Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Job 3. Arterials 2023, Souza Engineering Contracting, Inc.
i r Public Works 919 Palm Street, San Luis Obispo, CA 93401-3218 805.781.7200 slocity.org DATE: May 23, 2023 PROJECT: Arterials 2023 ADDENDUM NO.: 1 BID DATE: Mav 26.2023 ADDENDUM SPECIFICATION NO. 2001001-1 NOTICE TO ALL CONTRACTORS SUBMITTING BIDS AND TO ALL PLANHOLDERS: You are hereby notified of the following changes, clarifications or modifications to the contract documents. This addendum shall supersede the original contract documents and prior addenda. Wherein this addendum contradicts the original contract documents and previous addenda, this addendum shall take precedence. All other conditions shall remain unchanged. The change specified below shall become a legal part of the original contract documents. A. GENERAL CLARIFICATIONS The bid opening date of May 25, 2023 has been postponed. The revised bid opening will be May 26, 2023 at 3:00 pm at which time they will be publicly opened and read aloud. Public bid opening may be accessed via Microsoft Teams video conference and conference call. In person attendance will be permitted. Use the following link: https://teams.microsoft.com/Umeetup- ioin/19%3ameeting Nzc3NWIIY2YtYiRkZC00NTh1LWI4NGUtMTZiZDU3N2FhNDVm %40thread.v2/0?context=%7b%22Tid%22%3a%22a78b 182d-94e4-4507-a9a9- 330dcb 148164%22%2c%220id%22%3a%22a8add278-38fa-47c3-8727- acd5a57b58ec%22%7d or join by phone with this number: 1 (209) 645-4165 with Conference ID: 895 133 282# B. CHANGES TO THE SPECIFICATIONS: 1. Make the following additions to the contract Special Provisions: a. Add to Section 84-2.03C CONSTRUCTION, Application of Stripes and Markings: Permanent Striping on: 1) California Blvd 2) Monterey St 3) Morro St 4) Santa Barbara Ave 5) Johnson Ave 6) Orcutt Rd Must not begin before 5 calendar days and completed no later than 7 calendar days after placement of asphalt concrete or bituminous seals. b. Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan: The contractor must not work two consecutive shifts, day and night, unless approved by the Engineer. c. Replace the 111 sentence in the last paragraph in Section 7-1.03 PUBLIC CONVENIENCE with: Work within the downtown area (See Appendix L) or within 300 feet of any outside eating establishment is noise restricted between 11:00 AM and 1:00 PM. Contractors are required to base their bid on the plans, specifications and any issued addenda. To do otherwise shall be at the Contractor's own risk. Contractors shall note the acknowledgment of this addendum on the Bid Forms' Bidder Acknowledgement Sheet. If you have any questions contact Anthony Ramos at (805) 783-7875. Q"OFSS E Sincerely, ����\PN NE U` t LU f No. C 79870 Brian Nelson CITY ENGINEER All bid forms must forms and required forms together. BID FORMS be completed and submitted with your bid. Failure to submit these bid bond is cause to reject the bid as nonresponsive. Staple all bid THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR ARTERIALS 2023, SPECIFICATION NO. 2001001-1 Item Item Unit of Estimated Item Price Total No. SSA„ Description I Measure Quantity (in figures) (in figures) BASE BID ITEMS 1 7,12 TRAFFIC CONTROL PLAN AND LS 1 ------------ IMPLEMENTATION 2 30 COLD PLANE (12.5") SQYD 13,358 3 30 COLD PLANE (6") SQYD 2,140 4 39 3/4 MIX HOT MIX ASPHALT TON 8,066 5 39 1/2 MIX HMA SURFACE TON 3,282 COURSE - p - 6 39 3/8 MIX LEVELING COURSE TON 490 1 _ 7 37 FOG SEAL SQFT 8,040 8 60 METHACRYLATE SQFT 12,660 9 15 MILL AC SQYD 11,621 .so so 10 39,96 PAVING GRID SQYD 7,632 _ 11 20 TREE TRIMMING AND LS 1 ------------- REMOVAL ARCHAELOGICAL 12 14 LS 1 ------------- MONITORING AT MONTEREY AND TORO sn - 13 12 TEMPORARY STRIPING AND LS 1 ------------- PAVEMENT MARKINGS - 14 77 POTHOLING LS 1 ---- ------- 15 7 COMPLY WITH OSHA LS 1 ----- -------- 16 84 WHITE/YELLOW PAVEMENT SQFT 2,706 MARKINGS/LEGENDS BID FORMS A BID FORMS Item No. SS(1) Item Description (ARROWS, WORDS, SYMBOLS, ETC. Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 17 84 GREEN BIKE LANE MARKINGS CASE 1 LF 309 _ 18 84 GREEN BIKE LANE MARKINGS CASE 2 LF 880 1 19 84 GREEN BIKE LANE MARKINGS CASE 3 LF 546 - 2 p2 LX7-- 20 84 GREEN BIKE LANE COATING SQFT 637 _ TR91- 21 84 4" DOUBLE WHITE LF 27 22 84 12" WHITE/YELLOW LF 3,571 23 84 24" WHITE/YELLOW LF 2,636 24 84 DETAIL 2 LF 127 _ 25 84 DETAIL 8 LF 55 26 84 DETAIL 22 LF 1,455 27 84 DETAIL 24 LF 485 28 84 DETAIL 27B LF 3,293 29 84 DETAIL 29 LF 221 30 84 DETAIL 32 LF 5,548 so - 31 84 DETAIL 38 LF 626 So _ 32 84 DETAIL 39 LF 1,631 33 84 BIKE BUFFER LF 523 34 84 WHITE/BLUE PARKING "L" OR "T" EA 130 SIT - t - 35 84 ADA SPACE MARKING EA 4 36 84 BLUE/YELLOW/RED/WHITE CURB PAINT BOTS DOTS LF 930 - - 37 84 LF 192 a _ 38 82 ADA SIGN AND POST EA 4 39 82 FLEX POST EA 4 40 82 REMOVE (E) POST EA 2 41 82 INSTALL (N) 12' PUNCH POST EA 15 sib,9 0- 42 82 INSTALL (N) 14' PUNCH POST EA 3 3gs- I I S- 43 82 RELOCATE (E) SIGN EA 1 44 82 NEIGHBORHOOD GREENWAY SIGN EA 4 p- 45 82 25 MPH SIGN EA 7 9 _ 46 82 R4-11 SIGN EA 7 47 82 R7-9 SIGN EA 1 a-lsS-i5- 48 82 R10-15 SIGN EA 2 S- S - 49 82 R13A SIGN EA 1 50 82 W11-2 SIGN EA 2 s- b- 51 82 W11-15 SIGN EA 8 _ _ BID FORMS BID FORMS Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure EA Quantity (in figures) (in figures) 52 82 W16-7P SIGN 2 53 85 BLUE HYDRANT EA 15 REFLECTORS - ENG. STD. 7920 as 54 73 NE CURB RAMP: SANTA LS 1 ----- --------- BARBARA AND RAIL STATION - 55 73 S CURB RAMP RETROFIT LS 1 ----- -------- (DOME AND SW GRIND): MONTEREY AND MORRO CROSS GUTTER PER ENG. SQFT - 56 73 53 STD.4310 b - 57 73 N CURB RAMP: CALFORNIA LS 1 ---- ----- AND MILL 't 58 73 E CURB RAMP: CALIFORNIA LS 1 ------------- AND MILL _ LS pop- 59 73 S CURB RAMP: CALIFORNIA 1 -------- AND MILL a - 60 73 W CURB RAMP: CALIFORNIA LS 1 -------------- AND MILL - 61 73 N CURB RAMP: CALIFORNIA LS 1 ------------- AND PALM y - 62 73 E CURB RAMP: CALIFORNIA LS 1 ------------- AND PALM - 63 73 S CURB RAMP: CALIFORNIA LS 1 ------------- AND PALM o- 64 73 W CURB RAMP: CALIFORNIA LS 1 ------------ AND PALM 65 73 N CURB RAMP: MONTEREY LS 1 -------------- AND TORO a� -�- 66 73 S CURB RAMP: MONTEREY LS 1 --------- AND TORO 1c15- 67 73 W CURB RAMP: MONTEREY LS 1 ----- -- -- - AND TORO q 9 - 68 73 NE CURB RAMP: FUNSTON LS 1 ----------- AND LAWTON aq IMP 69 73 SE CURB RAMP: FUNSTON LS 1 --- -------- AND LAWTON - 70 73 SW CURB RAMP: FUNSTON LS 1 ------------- AND LAWTON 71 73 NW CURB RAMP: FUNSTON LS 1 --------- AND LAWTON - 72 73 MONTEREY CONCRETE LS 1 ----------- REPAIR SECTION 1 73 73 MONTEREY CONCRETE LS 1 ---------- REPAIR SECTION 2 74 73 MONTEREY CONCRETE LS 1 ------------ REPAIR SECTION 3 - 75 73 MONTEREY CONCRETE LS 1 ------------- REPAIR SECTION 4 a 9 - 76 73 MONTEREY CONCRETE LS 1 ----------- REPAIR SECTION 5 1 q3 - 77 39 12.5" AC BASE REPAIR SQFT 14,004 .28_ BID FORMS BID FORMS Item Item Unit of Estimated Item Price Total No. SS(1) Description CONCRETE BASE REPAIR Measure Quantity (in figures) (in figures) 78* 15, SQFT 5,310 40,90 ALLOWANCE a - o- 79 73 CONCRETE MEDIAN SQFT 3,313 UPGRADE/ADJUST EA 80 15 8 COMMUNICATIONS MANHOLE TO FINISHED SURFACE -1- - 81 15 REMOVE € AND INSTALL NEW EA 2 COMMUNICATION MANHOLE PER ENG. STD. 9030 UPGRADE/ADJUST MANHOLE EA 27 - - 82 15 OR CLEANOUT TO FINISHED SURFACE- EA 83 77 REPLACE FRAME AND COVER 3 PER ENG. STD. 6610- 84 77 COAT SEWER MANHOLE EA EA 4 70 85 15 UPGRADE/ADJUST GAS OR WATER VALVE TO FINISHED SURFACE PER ENG. STD. 6040 Sa 9ao- 86 15 UPGRADE/ADJUST AND EA 17 RESET CENTERLINE MONUMENT PER ENG. STD. 9020 134a' 87 15 RESET BENCHMARK EA 2 _ y 88 15 UPGRADE/ADJUST STORM EA 8 DRAIN VENT TO FINISHED SURFACE "i -1- 43110- 89 86 RAPID RECTANGULAR LS 1 --------------- FLASHING BEACONS (RRFB) SYSTEM: SANTA BARBARA tiw,aao AND HIGH 44 aao- RAPID RECTANGULAR 1 ------------- 90 86 LS FLASHING BEACONS (RRFB) SYSTEM: MONTEREY AND TORO 501$I19- 91 86 RAPID RECTANGULAR LS 1 ----------- FLAHSING BEACONS (RRFB) SYSTEM: MONTEREY AND PEPPER SO S'IS- Sb1$IS- 92 77 CONNECT TO € SD CULVERT EA 4 _ 93 77 CONNECT TO € DRAINAGE EA 1 STRUCTURE ) - 94 77 REPAIR BOX CULVERT EA 4 PENETRATION PER DETAIL A, SHEET C8 IS 95 15 REMOVE € STORM DRAIN LF 394 PIPE/CONCRETE BOX DRAIN - - 96 15 REMOVE € STORM DRAIN EA 4 MANHOLE- 97 15 REMOVE € DRAINAGE INLET EA 10 BID FORMS BID FORMS Item Item Unit of Estimated Item Price Total No. SS(l) Description Measure LF Quantity (in figures) (in figures) 98 77 INSTALL (N) 12" PVC (SDR 35) 152 STORM DRAIN PIPE - 99 77 INSTALL (N) 12" DIP STORM LF 107 DRAIN PIPE 100 77 INSTALL (N) 18" HDPE STORM LF 140 DRAIN PIPE- 101 77 INSTALL (N) 24" HDPE STORM LF 50 DRAIN PIPE - 102 77 INSTALL (N) 24" X 6" LF 20 CONCRETE BOX q Vo- 103 77 INSTALL (N) CATCH BASIN EA 3 PER ENG. STD. 3350 104 77 INSTALL (N) CATCH BASIN EA 5 PER ENG. STD. 3355 -23 V6-1 ►q�335' 105 77 INSTALL (N) CATCH BASIN EA 1 PER ENG. STD. 3360 - 106 77 INSTALL (N) CATCH BASIN EA 1 PER CALTRANS STD. D72E (TYPE GO) REPLACE DRAINAGE GRATES IS 50 - 107 77 EA 2 _ 108 77 INSTALL (N) STORM DRAIN EA 2 MANHOLE PER ENG. STD. 3520 4,�Sr5- ►4 37G- 109 77 INSTALL (N) STORM DRAIN EA 1 MANHOLE PER ENG. STD. 3530 15S 1- 110 77 RELOCATE € FIRE HYDRANT EA 1 111 77 ADJUST FIRE HYDRANT TO EA 2 PROVIDE PROPER CLEARANCE PER ENG. STD. 6310- 112 77 BYPASS PUMPING LS 1 -------------- 113 77 REMOVE EXISTING LF 248 SEWERLINE AND INSTALL NEW 8" HDPE SEWERLINE BY OPEN TRENCHING 114 77 REMOVE EXISTING AND EA 1 INSTALL NEW CLEANOUT ? - 115 77 CONNECT EXISTING SEWER EA 5 LATERAL TO SEWER MAIN- 116 77 CONNECT TO EXISTING EA 1 SEWER MANHOLE 3xv- - 117* 73 ADDITIONAL SIDEWALK SQFT 900 ALLOWANCE ILA- la- 118* 73 ADDITIONAL CURB AND LF 360 GUTTER ALLOWANCE IOCa- �lap- 119* 73 ADDITIONAL MISSION STYLE SQFT 300 SIDEWALK ALLOWANCE O- - 120* 73 ADDITIONAL DRIVEWAY SQFT 300 ALLOWANCE - 1 - 121 84 REPLACE LOOP DETECTORS EA 1 3 - BID FORMS BID FORMS Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 122 86 PEDESTRIAN PUSH BUTTON LS 1 ------------ ASSEMBLY (CALIFORNIA AND MILL) 90 - 123* 77 WATER SERVICE REPAIR EA 5 ALLOWANCE I,u53- Base Bid $ S� �08�9ba • SO ADDITIVE ALTERNATIVE A BID ITEMS 124 30 COLD PLANE (12.5") SQYD 6,826 125 39 3/< MIX HOT MIX ASPHALT TON 3,840 - S _ 126 39 '/ MIX HMA SURFACE TON 1,222 COURSE - S - 127 39 318 MIX LEVELING COURSE TON 112 128 15 MILL AC SQYD 2,659 129 39,96 PAVING GRID SQYD 2,659 sc sr TO 130 37 FOG SEAL SQFT 25,417 • 7 5M3 • ND 131 73 TRAFFIC CONTROL PLAN AND LS 1 ------------- IMPLEMENTATION 132 12 TEMPORARY STRIPING AND LS 1 -------- PAVEMENT MARKINGS a,aoo- 133 73 WHITE/YELLOW PAVEMENT SQFT 487 MARKINGS/LEGENDS (ARROWS, WORDS, SYMBOLS, ETC.) II- S 3 - 134 GREEN BIKE LANE MARKINGS LF 93 CASE 1 - 6 138 135 86 GREEN BIKE LANE MARKINGS LF 496 CASE 2 qq- - 136 86 GREEN BIKE LANE MARKINGS LF 144 CASE 3 - - 137 84 12" WHITE/YELLOW LF 923 •so so 138 84 24" WHITE/YELLOW LF 473 139 84 DETAIL 22 LF 596 •Se 140 84 DETAIL 27B LF 2,569 so so 141 84 DETAIL 29 LF 313 142 84 DETAIL 32 LF 1,683 •SO '� 143 84 DETAIL 38 LF 257 So so 144 84 DETAIL 39 LF 174 So qs - 145 84 DETAIL 39A LF 100 50 - 146 84 BIKE BUFFER LF 2,767 _ p _ 147 84 BLUE/YELLOW/RED/WHITE LF 223 CURB PAINT - 44 - 148 85 BLUE HYDRANT EA 8 REFLECTORS - ENG. STD. 7920 gar I-16- BID FORMS BID FORMS Item Item Unit of Estimated I Item Price Total No. Description 15 UPGRADE/ADJUST Quantity on figures) 1 (in figures) 149 _Measure EA COMMUNICATIONS MANHOLE TO FINISHED SURFACE EA 19"I- 8 119-7- 150 15 UPGRADE/ADJUST MANHOLE OR CLEANOUT TO FINISHED 15 SURFACE UPGRADE/ADJUST WATER EA 9y0- 7,Sao- 151 11 VALVE TO FINISHED SURFACE PER ENG. STD. 6040 75(0- 8; 31 t 152 15 UPGRADE/ADJUST AND EA 1 RESET CENTERLINE MONUMENT PER ENG. STD. 9020 / 7/ -7 - 153 77 REPLACE FRAME AND COVER EA 6 PER ENG. STD. 6610 / 7 - 154 77 POTHOLING LS 1 ----- -------- �- 155 77 CONNECT TO € DRAINAGE EA 2 STRUCTURE - - 156 15 REMOVE € STORM DRAIN LF 140 PIPE/CONCRETE BOX DRAIN 157 77 INSTALL (N) 14" DIP STORM LF 140 DRAIN PIPE 40or to - 158 73 SIDEWALK (JOHNSON AND SQFT 70 ORCUTT STORM DRAIN IMPROVEMENT) 90- )AM_ 159 73 CURB AND GUTTER LF 10 (JOHNSON AND ORCUTT STORM DRAIN IMPROVEMENT) 105- /1050' 160 77 € STORM DRAIN TO BE LS 1 ------------- GROUTED SOLID WITH CLSM �01000- 10,000— (SHEET C8) Additive Alternative A $ a9 q IS to a, R O ADDITIVE ALTERNATIVE B BID ITEMS 161 15 MILL PCC PAVEMENT SQYD 5,630 162 39,96 PAVING GRID SQYD 3,910 163 39 3/8 MIX LEVELING COURSE TON 240 164 39 '/2 MIX HMA SURFACE TON 560 COURSE - q - 165 7,12 TRAFFIC CONTROL PLAN AND LS 1 ------------ IMPLEMENTATION - 166 12 TEMPORARY STRIPING AND LS 1 --- ---- PAVEMENT MARKINGS - 167 84 WHITE/YELLOW PAVEMENT SQFT 68 MARKINGS/LEGENDS (ARROWS, WORDS, SYMBOLS, ETC.) II- 14 168 84 12" WHITE/YELLOW LF 745 SC y M-1-50 169 84 24" WHITE/YELLOW LF 610 11- (.1le)- BID FORMS G BID FORMS Item Item No. Ssm Description DETAIL 22 170 84 171 84 WHITE/BLUE PARKING "L" OR "T„ 172 84 ADA SPACE MARKING 173 82 ADA SIGN AND POST BLUE/YELLOW/RED/WHITE 174 84 CURB PAINT 175 85 BLUE HYDRANT REFLECTORS — ENG. STD. 7920 176 73 CROSS GUTTER PER ENG. STD. 4310 177 73 N CURB RAMP: SANTA ROSA AND PALM 178 73 E CURB RAMP: SANTA ROSA AND PALM 179 73 S CURB RAMP: SANTA ROSA AND PALM 180 73 W CURB RAMP: SANTA ROSA AND PALM 181* 15, CONCRETE BASE REPAIR 40.90 ALLOWANCE 182 15 UPGRADE/ADJUST MANHOLE OR CLEANOUT TO FINISHED SURFACE 183 15 UPGRADE/ADJUST WATER VALVE TO FINISHED SURFACE PER ENG. STD. 6040 184 77 REPLACE FRAME AND COVER PER ENG. STD. 6610 185 86 PEDESTRIAN PUSH BUTTON ASSEMBLY (PALM AND SANTA ROSA 186 77 ADJUST FIRE HYDRANT TO PROVIDE PROPER CLEARANCE PER ENG. STD. 6310 Unit of Measure_ I Estimated Quantity Item Price (in figures) Total (in figures) LF 295 .so -so EA 36 ss - 19 - EA 2 _ ` — EA 2 0- 0 - LF 44 EA 1 3 - SQFT 221 a3" s53 " LS 1 ---- -- 5 Q4p- LS 1 ------------ LS 1 ------------- LS 1 ----- -------- 4 - SQFT 2,540 - EA 1 EA 5 EA 1 LS 1------------- EA 1 2 Additive Alternative B to S Base Bid Total $ al Additive Alternative "A" Total $ 2qq Additive Alternative "B" Total $ U t0 Total Project Bid = (Base Bid + Add. Alternative A + Add. Alternative B) $ Company Name: Souza Engineering Contracting, Inc. dba Souza Construction • 40 (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS H BID FORMS * Bid item exempt from Section 9-1.0613 and 9-1.06C of the Standard Specifications. The unit price will not be adjusted regardless of the final bid item quantity. BID FORMS I BID FORMS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1 /2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write "NONE" and submit with bid. DIR Public % of Works Address and Phone Specific Total Name Under Which Registration Number of Office, Mill or Description of Base Subcontractor is Licensed License Number Number Shop Subcontract Bid Uc 41-5 I) E ) 73 t3 I Ot=as kci 2bn 2sb GL"-Znz-,u&k -5-4 �5 tom w^ - sqs �� L4o�Ao�-�-�a-- s ►*s s� lwooyx 3b3u0°1 I000 3� IQ-4-0'iW --A�Vf"-W 1UIry *>,J0e0 4x tt -twPc. 'i`�bk"24 10()0000}-SZ RiP� CA -\3QIb Attach additional sheets as needed. BID FORMS J BID FORMS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write "NONE" and submit with bid. DIR Public % of Works Address and Phone Specific Total Name Under Which Registration Number of Office, Mill or Description of Base Subcontractor is Licensed License Number Number Shop Subcontract Bid Attach additional sheets as needed. BID FORMS J fA FIX 3STN►►, PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has , has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes X No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is BID FORMS K BID FORMS under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes X No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes X No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BID FORMS L BID FORMS NON -COLLUSION DECLARATION Steve A. Souza declare that am president of Souza Engineering Contracting, Inc. dba Souza Construction 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 refrained 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. Executed on S 25 202, in San Luis Obispo I declare under pe ty of p rJury un is true and co (SEAL) Steve A. of the State of California that the foregoing President (Signature and Title of Declarant) Subscribed and sworn to before me this day of 120 `3& (A - Notary Public Company Name: Fype text here BID FORMS M CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 k;'???ti<•f';;4?�{v;S�)t43S@{4}44'tiY2i4};o`r3ii41;4i3+�iiGti�3+ Kif'rYiC.%t�ir'�{¢}titti};{�:i§i{4ii+n,t}iYtii;{ititi}Sti:Ajc�Y.4=iriY;t;;Yi;:iiv};�:�i�:{fii:4t:�};'.;{J+i.;hiii{Ye;vi>S}h 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 l County of J} On I a3 before me, i�(W\y\\J,) ",C �`11 l� , ,,y--U ry�\� Date ,, Here Insert Name and Title of the fficer p personally appeared \ew. SCE. 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 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. DANIELLE MCGHIE Notary Public • Catlfornla San Luis Obispo County Commission 9 2368667 *My Comm. Expires Jul 31, 2025 Place Notary Seal and/or Stamp Above 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. Signature 0 & M&__— Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: -------------------- ©2019 National Notary Association BID FORMS BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) _ I (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. 479476, A Licensed in accordance with an act providing for the registration of contractors, License No. Expiration Date 02/2&25 . The above statement is made under penalty-o rjury, and arty-bi ontaining this information "will be considered non -responsive and will be rejected" y City Signature of Bidder &; 7eA. Souza esident (Print Name and Title of Bidder) DIR— Public Works 1000007861 Registration No: Business Name (DBA): Souza Construction Owner/Legal Name: Souza Engineering Contracting, Inc Indicate One: ❑Sole -proprietor ❑ Partnership gCorporation List Partners/Corporate Officers: Steve A. Souza President Name Title Lisa Elliott Secretary Name Title Name Title Business Address P.O. Box 3810, San Luis Obispo, CA 93403 Street Address 4027 Santa Fe Road, San Luis Obispo, CA 93401 Mailing Address P.O. Box 3810 City, State, Zip Code San Luis Obipso, CA 93403 Phone Number 805-546-8288 Fax Number 805-546-8287 Email Address lisa@souzaconstructioninc.com Date S I os BID FORMS N BID FORMS QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project's Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Caltrans 05-1 F6304, Hassan Iman Telephone & Email 805-748-2342 hassan.iman@dot.ca.gov Project Name (Site Address): Construct ADA Pathways & Ra Is this similar to the project being bid or did this project include roadway construction? Yes X No ❑ Did this project include concrete construction to ADA compliance? Yes x No ❑ Was this contract for a public agency? Yes `6a' No ❑ Reference Number 2 m s, Drainage System &Si nals Describe the services provided and how this project is similar to that which is being bid: Drainage and concrete improvements, road widening and paving. Date project completed: August 2021 Customer Name & Contact Individual City of Grover Beach. Erin Wiggin Telephone & Email 805-473-4530 ewiggin@groverbeach.org Project Name (Site Address): Measure K-14 Street Rehab, 2295-13, Various streets, Grover Beach Is this similar to the project being bid Describe the services provided and how this project is similar to or did this project include roadway that which is being bid: construction activity? Yes X No 11 Did this project include concrete construction to ADA compliance? Yes X No ❑ Was this contract for a public agency? Yes v No ❑ Reference Number 3 Reconstruction of approximately 16 blocks including; road ex, base grade, HMA paving, sidewalk driveways, curb/gutter, and curb ramps. Date project completed: Customer Name & Contact Individual City of San Luis Obispo, Bobby Browning Telephone & Email 805-781-7057 bbrowning@slocity.o April 2022 Project Name (Site Address): Tank Farm Road & Orcutt Road Roundabout. Tank Farm Rd. San Luis Obispo Is this similar to the project being bid Describe the services provided and how this project is similar to or did this project include roadway that which is being bid: construction activity Construct roundabout including: basin construction, Yes X No ❑ culvert motification, roadway excavation, and paving Did project include concrete sidewalk, drainage improvements, lighting, and construction to ADA compliance landscape Yes ❑ No Date ro'ect completed: October 2022 BID FORMS 0 Was this contract for a public agency? Yes X No ❑ BID FORMS BID FORMS BID FORMS ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: Souza That we Engineering Contracting, Inc. dba Souza Construction AS PRINCIPAL, and Everest Reinsurance Company , AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ten percent of the amount bid ---------------------------------------------- Dollars ( 10% --------------- ) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden Souza Engineering Contracting, Inc. dba Souza Construction to construct Arterials 2023, Specification 2001001-1 (insert name of street and limits to be improved or project) dated 121o'03 is accepted by the City of San Luis Obispo, and if the above bounden Souza Engineering Contracting, Inc. dba Souza Construction I his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, Souza Engineering Contracting, Inc. dba Souza Construction has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNE§ WHEREOF, we hereunto set our hands and seals this 18th day of May 2023 BidderPrincipali Souza Euaineerine Contractine. Inc. dba Souza Construction S Surety: Evereinsurance Company Charles M. Griswold, Attorney -In -Fact Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) BID FORMS Q CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 Santa Clara On May 18, 2023 Date personally appeared before me, Charles M. Griswold P. K. Sirnicich, Notary Public Here Insert Name and Title of the Officer 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 executed the same in his/her/their authorized capacity(es), 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. P. K. SIMICICH Notary Public . California `.� Santa Clara County Commission 0 2302862 My Comm, Expires Sep 21, 2023 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my nd official se Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: _. ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: _ .,C.�.T.�%C:.G,v�)ic'L'v4�%G�%4.��:i.�.%Liw�ur-�.t%C.�.�r�_.•„—.���i.�vay.?=c:�a!�G rCtir•.;f.�.�.G�SrT�..�T✓�T�.��� 02014 National Notary Association • www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 '" h, everest POWER OF ATTORNEY EVEREST REINSURANCE COMPANY KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware ("Company") having its principal office located at Warren Corporate Center, 100 Everest Way, Warren, New Jersey, 07059, do hereby nominate, constitute, and appoint: Vincent M. Scolad, Patricia K. Simicich, Wendy R. Pastors, David J. Bachan, Charles M. Griswold, Steven M. Duke, Yesenia Rivera its true and lawful Attomey(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed UNLIMITED, reserving for itself the full power of substitution and revocation. Such bonds and undertakings, when duly executed by the aforesaid Attorney(s)-in-fact shall be binding upon the Company as fully and to the same extent as H such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company ("Board") on April 21, 2016: RESOLVED, that the President any Executive Vice President, and any Senior Vice President are hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co -surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co -surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President and any Senior Vice President are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co -surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co -surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 15"' day of February 2023. Everest Reinsurance Company By: Anthony Romano, Senior Vice President On this 16", day of February 2023, before me personally came Anthony Romano, known to me, who, being duly sworn, did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto; and that he executed said instrument by like order. LINDA ROBINS Notary ter State New York Noo OI 01R062J8736 Qualified In Queens County V Terre Expires April 25, 2027 Linda Robins, Notary Public I, Nicole Chase, Assistant Secretary of Everest Reinsurance Company do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporation as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATION, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, this 18th day of May —_202 3. e cP"°°R° 3 SEAL I reri ju u� 4IAW le • By: Nicole Chase, Assistant Secretary ES 00 01 04 16