Loading...
California Professional Engineering, Inc. CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) CONTRACT BID FORMS BIDDER:California Professional Engineering, Inc. BID SCHEDULE SCHEDULE OF PRICES FOR GARVEY AVENUE - HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans 1c0 and specifications. LS 1 `" -� � y0 v.N. 2 Disposal of Waste Materials. LS 1 I5oO I ,SOO Traffic Signal Upgrade at Garvey Avenue and Delta 3 Avenue per Plans and Iga(pc N.a(cct c Specifications Complete. LS 1 Traffic Signal Upgrade at Garvey Avenue and 4 Rosemead Place/River I$�,(QI 3 Jr 7 (p l a Avenue per Plans and Specifications Complete. LS 1 Traffic Signal Upgrade at 5 Garvey Avenue and Muscatel apa al Avenue per Plans and aka,3)(4) Specifications Complete. LS 1 4 .r3 .► , ,cv iii _ TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ �1-I Iako Dollar amount in written form The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by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. 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. CBF - 1 BIDDER: California Professional Engineering, Inc. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of I 0°/10 F tears ($ ) 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. 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 of five hundred dollars ($500.00) if project is not completed in forty-five (45) working days. The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subject to the terms and conditions described in the Contract Form and the Contract Documents. 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. The Bidder understands and agrees that the Total Bid Price is inclusive of all 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 and accept the Total Bid Price as compensation in full for all Work under the contract. CBF - 2 B y BIDDER Ptufessiuiial Engineering, Inc. Ct* By: ?fI xbeA n five Signature ! Business Street Address \/a11 men La pitmhz, CA . 1 146 Type or Prini Name yp City, State and Zip Code �YPS I G (P.2�� SID Title lephone Number Bidder's/Contractor's State of Incorporation: Cat cor C\ Partners or Joint Venturers: Bidder's License Number(s): i q J -I a-1 Department of Industrial Relations Registered No. I oot oc c1(bp 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 to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF- 3 • WAIVER OF NOTICE AND CONSENT TO HOLDING OF FIRST MEETING OF INCORPORATORS AND DIRECTORS OF CALIFORNIA PROFESSIONAL ENGINEERING INC. A California Corporation • We, the undersigned, being all of the incorporators, first directors and/or the directors named in the Articles of Incoiporation of the above-named California corporation duly formed by. the filing of said Articles of Incorporation in the office of the California Secretary of State on August 18, 2000, and desiring to hold..the first meeting of the Incorporators and Directors of said corporation• for the purpose of completing the organization of its affairs, DO HEREBY WAIVE NOTICE of said meeting, and CONSENT to the holding thereof at 9316 Mabel Avenue, South El Monte, California 91733, on October 1, 2000, at • 10: 00 a.m. of said day, for the purpose of adopting Bylaws, electing directors and officers, adopting a form of corporate seal and share certificate, authorizing a notice of the California Commissioner of Corporations that stock has been issued in compliance with all the terms and conditions of . Section 25102, of the California Corporations Code, or the filing of an application fora permit, as the case may be, with said office, and transacting such other business as may be brought ... before said meeting; and do hereby further agree that any k business transacted at said meeting shall be as valid and legal and of the same force and effect as though said meeting were held after notice duly given. WITNESS our signatures this day, October 1, 2000. Van Nguyen, \T corporator ij L'' • • • MINUTES - 1 - • • • MINUTES OF FIRST ORGANIZATIONAL MEETING OF INCORPORATORS AND DIRECTORS OF CALIFORNIA PROFESSIONAL ENGINEERING INC. A California Corporation The undersigned, being the Incorporator named in the Articles of Incorporation of the above-named California corporation, duly formed by the filing of said Articles of Incorporation in the office of the California Secretary of State on August 18, 2000, and desiring to hold the first organizational meeting for the purpose of completing the organization of its affairs, in accordance with the powers conferred upon Incorporators by Section 210 of the General Corporation Law, : held such meeting at 9316 Mabel Avenue, South El Monte, California 91733, on October 1, 200.0, at 10: 00 a.m. of said day. Present at this session of the meeting: Van Nguyen, being the Incorporator of said corporation named in its Articles of Incorporation. On motion and by unanimous vote, Van Nguyen was elected temporary Chairperson and temporary Secretary of the meeting. ARTICLES OF INCORPORATION FILED • • The Temporary Chairperson stated that the originR1 rticles of Incorporation of the corporation had been filed in the office of the California Secretary of State, and had been assigned the following filing date and State Corporation filing number: Filing Date: August 18, 2000 Official Filing Number: 2196373 The Temporary Chairperson then presented to the meeting a certified copy of said Articles of Incorporation, showing filings as stated and the Temporary Secretary was directed to insert said copy in the Book of Minutes of the corporation. MINUTES - 2 - BYLAWS • The matter of the adoption of Bylaws for the regulation of the affairs of the corporation was next considered. The temporary secretary presented to the meeting a form of Bylaws which were duly considered and discussed. On motion duly made and unanimously carried, the following resolutions were adopted: RESOLVED: That Ithe Bylaws presented to this meeting and discussed' thereat be, and the same hereby are, adopted as and for Bylaws of this corporation. RESOLVED FURTHER: That the temporary secretary of this corporation be and hereby is authorized and directed to execute a certificate of the adoption of said . Bylaws and to insert said Bylaws as • so certified in . the Book of Minutes of this corporation, and to see that a copy of said Bylaws, similarly certified, is • kept at the principal office for the transaction of business of this corporation, in accordance with Section 213 of the California Corporations Code_ ELECTION OF DIRECTORS The temporary Chairperson stated that the Bylaws adopted by the Corporation provide that the number of Directors shall be. one (1) . The temporary emp ary Chairperson advised that the Incorporator, on motion and by unanimous vote, had elected the following person as the first Directors of the Corporation to serve until successors are duly elected pursuant to the Bylaws, or until resignation or removal, as the case may be, and effective upon their acceptance of their position, to exercise the powers of further organization and direction of the Corporation_ Each of the newly elected Directors signified acceptance: DIRECTOR 'S NAME AND ,ADDRESS SIGNATURE DATE Van Nguyen 2574 S. Pepperda l e Drive • 1'12,6) Rowland Heights, CA 91748 f J . • • MINUTES - 3 - RESIGNATION OF INCORPORATOR ' The meeting continued. Present at this session of said meeting, in addition to the Incorporator were Van Nguyen, the Director duly elected herein. In the interests of maintaining continuity of action, the Director waived notice of said organizational meeting, took his place and the meeting then proceeded further. The temporary. Chairperson advised that the Incorporator, having completed the necessary steps in orgy i z;_a the Corporation and having elected the appropriate number of Directors to carry forward the management of the Corporation, now wished to submit his resignation: The undersigned Incorporator herewith resigns: • U-:>\_A/\ A 1 Van Nguyen The temporary Chairperson stated that theJIncorporator' s tasks had now been accomplished and upon motion duly made and recorded, said resignation. was accepted. WAIVER The temporary. Chairperson announced that the meeting was held pursuant to written Waiver of Notice and Consent thereto and was signed by all of ' the participants and upon m=otion made and unanimously carried, was made a part of the records of the meeting, and now precedes the minutes of this meeting in the Book of Minutes of the corporation. ELECTION OF OFFICERS The meeting then proceeded to the election of officers. The following were duly elected to the offices indicated after the names of each: Van Nguyen, President • Van Nguyen, Secretary • Van Nguyen, Chief Financial Officer Each officer so elected being present accepted his office, and thereafter, the president presided at the meeting as Chairperson, and the secretary acted as secretary of the meeting. CORPORATE SEAL The secretary presented for approval of the meeting a MINUTES - 4 - • • proposed seal of the corporation, consisting of two concentric circles with the name of the corporation in one circle and the words and figures in the form as follows : • (SEAL) • • • On motion duly made and unanimously carried, the following resolution was adopted: RESOLVED: That the corporate seal, in the foiiu,, words and figures presented to this meeting be, and the same hereby is, adopted as the seal. of this corporation. SHARE CERTIFICATE The secretary presented to the meeting a proposed form of share certificate for use by the corporation. On motion duly made and unanimously carried, said form of share certificate was approved and adopted, and the secretary was instructed to insert a copy thereof in the Book of Minutes immediately following the minutes of the meeting. ORGANIZATIONAL EXPENSES In order to provide for the payment of expenses of incorporation and organization of the corporation, on motion duly made and unanimously carried, the following resolution was adopted: RESOLVED: That the President or Vice President and the Chief Financial Officer of this corporation be, and they hereby are authorized and directed to pay the expenses of incorporation and organization of this corporation. • ACCOUNTING YEAR The Chairperson suggested that the meeting consider the adoption of an accounting year, either fiscal or calendar, so that the Franchise Tax Board could be notified thereof. On motion duly made, seconded and unanimously carried, the following resolution was adopted: RESOLVED: That this corporation adopt an accounting year as follows: • DATE ACCOUNTING YEAR BEGINS: November 1 DATE ACCOUNTING YEAR ENDS: October 31 MINUTES - 5 - • o .a mss: PRINCIPAL OFFICE LOCATION After some discussion, the location of the principal office of the corporation for the transaction of the business of the corporation was fixed pursuant to the following resolution, adopted, on motion duly made, seconded and unanimously carried: • • RESOLVED: That 9316 Mabel Avenue, South El Monte, • California 91733 be and. the same hereby is designated and fixed as the principal office for the transaction of the business of this corporation in the State of California. OFFICERS AUTHORIZED TO CONTRACT To authorize the officers to contract and obligate the corporation, in the ordinary course of business, the following resolution was, upon motion duly made, seconded and carried, adopted: RESOLVED: That the following officers be, and the same hereby are authorized to sign contracts and obligations on behalf of the corporation: Van Nguyen, President MINUTES - 6 - • California Professional Engineering, Inc. C .ualitp O,epond axpectations MEETING OF BOARD OF DIRECTORS OF CALIFORNIA PROFESSIONAL ENGINEERING, INC. A meeting of the Board of Directors of California Professional Engineering, Inc. was held on May 6, 2015 whereby a resolution was passed authorizing Van Nguyen to sign on behalf of the Corporation,by his signature,to enter into any and all contractual obligations t n behalf of this corporation. President See attached jurat. 9316 Mabel Avenue South El Monte,CA 91733 0 Ph: (626)452-8658 0 Fax: (626)448-0470 0 Email:van@cpengineeringinc.com A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles Subscribed and sworn to (or affirmed) before me on this 6th day of May , 20 15 , by Van Nguyen , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. 3 yc""u � DIEM CHU ,;1--, CoMM.#2042313 rn N , E.'' NOTARY PUBLiC•CALIFORNIA y' .}�/ LOS ANGELES COUNTY MY COMM,EXP.SEP.21,2011— • (Seal) Signatu e California Professional Engineering, Inc. dba BIDDER: California Professional Electrical Engineering 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 properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: California Professional THAT Engineering, Inc. dba California Professional Electrical Engineering ,as Principal, and The Hanover Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Bid Amount DOLLARS ($ 10% ), being not less than ten percent (10%) of the Total Bid Price;for the payment of which sum will and truly to be made,we bind ourselves, our heirs,executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Garvey Avenue Highway Safety Improvement Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated May 6, 2015 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 Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract,then this obligation shall be null and void;otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 4th day of May , 20 15 . California Profess'0nal Engineerini, Inc. dba Ca' • e•- - • - i•ineerin• (SEAL) The Hanover Insurance Company Princip- Sure* By: By: .4 Sig'ature Si!r'ture Yung T. ullick,Attorney-in-Fact CBF-4 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA } COUNTY OF Los Angeles } On JIM 0 6 2015 before me, Diem Chu Notary Public, Date (here insert name and title of the officer) personally appeared Van Nguyen who proved to me on the basis of satisfactory evidence to be the person(s) 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(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) 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 and official seal. �, � �,�".'+�� DIEM CHU_ < � � � COMM.# 20HU < N 1.', t NOTARY PUBLiC•CALIFORNIA :'E'er/ LOS ANGELES COUNTY MY CQMN.EXP.SEP.21,2017' Signature. _ eal) OPTIONAL Description of Attached Document Title or Type of Document: -_ Number of Pages: Document Date: Other: 2015 Apostille Service, 707-992-5551 www.CaliforniaApostille.us California Mobile Notary Network www.CAMNN.com • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On May 4, 2015 before me, Christine T. Hoang , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Yung T. Mullick Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they ��°.rTHF CHRISTINE T.HOANG • executed the same in his/her/their authorized capacity(ies), N 5 ° ': COMM.#2008757 and that by his/her/their signature(s) on the instrument the e 7 .,111- person(s), or the entity upon behalf of which the person(s) -m+ NOTARYPUBLIC CALIFORIJIA acted, executed the instrument. i '* ORANGE COUNTY N Y �q MY COMM.EXP.FEB 25,2017 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and corr- . . Witnes- my hand a ' *al -:1. Signatur; Place Notary Seal Above Signature of N•ary Public Christine T. Hoang OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the 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(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer —Title(s): ❑ Partner ❑Limited ❑General ❑ Partner ❑Limited❑General ❑ Attorney in Fact RIGHT THUMBPRINT ❑ Attorney in Fact RIGHT THUMBPRINT ❑ Trustee OF SIGNER ❑ Trustee OF SIGNER ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint James W.Moilanen,Yung T.Mullick,and/or Jennifer C.Anaya of Mission Viejo,CA and each is a true and lawful Attorney(s)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings,contracts of indemnity or other writings obligatory in the nature thereof,as follows: Any such obligations in the United States,not to exceed Ten Million and No/100($10,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED,That the President or any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances, contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons."(Adopted October 7,1981-The Hanover Insurance Company;Adopted April 14,1982 -Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents, this 3rd day of January 2012. THE HANOVER INSURANCE COMPANY N"N"" ,�� �� W+ cp�,� MASSACHUSETTS BAY INSURANCE COMPANY fs �.; a vim CITIZENS SURANCE OMPANY OF AMERICA urn SEAL 4 Robert Thomas.Vice President THE COMMONWEALTH OF MASSACHUSETTS ) r°�— ( -' COUNTY OF WORCESTER )ss. !oc r nstrom. iV ce President On this 3rd day of January 2012 before me came the above named Vice Presidents of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. "`a BARBARA A.GARLICK � �� Notary Public / {y 212 %/�sfL�� Cemmn+ealO+olMassachusetts .6)&4'9-!/ZC.•4.- (2, ,,�tJ� L ;e ° At,'Conmtlim ExAs Sea.21.2os Barbara A.Garlick, Notary Public My Commission Expires September 21,2018 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or any Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile." (Adopted October 7,1981-The Hanover Insurance Company;Adopted April 14,1982-Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 4TH day of MAY 20 IS THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA /"1St to term Margosian,Vice President BoDewlifornia Professional Engineering 2.B 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 Bidder's 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 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 ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF - 5 BIDDE alifornia Professional Engineering, Inc 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors."] v.0 . Name and Location - Description of of Subcontractor to be ntracted St1c2\P+ +\1)9 Name: ()fOfl•E CcjAj N S \'R`► -z'CV1C Ili C Address: •License No.: LI • a• • Department of Industrial Relat. egistration No. I oo Name and Ledation Description of Work 1254Q•11)9 CCNdv∎ti- of Subcontractor to be Subcontracted Name: V T EA.QCi ct\C 1 1(1C . Address: I c)$,ZS 'lecnoo hv>v.1 OINtC\QZ\o C.Ps-c;\\-1(A� License No.: 1 (p3 a3(4) Department of Industrial Relation Registration No. i D5(014 Name and Location Description of Work m�r �\1G� of Subcontractor to be Subcontracted S'Y1-P\n� Na me: S∎. - V2(fQC\ . ckkvk c-\ Address: 5 OSS S�•, �{ cPSS .P�- SO.030 License No.: 1-1(0 Department of Industrial Relation Registration No. \ 1A-V1 (p Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. CBF - 6 BIDDlifornia Professional Engineering, Inc.. 2.0 REFERENCES see Ct G(uwQA Corm S 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: 1. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF - 7 929 Otterbein Ave., Unit E • La Puente, CA 91748 • Ph: (626) 810-1338 • Fax: (626) 810-1322 www.cpengineeringinc.com California Professional Engineering, Inc. Traffic Signal -Job References PROJECTS: San Gabriel Blvd, et. al TSM0010049 Amount: $1,463,453.23 Owner: County of Los Angeles Department of Public Works Project Manager:Abigail Flores Contact Phone #: (626)458-3157 Status: Completed Approximate Start/End Dates:Jan 2013—March 2014 Description of Supplies, Equipment, or Services Provided: Installation of Conduit, Pullboxes, Traffic Signal, Interconnect Cable, Communication Equipment, Loop Detectors and Bicycle Loops, Fiber Optic, Curb Ramps and Preemption System. Tustin Street & Palm Avenue Left Turn Signal Modification Amount: $179,527.00 Owner: City of Orange Project Manager: Medel Llanes Contact Phone#: (714) 744-5535 Fax it (714) 744-5573 Status: Completed Approximate Start/End Dates: Nov 2013-Jan 2014 Description of Supplies, Equipment, or Services Provided: Modify Traffic Signal at One Intersection along with Traffic Control, Install New Cabinet, Safety Lighting, Loops, Vehicle Pre-emption System, Sidewalk Access Ramps & Traffic Signal Heads. Woodruff/Washburn Traffic Signal Amount: $156,697.58 Owner: City of Downey Project Manager: Keith Hoey Contact Phone#: (562) 622-5898 Fax#: (562) 904-7296 Page 1 of 3 Document Last Updated 7/2/2014 Status: Completed Approximate Start/End Dates:Apr 2013-Aug 2013 Description of Supplies, Equipment, or Services Provided: Upgrading Traffic Signal at Intersection, Trenching, Conduit Runs, and Installation of LED Safety Lighting. Traffic Signal Modification at Brookhurst Amount: $237,213.67 Owner: City of Huntington Beach Project Manager:John Griffin Contact Phone#: (714)375-5011 Fax it (714) 374-1648 Status: Completed Approximate Start/End Dates: March 2011-Sept 2011 Description of Supplies, Equipment, or Services Provided: Modify Traffic Signal at Multiple Intersections along with Traffic Control, Installation of Curb Ramps & Traffic Signal Heads, and Monument Preservations. Traffic Signal System Upgrade Phase V-VIII Amount: $292,175.99 Owner: City of Santa Ana Project Manager: William Albright Contact Phone #: (714) 647-5029 Fax it (714) 647-5622 Status: Completed Approximate Start/End Dates:Jan 2011-Aug 2011 Description of Supplies, Equipment, or Services Provided: Installation of Conduit, Pullboxes, Traffic Signal, Interconnect Cable, Communication Equipment, Loop Detectors and Bicycle Loops, Fiber Optic, Cable, Signal Heads, CCTV System, and Preemption System. Traffic Signal at Various Locations HSIPL 5331 (017) & HSIPL 5331 (010) Amount: $507,840.79 Owner: City of La Puente Project Manager:Jason Brown, Willdan Contact Phone#: (562) 908-6222 Status: Completed Approximate Start/End Dates:June 2012—March 2013 Description of Supplies, Equipment, or Services Provided: Installation of Conduit, Pullboxes, Traffic Signal,, Loop Detectors and Bicycle Loops, Curb Ramps and Preemption System. Page 2 of 3 Documen!Last Updated 7/2/2014 20th Street & Cherry Ave Traffic Signal Amount:$247,540.60 Owner: City of Signal Hill Project Manager: Natalie Avila, RKA Group Contact Phone#: (909)594-9702 Fax#: (909) 594-2658 Status: Completed Approximate Start/End Dates: Feb 2013—Sept 2013 Description of Supplies, Equipment, or Services Provided: Installation of Conduit, Pullboxes, Traffic Signal, Interconnect Cable, Communication Equipment, Loop Detectors and Bicycle Loops, Fiber Optic, Curb Ramps and Preemption System. Page 3 of 3 Document Last Updated 7/2/2014 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION 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 California Professional Engineering, 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 filed 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 filling 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 are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are 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 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. EEOC-1 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) NON-COLLUSION AFFIDAVIT California Professional Engineering, Inc. BIDDER: NON-COLLUSION AFFIDAVIT CBF - 8 BIDDEfCalifornin Professional Engineering, Inc. NON-COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, 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. Signature Van Nguyen Typed or Printed Name President Title L�alifornia Professional Engineering, Inc. Bidder Subscribed and sworn before me This day of 20 (Seal) Notary Public in and • the State of Cali . nia P529, My Com• ssion Expires: CBF - 9 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA } COUNTY OF 1,os Angeles I On NAY 0 6 2015 before me, Diem Chu . Notary Public, Date (here insert name and title of the officer) personally appeared Van Nguyen who proved to me on the basis of satisfactory evidence to be the person(s) 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(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) 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 and official seal. cit.,,., DIEM CHU ���ppp,,•►r+_ COMM,#2042313 'n N n NOTARY PU1t 2.042313 A C ''{4, LOS ANGELES COUNTY 'Signature: �∎ L � ) " 'T" Mr COMM EXp SEa.21.2011 F OPTIONAL Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Other: `2015 Apostil le Seri ice. 707-992-5551 www.CaliforniaApostille.us California Mobile Notary Network www.CAMNN.com 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, 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. 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 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) DEBARMENT AND SUSPENSION CERTIFICATION DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, 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 the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes:Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Certification. DSC-1 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) NON-LOBBYING CERTIFICATION NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or bid, to the best of his or her knowledge and belief, that: (I) 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 bid 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 subrecipients shall certify and disclose accordingly. NLC-1 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) DISCLOSURE OF LOBBYING ACTIVITIES 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 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal(RFP)number, Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award number,the application/proposal control number assigned by the Federal agency). Include prefixes,e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city,state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name, First Name and Middle Initial(MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4)to the lobbying entity(item 10). Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other,specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s)contacted or the officer(s)employee(s)or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response,including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-0046), Washington,D.C.20503. SF-LLL-Instructions Rev.06-04-90«ENDIF» DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: na contract n a hirl/offer/annlic tion n a initial b. grant b. initial award b. material chang c. cooperative agreement c. post-award d. loan For Material Ch ge Only: e. loan guarantee year quarter f. loan insurance date of, st report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No 4 is Subawardee, Enter Name and Addr- s of Prime: ElPrime ❑ Subawardee Tier , if known Congressional District, if known Congressional District, if known 6. Federal Department/Agency: 7. Fede I Program Name/Description: FDA Number, if applicable 8. Federal Action Number, if known: . Award Amount, if known: 10. a. Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual, last name,first name, MI) address if different from No. 10a) (last name, first name, MI) (attach Continuation Sheet(s)if necessary) 11. Amount of Payment(check all that apply) 13. Type of Payment(check all that apply) $ Ei actual I I planned a. retainer _ b. one-time fee 12. Form of Payment(check all that apply): c. commission B a. cash d. contingent fee — b. in-kind; specify: nature e deferred — value f. other, specify — 14. Brief Description Services Performed or to be performed and Date(s)of Service, including officer(s),emplo (s),or member(s)contacted,for Payment Indicated in Item 11: (attach Continuation Sheet(s)if necessary) 15. Continuation Sheet(s)attached: Yes 0 No 0 16. Information quested through this form is authorized by Title 31 U. C.Section 1352. This disclosure of Signature: lobbying r liance was placed by the tier above when his Van NgW transactidn was made or entered into. This disclosure is Print Name: required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to Title: President file the required disclosure shall be subject to a civil r� /� y� �I penalty of not less than$10,000 and not more than Telephone No�_Q2-01(b o 13J� Date: $100,000 for each such failure. Authorized for Local Reproduction F der Use Only: Standard Form- LLL Standard Form LLL Rev.09-12-97 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) UDBE COMMITMENT EXHIBIT 15-G1 Local Assistance Procedures Manual EXHIBIT 15-G1 • Local Agency Bidder UDBE Commitment(Construction Contracts) EXHIBIT 15-G1 LOCAL AGENCY BIDDER UDBE COMMITMENT(CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: 60\10-1 LOCATION: U�y of R`�`�'"•►i'eei c1 PROJECT DESCRIPTION: Nenut-^ktGS��9i SGte'�I`6 I wiptoveni-en1' , )rt, ec - TOTAL CONTRACT AMOUNT:$ 511 I I .(p— V BID DATE: 051 RD 1 I BIDDERS NAME: California Professional Enginccring, Inc. CONTRACT UDBE GOAL: (-L' O CONTRACT ITEM OF WORK AND DESCRIPTION UDBE CERT NO. NAME OF EACH UDBE (DOLLAR AMOUNT ITEM NO. OR SERVICES TO BE AND EXPIRATION (Must be certified on the date bids'UDBE SUBCONTRACTED OR MATERIALS DATE are opened-include UDBE TO BE PROVIDED(or contracted if the address and phone number) bidder is a UDBE) 51-19. 3. (0 — \ ■ leriltErlearjEMWMII61.1 .1411101111011 •r . ill opict VLF 1C fin‘ La Puente,CA 91748 C13\ "‘ cyl uScc1 ' For Local Agency to Complete: Total Claimed UDBE $ S ) Local Agency Contract Number: Participation • Federal-aid Project Number: 0 Federal Share: (II it Contract Award Date: Local Agency certifies that all UDBE certifications have been verified and Signature ter information is complete and accurate. ffiGUff (4) �S\ Da (Ar Code Tel.No. Van Nguyen Print Name Signature Date Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number. Local Agency Bidder UDBE Commitment(Construction Contracts) (Rev 6/26/09) Distribution: (1)Original–Local agency files Page 15-31 LPP 09-02 July 31,2009 EXHIBIT 15-G1 Local Assistance Procedures Manual 'Local Agency Bidder UDBE Commitment(Construction Contracts) INSTRUCTIONS - LOCAL AGENCY BIDDER UDBE COMMITMENT (CONSTRUCTION CONTRACTS) ALL BIDDERS: PLEASE NOTE: It is the bidder's responsibility to verify that the UDBE(s)falls into one of the following groups in order to count towards the UDBE contract goal: 1)African Americans;2)Asian-Pacific Americans;3)Native Americans;4)Women.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 UDBE commitment will be grounds for finding the bid nonresponsive A UDBE is a firm meeting the definition of a DBE as specified in 49 CFR and is one of the following groups: African Americans,Asian-Pacific Americans,Native Americans,or Women. The form requires specific information regarding the construction contract: Local Agency,Location,Project Description,Total Contract Amount,Bid Date,Bidder's Name,and Contract UDBE 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 UDBEs. Prime contractors shall indicate all work to be performed by UDBEs including,if the prime is a UDBE,work performed by its own forces,if a UDBE.The UDBE shall provide a certification number to the Contractor and expiration date.Enter the UDBE prime's and subcontractors' certification numbers.The form has a column for the Names of UDBE contractors to perform the work(who must be certified on the date bids are opened and include the UDBE address and phone number). IMPORTANT: Identify all UDBE firms participating in the project regardless of tier.Names of the First-Tier UDBE 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 UDBE participation dollar amount.Enter the Total Claimed UDBE 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 UDBE,describe exact portion of time to be performed or furnished by the UDBE.)See Section "Disadvantaged Business Enterprise(DBE),"of the Special Provisions (construction contracts),to determine how to count the participation of UDBE firms. Exhibit 15-G1 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. Page 15-32 July 31,2009 LPP 09-02 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) GOOD FAITH EFFORTS EXHIBIT 15-H Local Assistance Procedures Manual Exhibit 15-H • UDBE Information-Good Faith Effort ■ EXHIBIT 15-H UDBE INFORMATION—GOOD FAITH EFFORTS UDBE INFORMATION- GOOD FAITH EFFORTS Federal-aid Project No. HSIPL 5218 (014) Bid Opening Date 05-)OP The City of Rosemead established an Underutilized Disadvantaged Business Enterprise (UDBE)goal of 6% 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 UDBE Commitment"form indicates that the bidder has met the UDBE 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 UDBE firm was not certified at bid opening,or the bidder made a mathematical error. Submittal of only the"Local Agency Bidder UDBE 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 UDBE Commitment"of the Special Provisions: A. The names and dates of each publication in which a request for UDBE participation for this project was placed by the bidder(please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement we av Jfl ,E B. The names and dates of written notices sent to certified UDBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the UDBEs were interested(please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of UDBEs Solicited Date of Initial Follow Up Methods and Dates Solicitation Page 15-33 LPP 09-02 July 31,2009 :xhibit 15-H Local Assistance Procedures Manual JDBE Information-Good Faith Effort C. The items of work which the bidder made available to UDBE 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 UDBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate UDBE participation was made available to UDBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) Of (Y/N) Contract D. The names, addresses and phone numbers of rejected UDBE firms, the reasons for the bidder's rejection of the UDBEs, the firms selected for that work(please attach copies of quotes from the firms involved), and the price difference for each UDBE if the selected firm is not a UDBE: Names, addresses and phone numbers of rejected UDBEs and the reasons for the bidder's rejection of the UDBEs: We We kl P s Names, addresses and phone numbers of firms selected for the work above: k).0 COOL VD E. Efforts made to assist interested UDBEs 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 UDBEs: Wk 'age 15-34 'y 31,2009 LPP 09-02 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) LOCAL BIDDER DBE INFORMATION EXHIBIT 15-G2 Local Assistance Procedures Manual EXHIBIT 15-G2 Local Agency Bidder DBE Information(Construction Contracts) EXHIBIT 15-G2 LOCAL AGENCY BIDDER DBE INFORMATION(CONSTRUCTION CONTRACTS) (Inclusive of all DBEs including the UDBEs listed at bid proposal) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: �� n }{ LOCATION: WI CT- 9osen'I2t PROJECT DESCRIPTION: Ci n(XVeki pie h kkt Fe/11 1 YVI-OD* .LKr ProjeCr TOTAL CONTRACT AMOUNT: $ 51 1 ) I a� BID DATE: �I b II W I 1 S BIDDER'S NAME: California Professional Engineering, Inc. CONTRACT UDBE GOAL: ()°/D CONTRACT ITEM OF WORK AND DESCRIPTION DBE CERT NO. NAME OF EACH DBE DOLLAR AMOUNT ITEM NO. OR SERVICES TO BE AND EXPIRATION (Must be certified on the date bids DBE SUBCONTRACTED OR MATERIALS DATE a opened-include DBE address TO BE PROVIDED(or contracted if the nd phone number) _ bidder is a DBE) 'fit . 5 Zj�W. — AS Ar —G FA 'D 'jry t Cali ornia Professional Engineering,Inc. �R1C,tS • I 929 Otterbein Ave.Unit E 'YY:t' "Aft_-. La Puente,CA 91748 .QC a �i� •"� f\P- p Ne' / te r.x 1 For Local Agency to Complete: Total Claimed DBE $ S Ma,3g1, Local Agency Contract Number: Participation Federal-aid Project Number: Federal Share: 9' % Contract Award Date: - I �O Local Agency certifies that all DBE certification have been verified and /► Information is complete and accurate. Sign.t"dirridder Print Name Signature Date 65 U , 0 0-1 3 Local Agency Representative Date Ar :Code)Tel.No Van Nguyen (Area Code)Telephone Number: For Caltrans Review: Person to Contact (Please Type or Print) Print Name Signature Date Local Agency Bidder DBE Information(Construction Contarcts) Caltrans District Local Assistance Engineer (Rev 6/26/09) Distribution: (1)Copy—Fax or scan a copy to the Caltrans District Local Assistance Engineer(DLAE)within 15 days of contract execution.Failure to send a copy to the DLAE within 15 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 Page 15-32a LPP 12-01 January 27,2012 a • ,EXHIBIT 15-G2 Local Assistance Procedures Manual Coca!Agency Bidder DBE Information(Construction Contracts) INSTRUCTIONS - LOCAL AGENCY BIDDER DBE INFORMATION (CONSTRUCTION CONTRACTS) SUCCESSFUL BIDDER: IThe form requires specific information regarding the construction contract:Local Agency,Location,Project Description,Total Contract Amount,Bid Date,Bidder's Name,and Contract UDBE 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 work performed by its own forces, if a DBE.The DBE shall provide a certification number to the Contractor and expiration date.Enter DBE prime and subcontractors certification number.The DBE contractors should notify the Contractor in writing with the date of the decertification if their status should change during the course of the contract.The form has a column for the Names of DBE certified contractors to perform the work (must be certified on the date bids are opened and include DBE address and phone number. IMPORTANT: Identify all DBE firms participating in the project--including all UDBEs listed on the UDBE Commitment form(Exhibit 15-G1),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-G2 must be signed and dated by the successful bidder.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 Number, Federal-aid Project Number, Federal Share,Contract Award Date fields and verify that all information is complete and accurate before signing and sending a copy of the form to the District Local Assistance Engineer within 15 days of contract execution. Failure to submit a completed and accurate form within the 15-day time period may result in the de-obligation of funds on this project. District DBE Coordinator should verify that all informations is complete and accurate.Once the information has been verified,the District Local Assistance Engineer signs and dates the form. Page 15-32b July 31,2009 LPP 09-02