS TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 5011 q3 I ADDITIVE ALTERNATE A NO ITEM DESCRIPTION UNIT OF MEASURE EST. EM CITY. CONSTRUCT6 "COLORED PORTLAND CEMENT JPRICECOST // Ai CONCRETE CROSS WALK on SF 3250 63� 8" CLASS II AT WALNUT GROVE AND MARSHALL STREET ...._ TOTAL ADDITIVE ALTERNATE A BID PRICE (SCHEDULE BID PRICE):$✓_. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and afterthe bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever Is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. CBF -2 BIDDER. Horizons Construction Co. Intl, Inc. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of 10% Dollars ($ ) said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. CBF -3 BIDDER: Horizons Construction Co. Int], Inc. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom, and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. 1 8, Notice of Clarification The Bidder understands and agrees that the Total Bid Price is inclusive of ail labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds anoXept the Total Bid Price as compensation in full for all Work under the contract. By: 432 W. Meats Ave. Sign at Business Street Address Kinan Kotrash Orange, CA 92865 Type or Print Name City, State and Zip Code V. President (714)626 -0000 Title Telephone Number CBF -4 BIDDER. Horizons Construction Co. Int'I, Inc. Bidder's /Contractor's State of Incorporation: California Partners or Joint Venturers: Bidder's License Number(s): NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms, 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required II to provide evidence that the person signing on behalf of the corporation, partnership orjoint venture has the aUthurilN lo d, u,. CBF -5 H.,izous Consvuction BIDDER: Company InRmational, Inc. Bond No, HORCO -109 Bidder shall submit Its Bid data In accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are property identified with the Bidder's name and page number. 2A BID BON KNOW ALL MEN BY THESE PRESENTS: THAT Horizons Construction Company International, Inc, _as Principal, and Old Republic Surety Company . as Surety, are held firmly bound unto the CRY OF ROSEMEAD (herelnaffer sled the OWNER) in the sum of Ten Percent of the Total Amount Bid DOLLARS (f to %ofthe Bid ), being not less than ten percent (10%) of the Total Bid Prim; for the payment of Which sum VA11 and truy, to be made, we bind ourselves, ourheirs. encwtore, administration, successors, and assigns, jointly and severely, finny by these presents. WHEREAS, saki Principal has submitted a hid to the OWNER to perform all Work required for Use Federal Safe Routes to School Wehrut Drove Avenue Enhanesmem Protect as setforll in the Notla Inviting Bids and accompanying Bid Daeumentt, dated September i, 2014 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above - referenced Bid Doaanenb, erdens into the wrllien form of Contrad bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance arid the oowle, gusraMsepaymentiorlabar and matsrials) MYshptlrerequked insurenee cetgleafss and endoreamentt, and furnlshas any othercertdieatiorw as may be required by the Cordrad, than lids oblgialon shall be nut and void; dlvervdse it"amain in UdI faro and affect In to event sud is 61,040ht upon this bond by the OWNER and Judgment b recovered, said Surety shall pay al coals ineurred by ire OWNER In such suit, Including venerable attembys' few to be by the court SIGNED AND SEALED, this 29 day of Ammst 2014 Horizons Construction Compan International, Ine.(SEAL) Old Republic Surety Company SEAI,) Pdrra{f 3 By BY SIg (Yrewl( lull KQ Lf.�jl B city Spohn �re i orncy -In -Fact � . h.den t CBF - fi * * OLD REPUBLIC SURETY COMPANY * * POWER OF ATTORNEY * ** KNOW ALL MEN BY THESE PRESENTS'. That OLD REPUBLIC SURETY COMPANY, e Wisconsin stuck insurance corpantiov, does make, constitute and appoint RANDY SPOHN, MATTHEW R. DOBYNS, HAMILTON KENNEY. OF SANTA ANA, CA its we end lawful Avomeynd-fir Fact, with full power and audenty, not exceeding $50,000,000, for add on behalf of the company as surety, to execute and deliver and a0ix the seal of the company thereto (its seal is resuncep, bands, underedungn, rerngnizannce or other written obligations in the nature thereof. (other than bail bands, bank do simry bonds, mortgage deficiency bonds, manure, guaranty hems, guarantees of installment paper and note guaranty bunt, self-insurance workers ompensa for bands guaranteeing payment of bendns, asbestos abatement comeaet bonds, waste management M ds, haeerdous waste remclmtion bonds or black lung bands, as follows ALL W BITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF TEN M ILLION DOLLARS IS 10,Ap0mH FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER Of INSTRUMENTS ISSUED FOR 1'HE OBLIGATION. add to bind OLD REPUBLIC SURETY COMPANY meths, and all I fthe is of sued Attorneys in -Fact, pursram to these presents, are ratified and confirmed This dearer lis not valid unless pnntulon colored background and is multicolored This appointment is made under and by authority f the brand of directors at a special meeting held on February 18 ,1982- This Power of Altemey is signed andscaled by facsimile underand by the authority v1 the following revolutions adopted by the board of directors of OLD REPUBLIC SURETY COMPANY on February 18, 1982 RESOLVED that, the president any vice yrosadent. or assistant vino president, in conjunction with the Axnehrry or any assiawnl were ary, rvay appoint avomeys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on bchalfof the company In ,cum and deliver and affix the seal of the company to bonds, undertakings, recognizanees, and suretyship obligations of all kinds, and said officers may remove any such i uom ry -in -fact or agent and revoke any Power of Attiormay previously granted to such person. RESOLVED FURTHER, that any Wad, undertaking, recognzance, or suretyship obligation shall be valid and binding upon the Company (0 when signed by the president, any vice president (it assistant vice president, and wrested and sealed (ifa seal be respond) by any secretary or assistant 'ecretary; or (a) whin signed by the president, any vice president on assistant vice prieidem, smmtery or assistant secmW,. and coin ,r ignd and sealed (fa seal he reyuintl) by a duly authorizW atmmey-in -tact or agent; or when duly executed and sealed (ifa seal be inquired) by one or mom aporneyvin -fact (it agents pursuant to and within the limits of authority evidenced by the Power of Attorney issued by the company In such pi or persons. RESOLV ED FURTHER, that he signature of any authorized officer and the seal of the company may N affixed by Raesimile to any Power of Attorney or unification thereof authorizing the execution and salivary of any bond, undertaking, recognizance, or ether suretyship obligations of (be company; end such signature and seal when so coed shall have the same force and effect as though instantly affixed IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these affixed this ISI dnyof_ AUGUST 2014. Mi'f�A�'s^L L- g SEAL STATE OF QF WISCONSIN, COLNTY OF WAUKESHA -SS_. prevents to he signed by its proper otYecr, and its corporate seal to be OLD REPU BLI�C SSUU RETY COMPANY President On this IST day of AUGUST 2014 , personally came before me, Alan Profit, _ and Phvllis M- Johns._ ,mmekntwne, he thembeideathindofficcrs of the OLD REPUBLIC SUR FTYCAMPA NY who rsocmudwsbove inswmeml, and they each avarawldgul the excem an or dre same, and being by me duly swum, did severally J 4ane and say, that hey are the said oRcers aT the eomnr4on aforesaid and that the seal atfixad to the above instrument is the swl of Ibe corporation and that sued corpsei seal and their signatures as sash officers were July a(BxeJ UnJ aubsoribedmthe sail instrument by the authority ofMCbaaM Ofdirectoa of said wrgvrulion. �// t ^uexF : Notary Public My cor for nissron expires. 91 CERTIFICATE (Expiration of notary commleslon doer not Invalidate this Instrument) I, the undersigned, assistant rearcwry of the OLD REPUBLIC SURETY COMPANY, a W ive...in z r n nti m, CERTIFY that the foregoing and a¢aehed Power of Attomcy remain in full force and has I., been revoked; and fivahermore, that the Resolutions of heard ofmiectors set forth in the Power ofAtomry, are now in force 747092 Srun ' e da .sc ndnldatmc CiNul'Brookfield WI Fri, 29 day of August 2014 a g SEAL a <' CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORAN E On before me, ERIKA GUIDO, NOTARY PUBLIC. personally appeared RANDY SPOHN ® who proved to me on the basis of satisfactory evidence to be the persor whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity Oes), and that by his /her /their signatures) on the instrument the person(s), or the entity upon behalf of which the persor acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of r California that the foregoing paragraph is true and correct. ERIKA 6UID0 1 GOMM. #2022671 *r m ttt�� rand and official seal. NOTARY ICOUNTYRNIAO \ ORANGE COUNTY ;I Mv,, ezpine May 5. 209 �I 'g ature otary Ih the data below is not required by law, it may prove valuable to persons relying on the document and prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDMDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) BIDDER. Horizons Construction Co. Int'I, Inc. 2.8 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidders Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty -four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers forthe construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -7 S C 0 U 0 u N C V G 0 O u w Q 0 a W Q a F J C O m v. O F a a B `c a U N o E L v. 0 Q 'L v � 9 � E 3 °o a w d O � o v0. v0 6 O Q C c 3 5 ° v b a o o� y 5G u+ 5 w 0 0 0 C O a 9 W � os �ro G = 5 0 � o L j L A v L 9 H w Q] U � I J:45 I i w8. I it it . s 3 I I p L I I c li EI6 { � v vv IL —'r z9w L I I N \ III N n O V L. C L• O t L. E � �. Q] U c U!i C O V 7 N Q U �I o' 0 w w O m F 3 c E F S L 6 ° v C L 9 � L ; o a R C C P. 6 L W 3 � o � v LL ° c P a =o .. c ° o o P V t F e LL U i ° c I 0 C I a €o a' c� °Sago 2�g °!o� 000 S €000 �,�� w w , . v . ��, �. -v e r v e v e o.'�` i I t ry 6 I m e u � Y z3� N N N N a S a b d LL U BIDDER. Horizons Construction Co. Int'I, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) � ^own��a em s vase :'e �reeea m. rnms aaamo�ai :vo=vm,a=co+. °� Name and Location Description of Work of Subcontracttoor� to be Subcontracted Name.. Address. Name and Location Description of Work of Subcontractor to be Subcontracted � D� r 1 Name `C%I-� f l IUD yy L� Address. Name and Location Description of Work of Subcontractoorr^ to be Subcontracted Name. t Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name. Address: CBF - 10 BIDDER Horizons Construction Co. Int'I, Inc. 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years. of Rialto 335 W. Rialto Ave. Rialto, CA 92376 and Address of Owner John Wheatley (909)421 -4999 Name and telephone number of person familiar with project $4,421,900 New Fire Station December 2012 Contract amount Type of Work Date Completed 2, Santa Ana Unified School District 1601 E. Chestnut Ave. Santa Ana, CA 92701 Name and Address of Owner David Amundson (949)261 -5100 Name and telephone number of person familiar with project $1,387,000 School Modernization including Parking Lot_, August 2012 Contract amount Type of Work Date Completed 3. City of Costa Mesa 77 Fair Drive, Costa Mesa, CA 92628 Name and Address of Owner Tom Banks (714)754 -5335 Name and telephone number of person familiar with project $497,603 Street Concrete repair and new sidewalk August 2014 Contract amount Type of Work Date Completed q City of Mission Viejo 200 Civic Center, Mission Viejo, CA 92691 Name and Address of Owner Jerry Hill (949) 470 -3085 Name and telephone number of person familiar with project $354,253 Marguerite Parkway Improvements June 2013 Contract amount Type of Work Dale Completed CBF - 11 The Bidder shall list the name and address of each subcontractor to whom the Bidder proposes to subcontract portions of the work, as required by the provisions in Section 2 -1.01, "General," of the special provisions. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Horizons Construction Co. Int'I, Inc. ,proposed subcontractor hereby certifies that he has_, has not participated in a previous contract or subcontract subject to the equal opportunity clauses as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has fled with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. NOTE: The above certification is required by the Equal Employment Opportunity Regulations 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. Contracts and subcontracts which arc exempt from the Equal Opportunity Clause are set forth in 41 CPR 60 -1.5. (Generally only contracts or subcontracts of $10,000 or under we exempt). Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and Subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CPR 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. EEOC -1 Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the City of Rosemead, Los Angeles County DEPARTMENT OF PUBLIC WORKS. 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, orto 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. Note: The above Noncollusion Affidavit is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. NA -1 NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 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 snail complete and submit Standard Form -LLL, "Disclosure of Lobbying Activities." in accordance 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. NL.0 -I DISCLOSURE OF LOBBYING ACTIVITIES 1. "Type of Federal Action: 2. Status of Federal 3. Report Type: Action: a- conuaa = a. bid/offcr /oppll.tsn o. initial It grant b. inifial award b. mmerial change e cooperative egrem rein pwbawnrd J. loan For Material Change only: e. loon gtmamce yam_ goarter L loan Insurance dole of last report_ _ 4. Name and Address of Reporting Entity S. If Reporting Entity in No 4 is Subawardee, Enter Name and Address of Prime: El Rime n Subawardee Tic, _ - if known Congressional District, if knon'n 6. Federal Department/Agency: 8, Federal Action Number, dknm.a: 10. a. Name and Address of Lobby Entity (If individual, last name, first name, MI) Congressional District, ifknom 7. Federal Program Name /Description: CFDA Number, if applicable 9. Award Amount, ifknown'. It. Individuals Performing Services (including addmss if different fmm No loo) (last name, first name, MI) ola", h[ ommmilloc 9heells) II "'I'll,I 11. Amount of Payment (check all that apply) 13. -tape of Payment I, hook :dl that nPpIY1 S El 11 I1 1 phoned ., :.lamer b. anrlime fcc 12. Form of Paymentncc,k.Jlthat apply): I commuslon o. cash d. conlingenl 4c b. In -kind; spmfy. nature c deferral vNuc f other, spccifi 14. Brief Description of Services Performed or to be performed and Dates) of Service, including oRcer(s), employespy, or membero) contacted, for Payment Indicated In Item 11: (atmch Continuation Shecta) if necessary, 15. Continuation Sheets) attached Yes ❑ N 16 Information equest d though this farm is outhorwed by TLc31U3C Sician 352 This d' 1 e of l navng Slgnat . nfanc that b her ltsl on w amad anefea his le hon nu ba L Pr nl name' an Kotrash as 11 4.c 13a 2 report tlto( lei: I I S dwell be rme V. President ,blo ooc,a,o� pabrc a ,... typrr n nEmrmn eamrm msclosun shall be mat m n Lail venal(, of not less than 714 -626 -0000 S10,uoo ad .1 a,m bar $100,000 Ira cash saA nm,e Telephone No Hate, Federal Use Only: DLA -I Amhorimd lot Local Reproduction Smodurd Form - LLI, Federal -aid Project.Nb. DBE INFORMATION —Goolr FAITH EFFORTS DBE INFORMATION - GOOD FAITH EFFORTS Bid Opening Date 09/03/2014 The (City /County of) _established a Disadvantaged Business Enterprise (DRE) goal of 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 OTorts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment" form indicates that the bidder has met the DBE goal. This will protect the bidder's eligibility 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" (urn 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): Publications Dates of Advertisement 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 solicitatious, telephone records, fax confirmations, etc -). Names of DBEs Solicited Date of Initial Follow Up Methods mid Dates Solicitation GFE -1 C. The items of work which the bidder made available to DBE firms including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that cuff dent work to facilitate DBE participation was made available to DBE ]isms. Items of Work Bidder :formally Breakdown of Amount percentage Perfurnrs Item Items W Of I A /N) Contract D. The names, addresses and phone numbers of rejected DBE firms. the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: GEE -2 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 Gmvs (please attach copies of requests to agencies and any responses rcceiced. i c., lists, Interim pa'e do�cnl 'ac, dc. r. Nmnco Aeencv /(rrrz:mlr.,nimr AIclhad. Dale of Contact Result, H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. GFE -3 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. In the Section. "Prevailing Wages" has been updated and shall be replaced with the following attachment of General Docision No. CA140033. Modification No 16, Dated 08/22/2014. 2. In the Section: "Technical Provisions" has been updated with an addition page "iP- 20. The updated page will include the description for "Unclassified Excavation" for Bid Item No. 3. The quantity shown on the plan for unclassified excavation is an estimate only, and is only to be utilized if applicable to this project. The Addendum No. 1 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications. This Addendum No. 1 must be signed, acknowledge on Page CBF - 4 of the Contract Bid Forms of the Specifications and submitted along with the Bidder s Proposal. BY ORDER OF THE CITY OF ROSEMEAD Date August 28, 2014 F. By Rafael M. Fajardo �y Associate Civil Engineer Acknowledgement tVl�1 - Bidder Title- +- Date: Page I of I M, 2rr. unna v¢o nnn '` ". a;1I VAII rL I I V 01, lnbVAIJJ _ KMMI -nocA1 r of ucu_trhamrtrt¢ a:Q. lII1'1101\11 61 �"`I'101) � IYlX026)iW 1, IN I.o,mlM1v. u,r 4w CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM No. 1 FEDERAL SAFE ROUTES TO SCHOOL WALNUT GROVE AVENUE ENHANCEMENT PROJECT PROJECT No. SRTSL -5358 (016) To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. In the Section. "Prevailing Wages" has been updated and shall be replaced with the following attachment of General Docision No. CA140033. Modification No 16, Dated 08/22/2014. 2. In the Section: "Technical Provisions" has been updated with an addition page "iP- 20. The updated page will include the description for "Unclassified Excavation" for Bid Item No. 3. The quantity shown on the plan for unclassified excavation is an estimate only, and is only to be utilized if applicable to this project. The Addendum No. 1 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications. This Addendum No. 1 must be signed, acknowledge on Page CBF - 4 of the Contract Bid Forms of the Specifications and submitted along with the Bidder s Proposal. BY ORDER OF THE CITY OF ROSEMEAD Date August 28, 2014 F. By Rafael M. Fajardo �y Associate Civil Engineer Acknowledgement tVl�1 - Bidder Title- +- Date: Page I of I Yg" IA1 1 11 1 \R1I[',W1I\ [I A � 1, VII ON i I �, / i0 I I I I P , 'r;Nl, V� '1111, CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA NOTICE OF CLARIFICATION FEDERAL SAFE ROUTES TO SCHOOL WALNUT GROVE AVENUE ENHANCEMENT PROJECT PROJECT No. SRTSL-5358(016) To All Prospective Bidders: Please note the following clarifications on the specifications for the above. project 1. For BID ITEM No. 14: CONSTRUCT TRAFFIC SIGNAL IMPROVEMENTS AT WALNUT GROVE AVE. AND V/U_LEY Rij) a,t-w%r,t o vml please refer to Section' Tech rucal Provision page 2. For BID ITEM No. 15: INSTALL SIGNAGE, 'nTRWING, AND PAVEMENT MARKINGS AT VARIOUS LOCA1 IONS, please refer to Section 'Technical Provision", page TP-16-17 of Specifications. Under "TRAFFIC STRIPES AND PAVEMENT MARKINGS", Section 84-2 THERMOPLASTIC, the Specifications calls for all striping to be thermoplastic BY ORDER OF THE CITY OF ROSEMEAD Date September 2. 2014 By Rafael M. Fajardo Associate Civil Ftigineei Acknowledgement: Bidder Title: Date: Plg, I of i