TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON

Similar documents
DEPARTMENT OF PUBLIC WORKS BID FORMS FOR

PUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

PUBLIC WORKS DEPARTMENT

Attachment C Federal Clauses & Certifications

DESIGN - BUILD PROPOSAL OF

DOCUMENT INSTRUCTIONS TO BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

Subcontract Checklist

Required Federal Forms

Instructions to Bidders Page 1 of 8

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

LEGAL NOTICE - ADVERTISEMENT FOR BID

Proposal for Bidding Purposes

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/

TOM GREEN COUNTY BAIL BOND CORPORATE SURETY LICENSE APPLICATION

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K>

NEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

CITY OF PLACERVILLE ENGINEERING DIVISION NOTICE TO BIDDERS, CONTRACT AND PROPOSAL

Sunnyside Valley Irrigation District

Notice to Interested Parties

ADVERTISEMENT FOR BID Section Page 1 of 6

Notice to Interested Parties

BROCKTON AREA TRANSIT AUTHORITY

Bid & Contract Provisions CDBG/HOME Guidebook

CITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM

CUPCCAA Project Packet. 825 Shotwell Street. San Francisco, CA Bid Date:02/09/2016

WESTERN NATIONAL MUTUAL INSURANCE COMPANY (WNMIC) Sub-Contractors and/or Material Supplier Questionnaire

CITY OF WINSTON-SALEM FORSYTH COUNTY, NORTH CAROLINA

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

SECTION INSTRUCTIONS TO BIDDERS

00400 BID FORMS AND SUPPLEMENTS

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

NOW, THEREFORE, THE BOARD OF COMMISSIONER FOR THE COUNTY OF ALAMANCE DOTH ORDAIN: SECTION A: INTENT

McCRACKEN COUNTY BOARD OF EDUCATION

Request for Bids (RFB) UTILITY RELOCATION PROJECT RFB C2001

VIRGINIA DEPARTMENT OF TRANSPORTATION U.S. ROUTE 460 CORRIDOR IMPROVEMENTS PROJECT ATTACHMENT G DETAILED PROPOSAL FORMS

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL

Notice to Interested Parties

CITY OF WINSTON-SALEM FORSYTH COUNTY, NORTH CAROLINA REQUEST FOR LETTERS OF INTEREST/STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

BID ON ALUMINUM SULFATE

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

1993 Specifications CSJ SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

Notice to Interested Parties

6. Bidder - Any person, firm, partnership, corporation, association, or joint venture bidding on a public contract or subcontract.

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR SHERMAN INDEPENDENT SCHOOL DISTRICT

BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)

070 KA KA CONTRACT PROPOSAL. DOT Form No. 202 Rev. 02/19

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

WESTERN NATIONAL MUTUAL INSURANCE COMPANY (WNMIC) General / Prime Contractor Questionnaire Bond #

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

ROCK SALT FOR ICE CONTROL

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned)

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

INVITATION TO BID INSTRUCTIONS TO BIDDERS

Notice to Interested Parties

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS

Tulsa Community College

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

4. Public Entity means State and all public subdivisions and local government units. 5. Owner Cape Fear Public Utility Authority.

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

Hood County Bail Bond Board

***FOR BACKGROUND CHECK ONLY***

ATTACHMENT U.3. Representations, Certifications and Other Statements of Offerors/Bidders

Butte School District #1 Request for Proposal (RFP)

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

INSTRUCTIONS TO BIDDERS Medical Center

Notice to Interested Parties

1995 Metric For Routine Maintenance Contracts Only SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

D R A F T - 10/08/09

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District

Request for Proposal 2019 Calendar Year

Transcription:

TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO. 10-12 FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON Did you complete and properly sign: This Bidders Checklist and all forms provided in the following Bid for Public Work section? List of Subcontractors? Check list of Debarred Subcontractors (Labor Code Section 1777.1)? http://www.dir.ca.gov/dlse/debar.html Sign and notarize by jurat certificate the Non-Collusion Affidavit form (Exhibit 12-E, Attachment D)? Equal Employment Opportunity Certification (Exhibit 12-E, Attachment C)? Certification of Attempts to Recruit Minority and Women Employees (EEO-1B)? Title VI Violation Self-Certification? Public Contract Code (Section 10285.1, Section 10162, Section 10232)? Debarment and Suspension Certification (Exhibit 12-E, Attachment E)? Non-lobbying Certification for Federal-Aid Contracts (Exhibit 12-E, Attachment F)? Disclosure of Lobbying Activities (SF-LLL) (Exhibit 12-E, Attachment G)? Include DBE Forms: DBE Certification Statement (DBE-1A) (All Bidders: Due with Bid.) Company Workforce Report (DBE-1B) (All Bidders: Due with Bid.) Bidders List of Subcontractors (Exhibit 12-G) (All Bidders: Due with Bid.) Bidder DBE Commitment (Construction Contracts - Exhibit 15-G) (1st, 2nd, & 3rd lowest bidders: Due to City within 4 business days.) DBE Information Good Faith Efforts (Exhibit 15-H) (1st, 2nd, & 3rd lowest bidders: Due to City within 4 business days.) Final Report-Utilization of Disadvantaged Business Enterprises (DBE) (Exhibit 17-F) (Due at End of Project) Disadvantaged Business Enterprises (DBE) Certification Status Change (Exhibit 17-O) (Due at End of Project)

General: Read and understand U.S. Department of Transportation Federal Highway Administration FHWA-1273, Required Contract Provisions Federal-Aid Construction Contracts? http://www.fhwa.dot.gov/programadmin/contracts/1273/1273.pdf Advise all subcontractors of prevailing wage rate requirements. Check http://www.wdol.gov/dba.aspx#3 website for any revisions to the applicable federal wage rates up to ten days prior to bid opening date. Federal wage rates will be physically included as part of the final contract documents. Construction & Demolition Recycling Plan forms: See Instructions to Bidders: SECTION 24: CONSTRUCTION & DEMOLITION DEBRIS for directions and locations of forms. Include your 10% bidder s security (bidder s bond, certified or cashier s check). Review all Questions/Answers/Clarifications on the City web site at http://www.stocktongov.com/business/bidflash.cfm prior to submitting your bid. Submit company name and contact information to Nancy Arbios at (209) 937-8114 or email at nancy.arbios@stocktongov.com Attend Job Walk, if mandatory None Attend Mandatory Pre-Bid Meeting: Februrary 28, 2013, 9:00 a.m., City Hall Council Chambers- 425 N. El Dorado Street, Stockton, CA 95202 Submit one (1) Original of all bid documents. Deliver the sealed bid proposal to City Hall, City Clerks Office (1st floor), 425 N. El Dorado Street, Stockton, CA 95202 not later than Thursday, March 14, 2013, 2:00 p.m. Sealed bid shall be marked "BID" and indicate project name, number, and bid opening date. Please note that some overnight delivery services do not deliver directly to the City Clerk's Office. This could result in the bid arriving in the City Clerk's Office after the bid opening deadline and therefore not being accepted. NOTE: Bids are invalid which are unsigned or not accompanied by 10% bid deposit or a bidder s bond, signed by both the bidder and the surety. If erasures or interlineations appear on your bid form, they must be initialed by the person preparing the bid. FIRM ADDRESS CONTACT PHONE AND FAX NUMBER E-MAIL ADDRESS PRINTED NAME TITLE OR AGENCY SIGNATURE DATE

BID FOR PUBLIC WORK CITY OF STOCKTON Stockton, CA, 20 TO THE HONORABLE CITY COUNCIL OF THE CITY OF STOCKTON: Pursuant to your Notice Inviting Sealed Bids, I, we, or either of us: (State whether individual, firm, corporation, association, or co-partnership) hereby offer (and hereby promise and agree in case this bid is accepted) to furnish all labor, material, equipment and supplies necessary to complete the work mentioned in said Notice Inviting Sealed Bids in strict accordance with the plans and specifications for said work to be done and labor, materials, and equipment and supplies to be furnished, which plans and specifications are on file in the office of the City Clerk of the City of Stockton and made part hereof by reference, the same as if herein fully set out, at the following rates and prices, to-wit:

TRAFFIC SIGNAL CONTROLLER UPGRADE AND RETIMING PROJECT NO. 10-12 FEDERAL PROJECT NO. CML-5008(098) B I D D I N G S C H E D U L E Each bidder shall bid each item, including all alternate bid(s). Failure to bid an item shall be just cause for considering the bid as non-responsive. Line item costs should include all Contractor s overhead and profit and indirect costs. Bids not presented on City forms shall be cause for considering the bid as nonresponsive. Item Description Unit Quantity Unit price Total Price Upgrade existing traffic signal controller to Eagle 2070N with Sepac 3.4 and replace LS 2 1 the existing cabinet with the Type P TS2 Traffic Signal Cabinet at locations 1 and 13, reusing the existing foundation. Upgrade existing traffic signal controller to 10 2 Eagle 2070N with Sepac 3.4 at locations 2, 3, 4, 5, 7, 8. 9. 15, 16, and 18. LS Upgrade existing traffic signal controller to LS 1 3 Eagle 2070N controller with Sepac 3.4. Install Type P TS2 Traffic Signal Controller Cabinet on a raised foundation above the existing foundation at the intersection of March Lane and College Square (location 6). 4 Upgrade existing traffic signal controller to a Siemens M50 controller. Install Type M TS1 Traffic Signal Cabinet, set the new cabinet adjacent to the existing cabinet on a new foundation at the intersection of Harding Way and Center Street (location 10). LS 1 Upgrade existing traffic signal controller to a Siemens M50 controller with Sepac 3.4. Install Type M TS1 Traffic Signal Cabinet, LS 1 set the new cabinet adjacent to the existing 5 cabinet on a new foundation, install a Type III AF new service, at the intersection of Harding Way and El Dorado Street (location 11).

Item Description Unit Quantity Unit price Total Price Upgrade existing traffic signal controller to a Siemens M50 controller with Sepac 3.4. Install Type M TS1 Traffic Signal Cabinet, LS 1 set the new cabinet adjacent to the existing 6 cabinet on a new foundation, install Type III AF new service, at the intersection of Harding Way and San Joaquin Street (location 12). Upgrade existing traffic signal controller to a Eagle 2070N controller with Sepac 3.4. Install Type P TS2 Traffic Signal Controller 7 Cabinet on a raised foundation above the existing foundation at the intersection of Wilson Way and Harding Way (location 14). LS 1 Upgrade existing traffic signal controller to LS 3 8 Siemens M50 controller with Sepac 3.4 at locations 17, 19, and 20. 9 Removal and re-installing of fiber optic cable at Locations 6, 10, 11, 12, and 14 (AT&T fixed fee, the total is $30,000) LS 1 TOTAL BID BIDDER S NAME

The undersigned agrees that if this bid is accepted, he/she will contract with the City of Stockton in the form of contract attached hereto to perform all of the work in accordance with the contract and the drawings, specifications, and other documents incorporated therein; that he/she will take in full payment therefor, and for all other obligations assumed under the contract, the prices set forth in the following bid schedule except as otherwise provided in the specifications; and that he/she will execute such contract and furnish the required contract bonds in the manner and within the time provided in the bidding requirements and conditions. The undersigned further agrees that he/she has carefully examined the site of the work and the bid documents and any addenda thereto, and is fully informed of the nature and location of the work, the quantities of the work, and the conditions to be encountered in performing the work; that the only parties interested in this bid as principals are those named herein and that this bid is made without collusion with any other party; and that this bid is submitted in all respects in accordance with the bidding requirements and conditions and all other requirements of the bid documents. A bid guaranty accompanies this bid in the form of (check one of the following): Cash, or Cashier's check, or Certified check payable to City of Stockton, or Bidder's bond in favor of the City For any amount not less than ten percent (10%) of the aggregate of the bid. Also accompanying this bid are the following attachments, properly executed and signed: 1. List of Subcontractors to be Used in the Work 2. Non-Collusion Affidavit. THE CITY RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. (Firm Name) (Phone) (Tax I.D. No.) (Address) (City) (State) (Contractor) (Lic. No. & Classification) (Expiration Date)

By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Section 10162, 10232, and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). By my signature on this proposal I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the non-collusion affidavit required by Title 23 United State code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. THE REPRESENTATIONS MADE HEREIN ARE MADE UNDER PENALTY OF PERJURY (Signature) BIDDER SIGN HERE (Title) NOTE: CONTRACTOR S LICENSING LAW--In accordance with California Public Contract Code 20103.5 when federal funds are involved in local agency contracts, no bid shall be invalidated by the failure of the bidder to be licensed in California at the time of bid opening. However, at the time of award the selected contractor shall be properly licensed in accordance with the laws of the State.

LIST OF SUBCONTRACTORS GENERAL CONTRACTOR: PROJECT: PLEASE LIST BELOW ALL SUBCONTRACTORS CONTRIBUTING TO THIS WORK Each bidder shall give the name, business address, description of the work, and the dollar amount to be PAID the subcontractor, for each subcontractor that will be used on the project, if the Bidder is awarded the contract. Only subcontractors with work in excess of one-half of one percent (0.5%) or $10,000 (whichever is greater) of the Bidder's total bid need to be listed. All work in excess of one-half of one percent (0.5%) or $10,000 (whichever is greater) of the Bidder's total bid, for which a subcontractor is not listed on this form, shall be performed by the Bidder's own organization. Additional numbered pages listing proposed subcontractors may be attached to this page. Each page shall be headed "Proposed Subcontractors" and shall be signed by the Bidder. (MUST PRINT LEGIBLY OR TYPE) BUSINESS ADDRESS NAME (CITY) TYPE OF WORK AMOUNT (SIGNATURE OF BIDDER) BIDDER SIGN HERE

Certification of Attempts to Recruit Minority and Women Employees (FORM EEO-1B) To ensure compliance with City of Stockton s Equal Employment Opportunity Plan, it is the City s policy that all contractors bidding on federal-aid projects complete and return the following information: I,, representing, (Print/Type Company Official Name) (Print/Type Company Name) am knowledgeable of the City of Stockton's Equal Employment Opportunity goals and I have thoroughly reviewed and complied with provisions of City of Stockton bid requirements and I certify that: Yes No When recruiting for vacancies this firm conducts mailings to specific outreach agencies and interest groups concerned with minority and women employment. Yes No This company has an Equal Employment Opportunity policy and all employees and applicants for employment receive equal consideration and treatment. Yes No This company understands the legal and moral commitment of complying with federal and state legislation promoting equal employment opportunities and is committed to promoting equal opportunity in its work force. The City of Stockton reserves the right to require additional information from the bidding contractor at any time. Signature of Company Official Date Print/Type Name of Company Official Title

TITLE VI VIOLATION SELF-CERTIFICATION We, the undersigned, self-certify that pursuant to Federal Code of Regulations (CFR), 23 CFR 200.9, 633 and 49 CFR 21.7, we do not have any unresolved violations under Title VI of the Civil Rights Act of 1964 and related statutes, including Americans with Disabilities Act (ADA). In addition, we acknowledge that an unresolved Title VI violation will disqualify us for consideration as a bidder for the subject project. CONTRACTOR: BY: DATE: TITLE

PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance 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 has, has not 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 Proposal. Signing this Proposal on the signature portion thereof shall also 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 conformance with Public Contract Code Section 10162, the Bidder shall 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, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following space.

Public Contract Code 10232 Statement In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

DBE Certification Statement (FORM DBE-1A) The Respondent to a City of Stockton Competitive Bid or Request for Proposal hereby certifies: 1. That it shall demonstrate compliance with the requirements established in the City of Stockton s DBE Program. 2. That it fully understands that the provisions contained in the City s DBE Program shall be considered a part of its contractual agreement with the City in the event of award of contract. 3. That it is in compliance with all Executive Orders and all Federal, State and local laws regarding fair employment practices and nondiscrimination in employment. Stockton Municipal Code Chapter 3.72 (Non-discrimination and Affirmative Action Programs for Performance of City Contracts) shall apply. 4. That it will continue to make good faith efforts to hire women and minorities of those races and in those trades that are substantially under-represented in the company workforce. Signature of Company Official Print/Type Name of Company Official Date Title Company Name Address Telephone ( ) County Project Name Yes No Is your company a certified Disadvantaged Business Enterprise? If yes: Certifying Agency Certification Number Qualify as DBE? Yes No * * * * * * * * * * * * * * * * * * * * * * * * for office use only * * * * * * * * * * * * * * * * * * * * * * * * * Verified by Date

Company Workforce Report (FORM DBE-1B) Company Name: Project Name: (Indicate the current ethnic make-up of your permanent office and field personnel.) JOB CATEGORIES TOTAL EMPLOYEES LATINO/ HISPANIC AFRICAN AMERICAN ASIAN PACIFIC ISL. NATIVE AMERICAN ASIAN SUB- CONTINENT WHITE OTHER M F M F M F M F M F M F M F 1. Officials & Managers 2. Professionals 3. Clerical & Office 4. Field Supervisor 5. Skilled Specific Trade a. b. c. 6. Unskilled Specific Trade a. b. c. 7. TOTAL Items 1-6 TABLE A: For Official Use Only Female (A) Hispanic (B) African American (C) Asian Pacific Isl. (D) Native American (E) Asian Subcontinent (F) White (G) Other Total (A-G) Organization Personnel % Total Personnel Note: All firms doing business with the City of Stockton must provide the workforce ethnicity information requested on this form. Failure to do so will result in bid or RFP rejection for non-responsiveness.

EXHIBIT 15-G Local Agency Bidder DBE Commitment (Construction Contracts) Obtain most current form for the New Race Conscious DBE Program from the Caltrans website: (http://www.dot.ca.gov/hq/localprograms/lam/forms/lapmforms.htm)

EXHIBIT 15-H DBE Information Good Faith Efforts Obtain most current form for the New Race Conscious DBE Program from the Caltrans website: (http://www.dot.ca.gov/hq/localprograms/lam/forms/lapmforms.htm)

EXHIBIT 12-G Bidder s List of Subcontractors (DBE and Non-DBE) Part 1 Obtain most current form from the Caltrans website: (http://www.dot.ca.gov/hq/localprograms/lam/forms/lapmforms.htm)

EXHIBIT 17-F Final Report-Utilization of Disadvantaged Business Enterprises (DBE) First Tier Subcontractors Obtain most current form for the New Race Conscious DBE Program from the Caltrans website: (http://www.dot.ca.gov/hq/localprograms/lam/forms/lapmforms.htm)

EXHIBIT 17-O Disadvantaged Business Enterprises (DBE) Certification Status Change Obtain most current form from the Caltrans website: (http://www.dot.ca.gov/hq/localprograms/lam/forms/lapmforms.htm)