Loading...
HomeMy WebLinkAbout2015-05-26 - AGENDA REPORTS - OVERLAY/SLURRY PROJ M0102 OVER (2)0 Agenda Item: 4 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: DATE: May 26, 2015 SUBJECT: 2014-15 ANNUAL OVERLAY AND SLURRY SEAL PROGRAM, PROJECT M0102 - AWARD CONSTRUCTION CONTRACT FOR THE OVERLAY PORTION DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the overlay portion of the 2014-15 Annual Overlay and Slurry Seal Program, Project M0102. 2. Award the construction contract to Sully -Miller Contracting Company in the amount of $5,562,500 and authorize a contingency in the amount of $1,687,500, for a total contract amount not to exceed $7,250,000. 3. Authorize an expenditure in the amount of $401,464 to Twining, Inc., for a professional services contract to provide for project inspection and materials testing. 4. Authorize an increased expenditure in the amount of $50,000 to the existing professional services contract with Pavement Engineering, Inc., for construction management support and project design support services during construction. 5. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Annual Overlay project is an integral part of the City of Santa Clarita's (City) pavement management program. Each year, streets are evaluated and identified for the need of pavement preservation and rehabilitation treatments. The 2014-15 project will resurface streets in various areas of the City (see attached project street list). This treatment will provide a smoother ride for Page I Packet Pg. 41 0 vehicles, enhance the appearance of the roadway and surrounding area, and extend the life of the roadway for a minimum of 15 years. This year's project is expected to begin construction in June 2015 and be completed by the end of August 2015. An invitation to bid was prepared, published three times (March 14, March 15, and March 18, 2015), and posted on the City's website. Plans and specifications were also sent to area plan rooms. Bids were submitted to the City and opened by Purchasing on April 15, 2015. The results of the bids are shown below: Company Sully -Miller Contracting Company Palp, Inc., DBA Excel Paving Company Toro Enterprises, Inc. C.A. Rasmussen, Inc. Security Paving Company, Inc. All American Asphalt Granite Construction Company Location Bid Amount Brea, CA $5,562,500.00 Long Beach, CA $5,598,761.25 Oxnard, CA $5,598,806.32 Santa Clarita, CA $5,618,492.52 Sylmar, CA $5,735,610.93 Corona, CA $5,968,000.00 Lancaster, CA $6,964,320.00 Staff recommends awarding the construction contract to the lowest responsive bidder, Sully - Miller Contracting Company, who possesses a state contractor license and is in good standing with the State Contractors Board. The bid from Sully -Miller Contracting Company was reviewed for accuracy and conformance to the contract documents and found to be complete. The construction contingency requested will cover the cost for unforeseen site conditions, such as potential utility conflicts, abandoned utilities not shown in record drawings, change order requests made by the contractor, and change orders for additional street resurfacing ordered by the City. Due to the bids being lower than the engineer's estimate, the project will be reviewed during construction to evaluate potential additional work. To ensure efficient and proper procedures in construction inspection and materials testing; costs for these services were anticipated and identified in the original budget, and a request for proposal (RFP) was sent to five qualified engineering firms. The RFP asked firms to identify their relevant experience in similar projects and demonstrate their approach to this project. The City received proposals from four firms by April 15, 2015. City Staff reviewed the proposals and based on their evaluations scored the firms on a scale of 100 possible points. Rank Company Score Location Proposal Amount I Twining, Inc. 93 Ventura, CA $40t,464.00 2 NV5 West, Inc. 92.5 Ventura, CA $388,062.00 3 Pavement Engineering, Inc. 92 San Luis Obispo, CA $381,361.00 4 California Testing Inspection 61.75 Los Angeles, CA $395,920.00 The scoring system was based on the following: recent experience in similar projects, qualification of team and resources, understanding of key development items, quality of proposal and proposed services in relation to the projects scope, scheduling and availability, and references. Based on the City's evaluation process, staff recommends awarding the construction Page 2 Packet Pg. 42 inspection and materials testing services contract to Twining, Inc., in an amount not to exceed $401,464. Twining's proposal rating is a reflection of their experience with similar projects within the City and due diligence during the preparation of their proposal. California Government Code 4526 prescribes selection of architectural and engineering services to be based on demonstrated competence and professional qualification necessary for the satisfactory performance of the services required and does not authorize the selection of professional architectural and engineering services based on cost. To provide continuity of services through the construction phase of this project, staff recommends retaining the design consultant, Pavement Engineering, Inc., in the amount of $50,000, for professional services to provide project design support during construction. Additional budgeted funds of $485,000 will be utilized for survey, construction management, labor compliance, staff oversight, and miscellaneous project administration costs. Overlay and Slurry Seal Program cost breakdown: Overlay Portion $8,186,464.00 Slurry Seal Portion (To be awarded under separate agenda report) $1,540,357.00 Total Awarded $9.726,821.00 While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In this type of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsible bidder. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Funding for the 2014-15 Overlay and Slurry Seal Program was appropriated via the Fiscal Year 2014-1.5 budget process. Adequate funds exist in expenditure accounts M0102230-5 161.001 (Gas Tax), M0102233-5161.001 (Transportation Development Act, Article 8), and M0102264- 5161.001 (Measure R Local Return) to award both the overlay contract in an amount not to exceed $7,250,000, including contingency, and the slurry seal contract, which is being awarded via a separate agenda report. Appropriated funds will provide for all anticipated project costs. ATTACHMENTS Project Street List Contract for Sully -Miller Contracting Company (available in the City Clerk's Reading File) Page 3 Packet Pg. 43 4:a Pavement Engineering Inc. You can ride on our reputation City of Santa Clarita 2014-2015 Annual Overlay Project, M0102A PEI Project No. 140223-01 2/24/2015 PROJECT STREET LIST �rBase ^B-iiddf Arte' rials 1 Street Name Begin Location End Location Bouquet Caryon Road Alamogordo Road (Centurion Way Newhall Avenue Pine Street Sierra Highway LSoledad Canyon Road ILangside Avenue Bridge W/O Camp Plenty NEIGHBORHOODS 1 Street Name Rnnin 1 .-n .m -e MACKLIN AV SOUTH END FAIRGLADE ST ALDER PEAK CANVAS ST WINTERDALE DR CANVAS ST WINTERDALE DR (ALDER PEAK GOODVALE RD WINTERDALE DR IKENROY AVE LAKECREST AV GOODVALE RD NORTH END MACKLIN AV FAIRGLADE ST INEARVIEW DR NEARVIEW DR WINTERDALE DRMACKLIN AV SHADYVIEW DR WINTERDALE DR NORTH END TIARA CT SHADYVIEW DR I NORTH END WINTERDALE DR NEARVIEW DR ISHADYVIEW DR NORTH WINTERDALE DR BAINBURY ST (ALDER PEAK FAI RGLADE ST �KENROY AV MACKLIN AV KENROY AV SOLEDAD CANYON RD I NORTH END Street Name Rani. I —rinn 13TH ST RAILROAD AVARCH ST ADEN AV OLD ADEN AV S END ARCH ST 12TH ST 113TH ST CLEARDALE STREET QUIGLEY CANYON OF PAVEMENT MEADVIEW AV PLACERITA CANYON RD TEND OAK ORCHARD RD PLACERITA CANYON RD 12TH ST (CAST AV PLACERITOS BL 12TH ST (EAST END QUIGLEY CANYON RDI PLACERITOS BL ICLEARDALE ST Page 1 of 3 Packet Pg. 44 i Q K (D O IX a. J Q W y } lY K 7 J N 0 Z Q Y Q J LU W O J Q z 2 2 Q N r a 0 N n N N J d to u W �O a c d E t U Q F -S7 4.a Pavement Engineering Inc. / U You can ride on our reputation Street Name Be in Location End Location BEN CT WEST END CANTERWOOD DR BENZ RD I CANTERWOOD DR COPPER HILL DR CALWOOD ST I WEST END ALAMINOS DR CANTERWOOD DR (BENZ RD 1465 NORTH OF BENZ RD CONTESSA AV FRANWOOD DR CANTERWOOD DR DAN CT BENZ RD EAST END FRANWOOD DR 0276 FT WEST OF MIST CT ALAMINOS DR JENNY CT I WEST END ALAMINOS DR MISTCT IFRANWOOD DR NORTH END NEWBIRD DR SHINE DR CALWOOD ST OAKLAR DR SHINE DR CALWOOD ST RAY CT I SOUTH END DAN CT SHELTER COVE DR ISHINE DR CALWOOD ST SHINE DR IWESTEND ALAMINOS DR Street Name a....:.. 1 ......�:.... ACACIA CT ISOUTH END ISTARTREE LN ASH CT DEODAR PL EAST END ASPEN CT SOUTH END STARTREE LN AVOCADO PL SOUTH END TAMARACK LN BANYAN PL WEST END SECO CANYON RD BOXWOOD LN STARTREE LN SECO CANYON RD CITRUS PL (NORTH END TAMARACK LN DEODAR PL (BOXWOOD PL NORTH END FIR CT (STARTREE LN NORTH END GUMTREE PL SECO CANYON RD NORTH END MAGNOLIA WY I BOXWOOD LN (TAMARACK LN RAINTREE LN ITAMARACK LNSTARTREE LN STARTREE LN TAMARACK LN RAINTREE LN SUGAR PINE WY ITAMARACK LN WHITE PINE PL TAMARACK LN ISECO CANYON RD NORTH END WHITE PINE PL WEST END JAVOCADO PL StrPPh Name e.._:.. 1 BIRCH GLEN CR ISEQUOIA GLEN DR IEAST END_ CYPRESS RIDGE CR SEQUOIA GLEN DR IWEST END MAGNOLIA GLEN DR SEQUOIA GLEN DR SYCAMORE CREEK OR MAPLE RIDGE CR SOUTH END SEQUOIA GLEN DR WILLOW VIEW CR I SEQUOIA GLEN DR EAST END SEQUOIA GLEN DR CALVELLO DR PAMPLICO CR Street StrPPt NaTP CHESTNUT ST (LYONS AV INEWHALL AV 6TH ST INEWHALL AV RAILROAD AV 9TH ST (MAIN STREET INEWHALL AV WALNUT ST LYONS AV NEWHALL AV MAIN ST 16TH ST IROUNDABOUT Page 2 of 3 Packet Pg. 45 6/-3 4.a Pavement Engineering Inc. L/ You can ride on our reputation Add Alternates V24S Street Name Street Name Beam Location End Location IMARKETST NEWHALLAV ICROSS ST Name End Location Page 3 of - Packet Pg. 46 Begin Location End Location MILL VALLEY RD (ORCHARD VILLAGE RD EAST END VIA AVANT IAVENIDA FRASCA N END VIA CLASICO AVENIDA FRASCA JEND VIA DELFINA JAVENIDA FRASCA JN END VIA RANA JAVENIDA FRASCA IN END Street Name Beam Location End Location IMARKETST NEWHALLAV ICROSS ST Name End Location Page 3 of - Packet Pg. 46 CAPITAL IMPROVEMENT PROJECT AGREEMENT 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M01 02A This AGREEMENT is made and entered into for the above -stated project this day of 20_, BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, and SULLY -MILLER CONTRACTING COMPANY as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I That contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings, appendices, and City's Labor Compliance Program; together with this AGREEMENT and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said AGREEMENT documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above - stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. Revised 1/2012 Page I of ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VII Nature of Relationship CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations Revised 1/2012 Page 2 of 7 and policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not be responsible for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. ARTICLE VIII CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the AGREEMENT and any extension thereof in the amount indicated above or the following minimum limits: A combined single limit liability policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. Revised 1/2012 Page 3 of 7 Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement. City may obtain coverage at CONTARCTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this agreement, City may cancel the Agreement immediately with no penalty. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, inure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Revised 1/2012 Page 4 of 7 ARTICLE IX Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD) of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. ARTICLE X Term This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless sooner terminated. Modification/Termination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Severability In the event that any one or more of the provisions contained in this AGREEMENT shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be construed as if such unenforceable provisions are not a part hereof. Governing Law Revised 1/2012 Page 5 of 7 This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Compliance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local government, including City's Labor Compliance Program. CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES Requirements shall result in project delays through City issued Stop Work Notices and/or fines levied against the CONTRACTOR. Prevailing Wages If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CIfY's Engineering Division or the website for State of California prevailing wage determination at www.dir.ca.goV/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Revised 1/2012 Page 6 of 7 Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this AGREEMENT to be executed in duplicate by setting hereunto their names and titles this day of 20_. CONTRACTOR: CONTRACTOR Name: Address: Phone & Fax No. ALL SIGNATURES MUST BE Signed By: WITNESSED BY NOTARY CITY: Attest: Approved as to Form: Print Name & Title: CONTRACTOR's License No. Class Mayor/City Manager of the City of Santa Clarita City Clerk of the City of Santa Clarita City Attorney of the City of Santa Clarita Date: Date: Date: Revised 1/2012 Page 7 of 7 SECTION C: PROPOSAL FOR 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M0102 A City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCYs NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and inckfentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal Is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a'contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantifies of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidders default in executing the required contract and filing the necessary bonds and Insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. Company Name: Sully -Miller Contracting Company m Company Address: 135 S. State College Blvd., Suite #400 Brea, CA 92821 By: Dennie Gancpn Print Name Title:[Y _ Signature: `a Date: 04/15/15 C-1 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 Oranfle ) On April 15 2015 before me, Maria L. Ruiz, Notary Public Date Here Insert Name and Title of the Officer personally appeared Dennis Gansen Name(s) of Signers) 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/herAheir 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. MARIA L. RUIZ Commission x 2003065 WITNESS my hand and official seal. zst y Notary Public - California v Los Angeles County pp _ Me Comm Fxpires Jan 5, 2017 Slgn Signature of otary Pub 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 Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Dennis Gansen Signer's Name: Ud Corporate Officer — Title(s): Acc'eranr Serxnta ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual 1-1 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee L] Guardian or Conservator C7 Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sullv-Miller Contractina Co. 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 BID SCHEDULE 2014-15 ANNUAL OVERLAY PROJECT Bid No. ENG-14-15-M0102A Project No. M0102A BIDDER: Sully -Miller Contracting Company BASE BID — VARIOUS STREETS ITEM BID ITEMS TOTAL UNIT PAY UNIT "TOTAL NO. QNTY REF. PRICE COST 1 Mobilization, Bonds & Insurance 1 LS F2-1 y7 y3G, 05' 2 Traffic Control 1 LS F2-2.7 Sia. 3 Storm Water Pollution Control Pro ram 1 LS E7-8.6.4 4 SCRRA Fla in - Allowance War Da 10 EA F2-20.2 $1.800.00 $18.000.00 5 SCRRA Form No 5 - Allowance 1 LS F2-21 $2,500-00 $2,500.00 6 AC C2 PG 64-10 5,513 TN F2-5.43%12,?(-./ 7 AC D2 PG 64-10 2.289 TN F2-5.4 7' 0 . � 8 Thin Maintenance OverlayMO 12.142 TN F2-6.4 1102— f 35 6 �o. 9 ARHM GG -D PG 64-16 14.294 TN F2-7.4 m 10 Cold Plane t-112"AC 209,127 SF F2-8.6 6.5 0.�° 11 Cold Plane 5-1/2" AC 263,067 SF F2-8.6 .�O-S ho 9 .� r S 12 Cold Plane 5-3/4" AC 23.204 SF F2-8.6 / S�✓'. 13 KeycutA1 (5 ft) 61,328 LF F2-8.6 73 59.3.E 14 Keycut A2 12 ft 12 442 LF F2-8.6 6� 3a 3Y9. 15 Keycut A3 6 ft 36,505 LF F2-8.6 16 Keycut 131 (Oft) 1,366 LF F2-8.8 17 Ke ut B2 15 ft 1.453 LF F2-8.6 18 Keycut B3 35 ft 405 LF F2-8.6 C -2a BASE BID -VARIOUS STREETS ITEM BID ITEMS TOTAL UNIT PAY UNIT 'TOTAL NO. ONTY REF. PRICE COST 19 DI out or Remove & Replace 4" AC 42-102-4 SF F2-10.4 '� id $ . 20 Di out or Remove & Re lace 6" AC 42.609 SF 172-104 y S� ! 9/ 7 yo • S� Remove Tree Roots Below AC/PCC 70 G a 21 Repairs 388 SF F2-13.3 �• 22 Shoulder Backing 965 LF F2-14.4 oi• a/9 So 23 Lower Manhole Covers 85 FA 172-16.3 SSS, 30 /;?s. 24 Lower Water / Gas Valve Covers 111 FA F2-16.3 3 13 3a? 25 Lower Utility Cover / Vault / Well 2 FA F2-16.3 300. 60 Lower Water Vault Cover / Mode / CP Test 26 Cover 1 FA F2-16.3 300• 30�' 27 Lower Survey Monument Cover 4 FA F2-16.3 3 m. J ao0 . 28 Adjust Manhole Covers to Finish Grade 276 FA F2-16.3 SSS. •� 9 98D• ,- Adjust Utility Cover / Vault! Well to Finish 29 Grade 8 FA F2-16.3 Adjust Water Vault Cover / Anode / CP Test 30 Cover to Finish Grade 6 EA F2-16.3 39-D, F0. 31 Ad ust Gas Valve Cover Finish Grade 15 EA 172-16.3 300 i S� Adjust Survey Monument Cover to Finish 32 Grade 4 FA F2-16.3 33 Remove & Replace Loop Detectors 56 EA F2-17.4 $o.'- 34 Remove & Replace Wireless Sensor Nodes 12 EA F2-18.4 i SO 9to .-- Install & Remove Temporary Loop 35 Detectors 4 FA F2-17.4 / DSo. Xcz) 36 Install Blue RPM'S @ Fire Hydrant 104 FA F2-19.4 7. / J 5' 37 12" White Crosswalk !Limit Line Thermo 3,859 LF F2-19.4 fD �J 38 12" Yellow Crosswalk Line Thermo 350 LF F2-19.4 39 Yellow Continental Crosswalk Thermo 6 FA F2-19.4 %(/oo 40 Striping Detail # 9 (Thermo & Markers 21,861 LF F2-19.4 D C -2b BASE BID - VARIOUS STREETS ITEM BID ITEMS TOTAL UNIT PAY UNIT *TOTAL NO. QNTY REF. PRICE COST 41 Striping Detail # 12 Thermo & Markers 36,819 LF 172-19.4 3� i/ �Ys 42 Striping Detail # 21 Thermo) 407 LF F2-19.4 -2 43 1 Striping Detail # 22 Thermo & Markers 1,684 LF F2-19.4 j • (� $�/ 44 Striping Detail # 24 Thermo 24,214 LF F2-19.4 Striping Detail # 27B, 4" White Line, S� 45 Parkin Tee hermo 3,332 LF F2-19.4 r / (,G6 130 ?o 46 Striping Detail # 28 hermo 259 LF F2-19.4 47 Striping Detail # 29 Thermo & Markers 973 LF F2-19.4 1a3 7s 90 48 Striping Detail # 32 Thermo &Markers 501 LF F2-19.4 a 49 Stri i Detail # 376 Thermo 1,575 LF F2-19.4 r � 50 Striping Detail # 38(Thermo & Markers 3,308 LF F2-19.4 r<• 3, 3o 51 Striping Detail # 38B Thermo & Markers 3,843 LF F2-19,4. r ��.. 3 7 v , 70 2-b 52 Stri in Detail # 39 Thermo 6,576 LF F2-19.4 ceo 53 Stt�Lnq Petail # 40 {Therm 80 LF F2-19.4 Solid Laneline w/ Type C Markers at y 54 Intersection 2,355 LF F2-19.4 • % a 55 "STOP" Legend hermo 55 EA F2-19.4 X75; / q bas. ' 56 "XING" L antl (Thermo 4 EA F2-19.4 7,20 57 "SLOW" Le end (Thermo) 4 ! EA F2-19.4 175.. 7�1 . J 58 "SCHOOL" Legend Thermo 4 I I EA F2-19.4 a3� r. %ao 59 "AHEAD" Legend Thermo 13 EA F2-19.4 `d0�, 2 <a co 60 "BUMP" Legend Thermo 12 EA F2-19.4 61 "RXR" Legend(Thermo) 4 EA F2-19.4 3So. 62 "25" Legend Thermo 3 EA F2.19.4 C -2c RASE Mn _ VAGinitC f2TRCFTC ITEM BID ITEMS TOTAL UNIT PAY UNIT "TOTAL NO. ONTY REF. PRICE COST 63 Bike Group Legend 4 FA F2-19.4 J80 84 Arrow T I L / R hermo 2 EA F2-19.4 y5. r a9a • r 65 Arrow Type IV L / R Thermo 78 EA F2-19.4 / yS. i !/ 3(p• 66 Arrow Type VI L / R Thermo 2 FA F2-19.4 67 Install Case A PCC Curb Ramp 2 EA F2-12.4 %.�� a 3�✓. 68 Remove and Replace PCC Sidewalk 370 SF F2-12.4 i 69 Remove and Replace PCC Curb and Gutter 94 LF F2-12.4 70 Remove and Replace PCC Sppndral 256 SF F2-12.4 i 13. 3 3 a �. Remove and Reinstall Rubber Speed 71 Bums 24 EA I F2-3.2 TOTAL BASE BID TOTAL AMOUNT IN FIGURES: 7 LlO i bFS�.S �wrni•t �Ji� rfwr�..„1,+lr�i./•-�- �%n�-s BASE BID TOTAL AMOUNT IN WORDS: 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. C -2d BID SCHEDULE 2014-15 ANNUAL OVERLAY PROJECT Bid No. ENG-14-15-MO102A Project No. M0102A BIDDER: Sully -Miller Contracting Company ADD ALTERNATE A — NEIGHBORHOOD V24S (VARIOUS STREETS) ITEM BID ITEMS TOTAL UNIT PAY UNIT 'TOTAL NO. ONTY REF. PRICE COST A -t Mobilization, Bonds & Insurance 1 LS F2-1 --µ- r 7 90&. A-2 Traffic Control 1 LS 172-2.7 A-3 Storm Water Pollution Control Program 1 LS E7-8.6.4 / 300. AA Thin Maintenance Overlay MO 765 TN F2-6.4 //to A-5 Ke cut Al 5 ft 6,200 LF F2-8.6 / a.S '7 ;?5 ' '— A-6 Ke cut B1 (10 ft 249 LF F2-8.6 S 90 0 / 5.� 9 A-7 Lower Manhole Covers 7 EA F2-16.3 A-8 Lower Water / Gas Valve Covers 5 EA F2-16.3 3 CID. / S� Lower Water Vault Cover / Anode / CP Test A-9 Cover 1 FA F2-16.3.. A-10 Lower Survey Monument Cover 1 FA F2-16.33- 3a . A-11 Must Manhole Covers to Finish Grade 13 EA F2-18.3 i Adjust Water Vault Cover / Anode I CP Test i A-12 Cover to Finish Grade 1 EA F2-16.3 oo. Adjust Gas Cover / Vaud / Well to Finish /- A-13 Grade 1 EA F2-16.3 Adjust Survey Survey Monument Cover to Finish / A-14 Grade 1 EA F2-16.3 A-15 Install Blue RPM's Fire Hydrant 8 EA F2-19.4 ! AL ALTERNATE A TOTAL AMOUNT IN FIGURES: "NOTE: In case of error in extension of price into the total price column, the unit price will govern. C -2e BID SCHEDULE 2014-16 ANNUAL OVERLAY PROJECT Bid No. ENG-14-15-MO102A Project No. M0102A BIDDER: Sully -Miller Contracting Company ADD ALTERNATE B — NEIGHBORHOOD N11(MARKET STREET ITEM BID ITEMS TOTAL UNIT PAY UNIT "TOTAL NO. ONTY REF. PRICE COST B-1 Mobilization, Bonds &Insurance 1 LS F2-1 i ( �. B-2 Traffic Control 1 LS F2-2.7 9�• B-3 Storm Water Pollution Control Pro ram 1 LS E7-8.6.4 _ l B-4 ARHM GG -D PG 64-16 1,087 TN F2-7.4 90 B-5 Cold Plane 2" AC 89,938 SF 172-8.6 •',B o�� Qfi , y° B-6 Cold in -Place Recycle to a Depth of 4" 89,938 SF F2-9.8 B-7 CIR Mix Design 2 EA F2-9.8 B-8 Cold In -Place Recycling Quality Control 1 LS F2-9.8 om 7�_ �— B-9 Emulsified Recycling: A ent 66 TN F2-9.8 1o�- / 4 00. 11 B-10 Cement Add Rive 10 TN F2-9.8 /y9-, l y'&0- B-11 Unstable Sub rade Allowance 6" AC 4,497 SF F2-10.4 B-12 Shoulder Backing 1,504 LF F2-14.4 a-• 3 309. ' B-13.. Lower Manhole Covers 10 EA F2-16.3 B-14 Lower Water / Gas Valve Covers 14 EA F2-10.3 BA5 Lower Survey Monument Cover 1 EA F2-16.3 .3c,0, 3�• B-16 Adjust Manhole Covers to Finish Grade 11 EA F2-16.3 Adjust Survey Monument Cover to Finish B-17 Grade 1 EA F2-16.3 300•'_ 13-18 1 Remove & Replace Lo2p Detectors 4 EA 172-17.4 1,05o. C -2f ADD ALTERNATE B - NEIGHBORHOOD N11 (MARKET STREET) ITEM BID ITEMS TOTAL UNIT PAY UNIT *TOTAL NO. QNTY REF. PRICE COST ab� B-19 Install & Remove Temporary Loop Detector 1 EA F2-17.4 B-20 Install Blue RPM's Q Fire Hydrant 5 EA F2-19.4 55-- 7� � 35x,. B-21 12" White Crosswalk / Limit Line Thermo 132 LF F2-19.4 B-22 Striping Detail # 21(Thermo) 2,972 LF F2-19.4 TU, B-23 Stri in Detail # 278 hermo 5,171 LF 172-19.4 0 ' S a SB.S so r B-24 Striping Detail # 36 Thermo & Markers 112 LF F2-19.4 8-25 "STOP" Legend (Thermo)2 EA F2-19.4 / i%S• 3Sa. r B-26 Arrow Type IV L / R Thermo 4 EA F2-19.4 iiS. � TOTAL ALTERNATE B TOTAL AMOUNT IN FIGURES: 3.3S S3so r 1111 ALTERNATE B TOTAL AMOUNT IN WORDS: n,'..... i 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. C -2g BID SCHEDULE 2014-15 ANNUAL OVERLAY PROJECT Bid No. ENG-14-15-MO102A Project No. M0102A BIDDER: Sully Miller Contracting Company ADD ALTERNATE C — MCBEAN PARKWAY ITEM BID ITEMS TOTAL UNIT PAY UNIT 'TOTAL NO. QNTY REF. PRICE COST / C-1 Mobilization Bonds & Insurance 1 LS F2-1 / /loch • C-2 Traffic Control 1 LS F2.2.7 r C-3 Storm Water Pollution Control Program 1 LS E7-8.6.4 350 C-4 AC C2 PG 64-10 3 701 TN F2-5.4 �`/• ciSs 3(0 %• C-5 ARHM GG -D PG 64-16 2.751 TN F2-7.4 g� . / 013(0,5,5(o C-6 Cold Plane 4" AC 206,043 SF F2-8.6 ,35 7 IS oS / C-7 Cold Plane 6" AC 45,020 SF F2-8.6 • ils 3�aG7. C-8 Unstable Sub rade Allowance6" AC 2,251 SF F2-10.4 �• a0 d�S9 C-9 Lower Manhole Covers 9 EA F2-16.3 3W. G-10 Lower Water / Gas Valve Covers 46 EA F2-16.3 30». 13 Soo CAI Adjust Manhole Covers to Finish Grade 9 IA F2-16.3 Adjust Gas Cover / Vault I Well to Finish / C-12 Grade 2 EA F2-16.3 C-13 Remove & Replace Loop Detectors 22 EA F2-17.4 Install & Remove Temporary Loop / C-14 Detectors 5 EA F2-17.4 C-15 Install Blue RPM's Fire Hydrant 14 EA F2-19.412" White Crosswalk / Limit Line / Chevrons C-18(Thermo) 736 LF F2-19.4 �.�� I987•� S 3��° �• C-17 Strinino Detail # 12 hermo & Markers 10,479 LF F2-19.4 So a a5 G-1 8 SVI in Detail # 24 Thermo 4,251 LF F2-19.4 • C-2h ADD ALTERNATE C - MCBEAN PARKWAY ITEM BID ITEMS TOTAL UNIT PAY UNIT *TOTAL NO. ONTY REF. PRICE COST C-19 Striping Detail#28(Thermo) 125 LF F2-19.4 C-20 Striping Detail #37B Thermo 1,744 LF F2-19.4 �• %yy � ; C-21 Stripinq Detail#38A Thermo 2,982 LF 172-19.4 9t��• / C-22 Arrow T e IV L / R IThermo 26 EA I F2-19.4 l.S. / 3 �!O• TOTAL ALTERNATE C TOTAL AMOUNT IN FIGURES: -7va , O 6 S, 90 ' ( ALTERNATE C TOTAL AMOUNT IN WORDS: g/o//�3 n,�. hzc=y-L 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. C -2i BID SCHEDULE 2014-15 ANNUAL OVERLAY PROJECT Bid No. ENG-14-15-MO102A BIDDER Project No. M0102A BID SUMMARY— TOTAL PRICE N FIGURES : BASE BID TOTAL PRICE IN WORDS PRICE IN FIGURESES IN FIGURES is ADD ALTERNATE A TOTAL PRICE o",�`.`•'..%z"^"d- °`. '�L7' ''J^..^n „I.,�/"_ IN WORDS INTFIO RETS $ 335-1537, 5�1 ADD ALTERNATE B TOTAL PRICE �"`��-�N �++-� �i.,I lLwl IN WORDS�� ., TOTAL PRICE IN FIGURES g0 ADD ALTERNATE C - TOTALPRICE ��"•7%h.f .s,�/,+'�`�� IN WORDS TOTAL PRICE IN FIGURES _L"� a J["b O J / TOTAL OF BASE BID AND / ALL ADD ALTERNATES TICE INWOR N WORDS C -Y no OFSUBCONTRACTORS 2014-15 Annual Overlay Project Bid No. ENG-14-15-M0102A Project No. M0102 A City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work, labor, or render service in excess of half of one percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of film, and annual gross receipts are required if subcontractor is participating as a DBE. tractors �n 'gc/ri^LDBESTATUS; Dollar ValueolW Aga of Firm: Certifying A enc : Annual Gross Receipts:7lS..., )iw. AgoofFam: Certif ing Agency: ual G eceip : <5., /I/i Location and Place of ' s l2-# /ago/6- Licensot)T�.�3s� Bid SclteduleItemN Descriptio ork -� /3 use nse N6�/t%5j� Exp: Date: 3 / l ao/ c� l f9 7 Subcontractor QRS DBB STATUS: Dollar Val u; of Work X7,5 ; 03, Aga of Firm: Certifying A enc : Annual Gross Receipts:7lS..., )iw. Location and Place(a of Business JDl',/re— l��l/eY CSI �� /00000333 Bid -Schedule Item Nos.../p_a.�, $S/Y-t6S—lSloiG61C7 DescriptiongfWurk J Cu/d Licensot)T�.�3s� Exp. Date: /�/S Phon,SS)GS�/oFl SubnontractorE�' ,'ltd -'ed DBESTATUS: Dollar Value of Worka,y 'a,5' Age of Firm:/(a Certifying Agency: Annual Gross Receipts: Location and Place of Business / 0/n Bid Schedule Rein Noc.:a3-3 at 47,rffYa)3-01" c9-c'A Descriptiono L�w�r Work d�sr c>�yl,`f �v�iS License No. ,32.E g Exp. Date: / S / 2u � Phone 2'2z 7 s"c Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract documents. C_3a _ DESIGNATION OF SUBCONTRACTORS 2014-15 Annual Overlay Project Bid No. ENG-14-15-M0102A Project No. M0102 A City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work, labor, or render service in excess of half of one percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm, and annual gross receipts are required if subcontractor is participating as a DBE. Sobcontmctot5- ,,,, j/ DBE STATUS: sg$" Dollar Value of Work J/p, Age of Firm: 33 Certifying encv'. 1 Annual Cnoss Receipts: < /5,,,, Location and Place of Business Soh / /�/eY D Bid Schedule Item os.: 3� ' Deamptum Of Work jn LLs cry P YJ, 9 20-52(,C/Y-C Q", / License No. zl $a-3 Exp. Date: 3a Subcontractor GJeba/ DBE STATUS: CAOB6 77 Dollar Value of Work X y%. ,f2cliN� I A e of Firm: /& Certifying A enc :C ,4 Annual Goss Receipts: < S-^ (/0 Location and Place of Business D/2* 100600771Y 4 M Bid Schedule Item Nos.;33-3S, Description yf Work LLs cry P License No. Exp. Date: / / ?ST 3� �0/S Phone( ) 7/ S'43 0SYS Subcontractor Age of Firm: DBE STATUS: Certifying Agency: Dollar Valve of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Noss Description of Work License No, Exp. Date: / / Phone Note: Bidders shall fill out the subcontractor's fist in its entirety. The total dollar value of work to be performed by subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract documents. C-3 h DESIGNATION OF SUBCONTRACTORS 2014-15 Annual Overlay Project Bid No. ENG-14.15-M0102A Project No. M0102 A City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who Will perform work, labor, of tender service in excess of half of one percent, or 510,000 (whichever is greater) of the prime contractor's total bid: DBE stains, age of firm, and annual gross receipts are required if subcontractor is participating as a DBE. Subcoutractor DBP. STATUS: Age of Hi7:Certifying Agency. Dollar Value of Work Annual Bross Receipts: Location and Place of Business Bid Schedule item Nos.: Description of Work License No. Exp. Date: / BidSched0leltem-No s.; Subcontractor Age of Firm: DBESTATCIS: Cortif in A enc : Dollar Value of Work Annual Gauss Receipts: Location and Pl ace of Business BidSched0leltem-No s.; Bid Schedule Item Nos.c Description of Work. Exp. Date: / { Phone ( ) License No. Exp. Date: / / Phone ( ) Subcontractor Age of Firm: DBE STATUS: Corot in Agency: Dollar Value of Work Annual Gross Receipts: .Location and Place of Business BidSched0leltem-No s.; Description of. Work License No. Exp. Date: / { Phone ( ) Note: Bidders shall fill out the subcontractors list in its entirety. The total dollar value of work to be performed by Subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract documents. C -3c DESIGNATION OF SUBCONTRACTORS 2014-15 Annual Overlay Project Bid No. ENG-14-15-M0102A Project No. M0102 A City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work, labor, or reader service in excess of half of one percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm, and annual gross receipts are required if subcontractor is participating as a DBE. Subcontractor DBE STATUS: Ago of Film: CertifyingAgency: Dollar Value of Work Annual Gross Receipts: Location and Placa of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / ! Phone ( ) Svbcontractar Aga of Firm: DBE STATUS: Certif in Axe nc : Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / Phone( ) Subcontractor A e of Firm: DBESTA'rus: Cettif in A enc : Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Dale: / / Phone ( ) Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by subcontractors shall be in conformance with Section 2.3 "Subcontracts" of the Special Provisions in these contract documents. C3c DESIGNATION OF SUBCONTRACTORS 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M0102 A City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perforin work, labor, or render service in excess of half of one percent, or $10,000 (whichever is greater) of the prune contractor's total bid: DBE status, age of Jinn, and annual gross receipts are required if subcontractor is participating as a DBE. Subcontractor DBE STATUS: Age of Finn: C'erif}hig Agency: — - Dollar Value of Work Annual Gross Receipts: LWa-tion and Place of Business ' Bid Schedule Item Nos.: Description of Work License No. Fxp. Date. / / Phone ( ) Subcontractor Age of Firm: DBE STATUS: Cettif i n A enc y : .Dollar Value of Work Annual Gross Receipts: i.ocation and Place of'Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / ubcontractor Age of Firm: DBE STATUS: Cutif in A enc : Dollar Value of Work Annual Gross Receipts: Location and Place ofLiusinem Bidschedule. ItemNos:: EFm iptionofWork License No. Exp. Date: Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract documents. C3c DESIGNATION OF SUBCONTRACTORS 2014-15 Annual Overlay Project Bid No. ENG-14-15-M0102A Project No. M0102 A City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work, labor, or ,under service in excess of half of one percent, or $10,000 (whichever is greater) of the prime contractors total bid: DBE status, age of firm, and annual gloss receipts are required if subcontractor is participating as aDBE. Subcontractor PBG STATUS: Age. of Firm: Cenif i enc : Dollar Value of Work Annual Gross Receipts: %oca ion and Place of Business Bid Schedule Item Noa.: Description of Work License No. Esp. Date: / / Phone ( ) Subcontractor of Firm: DBB STA'r(JS: Calif in enc : �Dolt&"Value of WorkA Gross Receipts: Location and Pince afBusiness Of work License No. Bid Schedule Item Nns.: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor BESTATUS: Age of : Certifying A enc : Dollar Value of Work Annual Gross Receipts: atioFim nd Place of B Bid5ch uleltetnNos.: Of work License No. Exp. Date: Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by subcontractors shall be in conformance with Section 2-3 "Subcoolnicts" of the Special Provisions in these contract documents. C3;: DESIGNATION OF SUBCONTRACTORS 2014-15 Annual Overlay Project Bid No. ENG-14-15-M0102A Project No. M0102 A City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work, labor, or mnder service in excess of half of one percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm, and annual gross receipts are required if subcontractor is participating as a DBS. Subcontractor Ago of Frm: DBB STATUS: Cerdf y is A cno : Dollar Value of Work Annual Gross Receipts: I.ocatin,t acid Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: Phone ( } Subcontractor Age of Firm: ➢BE STATUS: 'W W W 'n R A enc : Dollar Value of Work Annual Gross Receipts: iocationand Place of Business It en Nos.: Description of Work Pid-schedulp se No. Rxp. Date: / / Phone ( } Subcontractor A e of Firm: Em TUS: Ccrtif 'n Agency: Dollar Value of Work Annual Gross Receipts: LocalionandPlaceofBusiness Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / .Phone (} Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract documents. DESIGNATION OF SUBCONTRACTORS 2014-15 Annual Overlay Project Bid No. ENG-14-15-M0102A Project No. M0102 A City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor„ supplier, and vendor who ME perform work, labor, or render service in excess of half of one percent, or $10,000 (wbichever is greater) of the prime contractors total bid: DBI: status, age of firm, and annual gross receipts are required if subcontractor is participating as a DBE. Subcontractor DBE STATUS: Doltar Value of Work Age of Firm: Certif in A enc • Amoral Gross Receipts: Location and Place of Business Bid Schedule Item Nas.: Rid Schedule Item Nos.: Description of Work License No. Exp. Date: J I Phone ( } Subcontractor Aifa DBE STATUS: Cing Agency: Dollar Value of Work Annual Gross Receipts: nmPlace of Business Bid Schedule Item Nas.: Description of Work License No. Exp. Date: / / Phone ( } Subcontractor Age of Firm: DH B STATUS: Codifying Agenc y: Dollar Value of Work Annual Gross Receipts: Location and place of Business Bid Scbednleltem Nos.: Description of Work License No. Exp.Date: /! Phone ( } Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract documents. REFERENCES 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M0102 A City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within the past 3 years: t, Please see attached List of Projects. Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Sullv-Miller Contracting Company Contractors Name C-4 1 SULLY -MILLER CONTRACTING CO. License 747612A 135 S. STATE COLLEGE BLVD., SUITE 400 s BREA, CA 92821 ♦ PHONE 714-578-9600 The Following are the names, addresses, and telephone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds: Agent for Surety: Willis Risk & Insurance Services 18101 Von Karman Avenue Suite #600 Imine, CA 92612-14041 Phone 949/885-1206 FAX 949/885-1225 Contact: Victoria Campbell Surety : Liberty Mutual Insurance Co. 8044 Montgomery Road Suite 9137 Cincinnati, OH 45236 Phone 513/984-2222 X 321 FAX 513/984-3165 Contact: Kelley Brown Surety: Fidelity and Deposit Co. of Maryland One Upper Road, Building E/F Parsipanny, NJ 07054 Phone 973/394-5117 FAX 973/394-5157.. Contact: Chris Celentano Mgr Insurance: Liberty Mutual Group 1133 Avenue of America New York, NY 10036 Phone 800/227-9887 Ext 443 FAX 212/391-1954 Insurance: Marsh USA 445 South Street Suite 210 Morristown, NJ 07962 Phone 973/401-5151 FAX 973/401-5045 Contact: Anton Schmtti SuL.Lr—PiIII_I_�s=z Project Name/Number. 2011. ROADWAY MAINTENANCE & SLURRY SEA). PROGRAM/ 20150602 .Start and Finish Dates: 8/2013-12/2014 Project Description: SWPPP, AC GRIND & OVERLAY, CRACK SEAL, SLURRY SEAL, STRIPING & MARKING Agency Aranie: PORT OF LONG BEACH 925 HARBOR PLA7A DRIVE LONG BEACH, CA 90802 Contact Person: ALIVATANSHENAG Telephone: 562143/-0041 Original Contract Amount: $434,350 final ContractAmount., $455,300 Change in original contract amount is due to extra Work and/or contract change orders adding work. Project Nfarne/Number: KIOWA RANCH ROAD TO DEL ORO ROAD/ 10149809 Stan and Finish Dates: 9/2013-11/2013 Project Description: AC GRIND & OVERLAY, PCC IMPRV., STRIPING & MARKING, SURVEY, TREE REMOVAL, CMB, ADJUST UTILIZES, SLURRY SEAL Agency Name: TOWN OF APPLE VALLEY 14975 DALE EVANS PARKWAY APPLE VALLEY, CA 92307 Contact Person: BRETT I MORGAN Telephone: 76012,10-7000 original Contract Amount: $662,781 Final Contract Amount: $663,811 Change in original contract amount is due to extra work and/or contract change orders adding work. Project NamejNumber: Start and finish Dates: Project Description: Agency Arame: ARTESIA BLVD. & WESTERN AVE. STREET IMPRIN10147379 7/2013-1012013 SIGNS, SWPPP, TRAFFIC CONTROL, TREE REMOVAL, STRIPING & MARKING, COLD MILL., ELECTRICAL, PCC, AC, ARHM, SURVEY, ADJUSTMANOLES &VIN F.R IIAINF. LOOPS . CITY OF GARDENA 1700 W.162HDSTREET GARDENA, CA 90247 Contact Person; JOHN FELIX Telephone: 3101217-9500 on (nal Contrari . Amounf: 6'?5,1.72 =rnel Corlilad".1(nr ulii: $505,644 Change in con Tact amou!TC is du to iterns ofwork: being deleted by he agency. .°1'.>I.7LLY-DA 11,-41 ER C.101VTRAC T 111If3 DIDDERFS EXPIERIENCEAND (QUALIFICAuEONS Project AiameJNumber; BROOKSHIRE AVENUE PAVEMENT REHABILITATION PROJECT / 10147171 Steri and Finish Dates: 6/2013-11/2013 Project Description: SURVEY, TRAFFIC CONTROL, COLD MILL, ARHM, AC, PCC, CATCH BASIN, ELECIRICAL, ADJUST MANHOLES & WATER VALVES, STRIPING & MARKING, TRAFFIC SIGNAL LOOP DETECTORS Agency Name: CITY OF DOWNEY 11111 BROOKSHIRE AVENUE DOWNEY, CA 90241 Contact Person: DFS] GUTIERREZ Telephone: 562/622-3468 Original Contract Amount: $1,366,800 Final Contract Amount: $1,446,784 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: -1 OLDEN TERRENCE/ 10146479 Start and Finish Dates: 4/2013-9/2013 Project Description: ON-SITE, OFF -SI tt, ALLEY IMPRV. Agency Name: DREYFUSS CONST RUCTION 5855 GREEN VALLEY CIRCLE, STE. 300 CULVER, CA 90230 Contact Person: DAVID SANCHEZ Telephone: 310/645-9565 Original Contract Amount: $748,082 Final Contract Amount: $835,884_ Change in original contract amount is due to extra work and/or contract change orders adding work. Project NameJNumber: LA LOGISTICS CENTER/ 10144825 Start and Finish Dates: 3/2013-6/2013 Project Description: B -PERMIT Agency Name: XEBFC BUILDING COMPANY, INC. 3010 OLD RANCH PARKWAY, STE. 480 SEAL BEACH, CA 90740 Contact Person: SIOBHAN SHARPLES telephone: 562/795.0270 Original Contract Amount., $373,756 Final ContractAmount: $383,456 Change in original contract amount is due to extra Work and/or contract change orders adding work. `� �67LLY-.I�/1.ILI.eR C--C)NTRACTHI[(' Co. BIDDER'S EXPERIEVACE AND QUALIFICATIONS Project Name/Number: SHAY ROAD & BAI.DWIN LAKE ROAD/ 10144777 Start and Finish Dates: 5/2013-7/2013 Project Description: AC GRIND & OVERLAY, COLD IN PLACE RECYCLING, CRACK SEAL, CEMENT TREATED BASE, SIGNS & STRIPING & MARKING Agency Name: COUNTY OF SAN BERNARDINO DEPARTMENT OF PUBLIC WORKS 825 EAST THIRD STREET SAN BERNARDINO, CA 924IS-0835 Contact Person: FRANK LUNA Telephone: 909/387-8104 Original Contract Amount., ,$1,998,888 F7nal ContractAmonnt: $1,892,276 Change in contract.amount is due to items of work being deleted by the agency. Project Name/Number: Start and Finish Dates: Project Description: Agency Name: Contact Person: AGOURA ROAD WIDENING PHASE 1(CANWOOD STREET IMPRV./ 10144581 4/2013-10/2013 AC/ARHM GRIND & OVERLAY, CAB, PCC IMPRV., COLD -IN-PLACE RECYCLING, ADJUST UTILITIES, SIGNING & STRIPING, TREE PROTECTION/REMOVAL, LANDSCAPE & IRRIGATION CITY OF AGOURA HILLS 30001LADYFACE COURT AGOURA HILLS, CA 91301-1335 CHARMAINEYAMBAO Telephone: 818/597-7300 Original Contract Amount: $1,058,551 Final Contract Amount- $1,273,120 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number., CEDARS -SINAI MEDICAL CENTER -ADVANCES HEALTH SCIENCES PAVILION PROJECT/ 10143403 Start and Finish Dates: 2/2013-4/2013 Project Description: CMS, AC GRIND & OVERLAY, STRIPING, DOUBLE ADJUST MANHOLES Agency Name: HATHAWAY DINWIDDIE CONSTRUCTION COMPANY 811 WILSHIRE BLVD., STE. 1500 LOS ANGELES, CA 90017-2632 COntact Person: STEPHEN DUHM Telephone: 213/236-0500 Original Contract Amount: $229,000 Final Contract Amount. $234,671 Change in original Contract amount is due to extra work and/or contract change orders adding work. C(.)rgTP,1�C,-TANG CC). BIDDERS EXPERIENCE AM QUALIH-CATIONS Project Nan ejNurnber: BFAR VALLEY CUTOFF/ 10143018 Start and Finish Dates: 5/2013-6/2013 Project Description: ARHM/AC GRIND & OVERLAY, CRACK SFAL, SIGNS &STRIPING & MARKING Agency Name: SAN BERNARDINO COUPTFY DEPARTMENT OF PUBLIC WORKS .,Project Description: 825 EAST 3RD STREET Agency Name: SAN BERNARDINO, CA 92415 Contact Person: SUNDARAMOORTHY Telephone: 909%387-8104 SRIRAJAN Original Contract Amount: $928,725 Final ContractAnlount: $802,793 Change in contract amount is due to items of work being deleted by the agency. Project Name/Number: DALE EVANS PARKWAY OVERLAY PROJECT INTERSTATE 15 TO JOHNSON ROAD & JOSHUA ROAD OVERLAY PROJECT/ 10141551 Start and Finish Dates: 1/2013-4/2013 .,Project Description: AC GRIND & OVERLAY, STRIPING & MARKING, GRADING, SWPPP Agency Name: TOWN OF APPLE VALLEY 14955 DALE EVANS PARKWAY APPLE VALLEY, CA 92307 Contact Person: BRENT MORGAN Telephone: 760/240-7000 Original Contract Amount: $720,677 Final ContractArnount: $743,789 Change in original contract amount'is due to extra work and/or contract change Orders adding work. Project Name/Number: FY 2012/13 STREET MAINTENANCE PROJECT/ 10140019 Start and Finish Dates: 10/2012-12/2013 Project Description: ARHM GRIND & OVERLAY, ADJUST UTILITIES, SURVEY, CRACK SEALING Agency Name: CITY OF MALIBU 23825STUARTI RANCH ROAD MALIBU, CA 90265 Contact Person: ROBERTDUBOU: Telephone: 310/456-2489 Original ContractAmounr: $652,716 Final ContractAmount: $929,630 Change in original contract amount is due to extra Work and/or contract change orders adding work. Project NameJNumber: THE [CIS APARTMENTS/ 10139570 Siarrand Finish Dates: 9/2012-11/2012 Project Description: B -PERMS Agency Afame: ALLIANCE R:_SIDEPJTIAL BUILDERS 11 G.P., INC. 450 PE+'dP0.1CEIR OR., i560 i JEiPO'T, CA 92660 . i:v SCOTI CZIt:GS T-1 ! �:... 9-t9JID'�-34FD SUL.TYMILLER COl l 1 Af,: S .1 Ii> CO. `.s,IIDVEWSS EXir£!5RREINICE AN) Project Nameftnibe': 2012 VARIOUS STREETS RESURFACING II, PROP 1 S & IA.CNITA/ 10137704 Simi and Finish Dates: 10/2012-2013 Project Description: AC/ARHM GRIND & OVERLAY, PCC IMPRV., ADJUST UTILITIES, LOOPS, STRIPING & MARKING, CONSTRUCTION AREA SIGNS Agency Name: CITY OF MONTEREY PARK 320 WEST" NEWMARK AVENUE MON71EREY PARK, CA 91754 Contact Person: ROY ALFONSO Telephone: 626-307-1458 Original ContractAmount: $996,500 Final ContractAmount: $1,082,247 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: CITYWIDE ANNUAL OVERLAY PROGRAM & CONCRETE REPLACEMENT PROGRAM/ 10137355 Start and Finish Dates: 9/2012-3/2013 Prefect Description: ACjARHMGRIND & OVERLAY, AC DIKE, LOOPS, ADJUST UTILITIES, CAB, STRIPING & MARKING, PCC IMPRV., SURVEY . Agency Name: CITY OF CARSON 701 EAST CARSON STREET CARSON, CA 90745 Contact Person: RICK BOUTROS Telephone: 310/830=7600 Original Contract Amount: $1,295,000 Final Contract Amount $1,504,633- Change 1,504,633Change in original contract- amount is due to extra work and/or contract change orders adding work. Project AlaneJNumber: PREVENTIVE MAINTENANCE OF STREETS -2012/ 10137154 Stat and Finish Dates: 11/2012-3/2013 ProjecCDescription:.. COLD MILL, ARHM, AC ADJUST SEWER MANHOLES, CLEAR & GRUB, STRIPING & MARKING, LOOP DETECTORS, SURVEY Agency Name: CITY OF PASADENA 100 N. GARFIELD AVE. PASADENA, CA 91101 Contact Person: MORLEY SARAIYA Telephone: 626/744-4000 Original Contract Amount: $1,138,208 Final Contiact.4mount: $1,273,343 Change in original contract a nount is due 'to extra work and/or contract change orders adding work, c 0--Ty-MILI,BR CONT'RACTIN,0 CO. [310DEWS EXPERIENCE ACID QUALIVICATIONS Project Name/Ntunber: TMPRV. OF LINCOLN AVENUE/ 10136832 Start and Finish Dates: 10/2012-3/2013 Project Description: CONCRETE, AC, CRACK SEAL, COLD MILL; ARHM, ELECTRICAL, MANHOLES, STORM DRAIN, MARKERS, LOOPS Agency Name: CITY OF PASADENA 100 N. GARFIELD AVE. PASADENA, CA 91101 Contact Person: SEAN SINGLETARY Telephone: 626-744-4000 original Contr'actAmount: $1,348,474 Finab ontractAmount: $1,641,677 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: , 2012 OVERLAY PROGRAM/ 10136566 Start and Finish Dates:, 10/2012-4/2013 Project Description: AC/ARHM GRIND & OVERLAY, ADJUST MANHOLES, ROOT PRUNE, STRIPING, SIGNING, MARKERS, LEGENDS Agency Alani2: CITY OF THOUSAND OAKS 2100 THOUSAND OAKS BLVD. THOUSAND OAKS, CA 91362 Contact Person: MIKETOHIDIAN Telephone: 805/449-2400 Original Conb'actAmount: $3,795,547 Final Contract Amount:. $3,972,046 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: RTE. 247, SNB CO (08-OP9304)/ 10131719 Start and Finish Dates: 7/2012-8/2012 Project Description: SWPPP, SIGNS, TRAFFIC CONTROL, COLD PLANE, CRACK TREATMENT, AC, ARHM, STRIPING & MARKING Agency Name: CALTRANS .1727 30P STREET SACRAMENTO, CA 95816 Contact Person: EHAB MINA Telephone: 916/227-6300 Original ContractAmount: $4,865,508 Fiaai COntlact Amount: $4,988,720 Change in original contract amount is due to extra work and/or contract change orders adding work. S LILLY-I°�lIL�..L3.R. �. C31�ITi2 ice.•: ;'i$ fir �Ci'. WiOlii ICS zwi1113 klumuniicA -tams Project Name/Number: MANHATTAN BEACH BOULEVARD RESURFACING/ 107.30442 start and Finish Daics: 3/2012-11/2012 Project- Description: UTILITIES, TRAFFIC CONTROL, SIGNS, SURVEY, MANHOLES, PCC, AC, LANDSCAPE & IRRIGATION, COLD MILL, EXCAVATION, STRIPING & MARKING Agency Name: CITY OF REDONDO BEACFI 415 DIAMOND SWEET RE:DONDO BEACH, CA 90277 Contact Person: JEFFTOWNSEND Telephone: 310/318-0661 original Contract Amount: $862,900 Final Go itract Arnount; $945,951 Change in original contract amount is cine to extra work and/or contract change orders adding wark. Project Name/Number: Start and Finish Dates: Project Description: Agency Name: Contact Person: Original Contract Amount: NO CHANGE' PUBLIQWORKS YARD (BI15 SET NO. 2)/ 10130370 (111480) r 11/2012-11/2012 AC PAVING, PCC IMPROVEMENTS, ELECTRICAL, FENCING CITY OF EL MONTE 1133 VALLEY BLVD. EL MONTE, CA 91731 TOM EARL Telephone: 626/580-2001 $462,370 FinaiOontractknount. $462,370 Project NameJNumber: SAFE ROUTES TO SCHOOL -CYCLE 7 BULB -OUTS, SIDEWALK &TRAFFIC SIGNAL MODIFICATIONS/ 10130359 Start and Finish Dates: 5/2012-11/2012 Project Description: CLEAR & GRUB, AC OVERLAY, PCC IMPRV., ADJUST UTILITIES, SURVEY, TRAFFIC SIGNAL MODIFICATIONS, SIGNS, STRIPING & MARKING Agency Name: CITY OF BURBANK 301 EAST OLIVE AVENUE, RM J20 BURBANK, CA 91502 Contact Person: MIKE SILVANI Telephone: 316/236-5457 drlg67ai Contract Amount: $342,560 Final Contract Amount: $506,978 Change in original contract amount is dire to extra work and/or contract change orders adding work. SULLY-DAII-L F -R C'Or-ITFZAf..PIi`TG CLi. REDDER'S EXPERIENCE AND QXALIFICATIONS Project Name/Nwnber: RTE. 39, (07-3Y3204)/ 10130355 Start and Finish Dates: 7/2012-11/2012 Project Description: SWPPP, SIGNS, TRAFFIC CONTROL, COLD PLANE, CRACK TREATMENT, AC, ARHM, 51 RIPING & MARKING Agency Name: CALTRANS Contact Person: 1727 3e STREET original Contract Amount: SACRAMENTO, CA 95816 Contact Person: REDA KAROUF Telephone: 916/227-6300 Original ConhactAmount: $1,197,700 Final Contract Amount: $1,265,654 Change in original contract amount is due i0 extra work and/or contract change orders adding work. Start and Finish Dares: Project NameftVumber: SLAUSON AVENUE/ 1013D289 Start and Finish Dates: 10/2.012-312013 Project Description: CLEAR & GRUB, TREE REMOVAL/PLANTING, AC GRIND & OVERLAY, PCC IMPRV., STRUCTURES, STRIPING & MARKING Agency Name: LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS 900 S. FREMONT AVENUE ALHAMBRA, CA 91803 Contact Person: JOSE POU Telephone:. 626/458-5100 original Contract Amount: $884,688 Final Contract Amount: $955,095 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: 2011-2012 5TREET RESURFACING -VARIOUS LOCATIONS/ 10130260 Start and Finish Dares: 5/2012-12/2012 Project Description: AC OVERLAY, COLD MILL, CRACK SEAL, CMB, ADJUST VALVE COVER & MANHOLE, LOOPS, STRIPING & MARKING Agency Name: CITY OF BEVERLY HILLS - 455 N. REXFORD DR., RM 290 - -` BEVERLY HILLS, CA 90210 Contact Person: JUAN MARTINEZ Telephone: 310/285-2.489 originalConnactAmount: $1,019,450 Final Contract Amount: $896,448 Change in contract amount is due to items of work being deleted by the agency. 6e�1tll0�nA4.3 SLILU--JNA 1I,1- ER C0—f1T1Zzk_f,T1N(3 C0. Project Name/Number: STREET RECONSTRUCTION- HELEN RUNYON DR. & E. MOUNTAIN VIEW ST./ 10130241 Start and Finish Dates: 3/2012-7/2012 Project Description: AC PAVING, PCC, FABRIC, LOOPS, SIGNS & STRIPING & MARKING Agency Name: CITY OF BARSTOW 220 E. MOUNTAIN VIEW STREET, SIE. A BARS -IOW, CA 92311 Contact Person: DOMINGO GONZALEZ Telephone: 760/255-5156 Original Contract Amount: $1,027,886 Final Contract Amount: $1,138,746 Change in original contract amount is due to extra work and/or contract change orders adding work Project Name/Number. Start and Finish Dates: Project Description: 2012 LOCAL STREET REHABILITATION PROJECT/ 10130069 512012-8/2.012 AC GRIND & OVELRAY, COLD CENTRAL PLANT RECYCLING, LOOPS, ADJUST UTILITIES Agency'Name: CITY OF GARDEN GROVE 11222 ACACIA PARKWAY GARDEN. GROVE, CA 92840 Con tact Person: ROBERT MOUNGEY Telephone: 714/741-5000 0riginalContract Amount: $2,917,670 Final Contract Amount: $2,846,871 Change in contract amount is due to items of work being deleted by the agency. Project Name/Number., RECONSTRUCTION OF CASTAIC POWER PLANT ACCESS ROAD/ 10129951 Start and Finish Dates: 8/2012-1012012 Project Description: AC, COLD MILL, STRIPING & MARKING Agency Name: LOS ANGELES DEPARTA7ENT OF WATER & POWER 111 N. HOPE STREET LOS ANGELES, CA 90012 Contact Person: JOSH FONG Telephone: 213/3643464 Originai Contract Amount: $602,466 Final ContractAmount., $556,923 Change in contract amount is due to items of Work being deleted by the agency. Project Name/Number: Start and Finish Dates: CACTUS AVENUE, FREDERICK STREET & RESOURCE WAY/ 10129926 5/2012-5/2013 Project Description: STREET, STORM DRAIN, SEWER & WATER, SIGNING & STRIPING, TRAFFIC SIGNAL, LOOPS, STREET LANDSCAPE & IRRIGATION, ELECTRICAL, COLD PLANE, PCC, AC, CATCH BASIN Agency Name: US REAL ESTATE LIMITED PARTP1ERSi;IP, ATE AS LIMITED PART NG-P.SHPP, 19300 1930G;fA 11TON.AVF.,STE.100 GAROI-NA, CA 0)18 ( Cntaci. �'Ef stn: LLOYD Y0! N"i 1 I -- -hr!-e: 31G/323_q IC;0 �.._- I':.'.'-v .-. -.. Scld L> P4SL.UER .!� C ON 1 RAC-TINT(3 Co. BID ERrs E PE; I " E Atte iQUAL ICAno Project NameNumber: NATIONAL TRAILS HIGHWAY/ 10128949 (121850) Start and Finish Dates: 5/2012 — 6J2012 Project Description: CRACK SEAL COLD PLANE, PAV, STRIPING Agency Name: SAN BERNARDINO COUNTY, DEPARTMENT OF PUBLIC WORKS 825 EAST THIRD STREET SAN BERNARDINO, CA 92415-0835 Contact Person: NIDHAM AL-REYES Telephone: 909/387-8104 Original ContractAmount: $1,040,950 Final ContractAmount: $931,795 Change in contract amount is due to.items o; work being deleted by the agency. Project Name/Number: TAXILANE D-10 RECONSTRUCTION / 10128948 (121740) Start and Finish Dates: 5/2012-12/2012 Project Description: SURVEY, AC, REMOVE PCC, FENCING, ADIUSTING WATER UTILITY, SWPPP,CAB, COLD PLANE, PCC, FABRIC, STRIPING & MARKING & SIGNS Agency Name: LOS ANGELES WORLD AIRPORT S, AIRPORT DEVELOPMENT GROUP 7301 WORLD WAY WEST, 9TH FLOOR LOS ANGELES, CA 9004S Contact Person: GORAN LAZAREVIC, P.E. Telephone: 310/957-7149 Original Contract Amount: $6,383,321 FinalConhactAmount: $5,939,022 Change in contract amount is due.to items of work being deleted by the agency. Project Name/Number: Start and Finish Dates: Project Description: Agency Narne: Contact Person: CAMPBELL HALL COMMUNITY ARTS AND EDUCATION CENTER / 10128947 (11153C) 3/2D12-4/2012 B— PERMIT: REMOVAL/REPLACEMENT OF CURB & GUTTER, SIDEWALK & SIDEWAY, SIGNAL, STREET LIGHTING, STRIPING/SIGNING MATT CONSTRUCTION CORPORATION 9614 NORWALK BLVD., SUITE 100 SANTA FE SPRINGS, CA 90670 KRISTOPHER BARR Telephone: SG21903-2277 Original ContractAmount: $473,542 Final ContractAmount: $539,471 Change in original contract amount is due to extra work and/or contract: change orders adding work. S13T.LY- II.I_ER '� C ONTP.ACTING CO. Project Name/Number: RESIDENT 1AL STREET REHABILITATION FY2011-2012 & ANNUAL WATER MAIN Project Name/Number: NEWPORT BLVD. DOMESTIC WATER RELOCATION PROJECT'/ 10128919 (11167C) Start. and F inish Dates: REPLACEMENT PROGRAM FY 2011-2012 / 10128945 (12171C) Start and Finish Dates., 3/2012-4/2013 Project Descriptlon: AC GRIND & OVERLAY, SLURRY SEAL, PCC IMPROVEMENTS, ADJUST MANHOLES, Project Descnptton: TREE ROOT PRUNE, STRIPING/MARKING, LOOPS, SURVEY, CMB, WATER Agency Name: LINE/WATER MAIN Agency Name., CITY O F LA HABRA Original Contract Amount: 201 E. LA HABRA BLVD. Change in original contract amount is due to extra work and/or contract change orders adding LA HABRA, CA 90631 Contact Person: CHUCKSTEPHANS Telephone: 949/262-9379 Original ContractAmount: $4,887,619 Fin@1 Contract Amount: $6,081,745 Change in original contract amount is due to extra Work and/or contract change orders adding work. Project Name/Number: NEWPORT BLVD. DOMESTIC WATER RELOCATION PROJECT'/ 10128919 (11167C) Start. and F inish Dates: 2/2012-4/2013 Project Description: AC PAVING, WATERLINE, PCC IMPROVEMENTS, & REMOVE METERS Agency Name: IRVINE RANCH WATER DISTRICT Project Descnptton: 15600 SAND CANYON AVE. Agency Name: IRVIN[ CA,92619-7000 Contact Person: TOM BDNkc)WSKI, Telephone: 949/453-5692 Original Contract Amount: $3,657,315 Final Contract Amount: $3,936,118 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: LONG BEACH ANNUAL 2012 — GAS & ENGINEERING 10128849/(10071C) ,101289171(11163C) - start and Finish Dates: 3/2012-1/2013, Project Descnptton: EMERGENCY REPAIRS Agency Name: .CITY OF LONG BEACH 333 WEST OCEAN BLVD. - LONG BEACH, CA 90802 Contact Person: CHARLES RAMEY Telephone: 562/570-5176 original Contract Amount: $2,000,000 Final ConfractAmount: $2,210,831 Change in original contract amount is due to extra work and/or contract change orders adding work. S III, T-Y-D/f IL1,FR CON'TRAC-,'I-.IN<SCC7. Project Name/Number: Start and Finish Dates: Project Description: Agency Name: Contact Person: , , ' 3 i l111,111111 PASADENA AVENUE STREET IMPROVEMENT PROJECT /10128916 (11161C) 2/2012-6/2012 AC PAVING, ADJUST MANHOLE, COLD MILLING, PCC IMPRV., SIGNS, 'LANDSCAPING/IRRIGATION &STRIPINGIMARKING CIY OF PASADENA 1414 MISSION STREET SOU III PASADENA, CA 91030 GABRIEL B.NEVAREZ telephone: 626/403-7248 Original Contract Amoun : $499,995 Final Contract Amount., $535,714 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: STREET RECONSTRUCTION SECTION — I, AGNES,AVF., ELM AVE., FRANCES AVE:, NORTH MURIEL DR., ADELE AVE., KATHLEEN. 110128914(11159C) Start and finish Dates: 2/2012-5/2012 Project Description: AC PAVING, PCC IMPRV., FABRIC, LOOPS, SIGNS, & STRIPING & MARKING Agency Name: CITY OF BARS -1 OW 220 E. MOUNTAIN VIEW ST., SU1—FE A BARSTOW, CA 92311 Contact Person: DOMINGO GONZALE'L I elephone:' 760/255-5156 original Contract Amount: $947,275 Final ContractAmount: $977,541 Change in original contract arnbunt is due to extra work and/or contract change orders adding work. Project Name/Number: ROBSON AVE. & MARTIN ST., STPL-5107(027) /10128913(11154U) Start and Finish Dates: 2/2012-512012 Project Description: RECONSTRUCTION PROJECT" Agency Name: Cts OF SANTA MONICA 1685 VIAIN STREET SANTA MONICA, CA 90401 Contact Person: _ ALLAN SHETH Telephone: 310/458-2201. Original Contract Amount.' $383,000 Final Contract Amount: $380,911 Change in contract amount is due to items of work being deleted by the agency. - . ProjeccPlamefNumbei: MERVYN'S BLDG. RENOVATION CONSTRUCTION CONTRACT/10128912(11151C) Startand Finish Dates: 10/2011.-7.1(7012 Project Description: SITE UTILITIES, PAVI;`IG, AND SITE IMPROVEMENTS Agency Ala me: WESTFIELD, LLC 7753 E. EASTLAND QR DR, 'AIS -Si COVINA, CA 91/91 C'r_.niac Pe!scn: ROBERT.'-.LLEN TrIephone: 626/967-3199 .. Ilitii SIJ LLY-ADA 1LI_FR C0N-FR1tC:T11NC3 CO— ,`x;; r 'i Project Name/Number: RUNWAY 15 RUNWAY SAFETY AREA IMPROVEMENTS /L0128907(11143C) Start and Finish Dates: 1/2012-4/2012 Project Description: AC GRIND & OVERLAY, BASE, MARKINGS, FENCING, ELECTRICAL Agency Name: BURBANK-GLENDALE-PASADENA AIRPORT AUT HORIII 2627 HOLLYWOOD WAY BURBANK, CA 91505 Contact Person: PEDRO BARRAGON Telephone: 818/840-88;0 Original Con tract Amount: $1,249,27'7 Flnal ContractAnlount: $1,313,842 Change in original contract amount is clue- to extra work and/or contract change orders adding work. Project Name/Number: DEEP CREEK ROAD OVERLAY /10128904(11140C) Start and Finish Dates: .3/01/2012,3/30/2012 Project Description: CRUS SEAL, COLD PLANE, AC OVERLAY, STRIPING Agency Name: COUNTY OF SAN BERNARDINO DEPARTMENT OF PUBLIC WORKS 825 EAST 3RD STREET SAN BERNARDINO, CA 92415 Contact Person: NIDHAM AL-REYES Telephone: 909-387-1831 Original CcntractAmount: $778,000 Final Contract Amount: $605,995 Change in contract amount is due to items of work being deleted by the agency. Project Nanie/Number: WILSHIRE J WESTERN FINAL PHASE /10128903(111390) Start and Finish Dates:, 8/2011-7/2012 Project Description: Cr(OF-LA,B-PERMIT Agency Name: SOLAIR MARKETING, LLC 175 WEST JACKSON, SUITE 540 CHICAGO, IL 60604 , Contact Person: - JIM O'BRIEN Telephone: 805/310-8270' OnginalContractAmount: $849,532 Final ContractAmourt: $863,853 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: Start and Finish Dates: Project Description: Agency Name: Ccntact Person: MOVEMENT AREAS /10128902(11136C) ONGOING - 12/2013 MAINTENANCE & REP,IR WORK ON T&M IN AIRCRAFT MOVEMENT AREAS BURBANK-GLENDAI E -PASADENA AIRPORT AUTHORITY 2800 CLYBOURN AVENUE BUR&U1K, CA 91505 KARFi I SEPULVEDA Telephone: 813/565-130S Cri;7inal Contract :!n;cun : ,:2:-0,000 Firn:I Ccnrract Arneunt: „6,059 tj ri SLJi T_.Y M HA,ER C0NTI2i_C"1'1NI (31 CC). Project Namefflumber: NON -MOVEMENT AREA 110128901(l1135C) Start and Finish Dates: ONGOING —12/2013 Project Description: MAINTENANCE A REPAIR WORK ON TAM IN NON -MOVEMENT AREA Agency Alame: BURBANK-GLENDALE-PASADENA AIRPORT AUTHOR! i 2800 CLYBOURN AVENUE BURBANK, CA 91505 Contact Person: KAREN SEPULVEDA Telephone: 818/565-130B Original Contract Amount: $200,000 Final ContiactAmount, $5,724 Change in'contract amount is due to items of work being deleted by the agency. Pioject Narne/Number. 2010-11 FEDERAL OVERLAY PROGRAM /10128896(11127U) Start and Finish Dates: 10/2011-1/2012 Project Description: AC GRIND -AND OVERLAY Agency Name: CITY OF SANTA CLARII-A 23920 VALENCIA BOULEVARD, STE 300 SANTA CLARITA, CA 91355-2196 Contact Person: 661/259-2489 Telephone: 661/259-2489 Original Contract Amount: $2,069,952 Final ContractAmount:_ $2,047,482 Change in contract amount is due to items of work being deleted by the agency. Project Name/Number: WHITEMAN AIRPORT AIRCRAFT RAMP /10128893(11123C) Start and Finish Dates: 2/2012-9/2013 Project Description: RECONSTRUCTION OF AIRCRAFT RAMP AgencyName: LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS 900 S. FREMOUNT AVENUE ALHAMBRA, CA 91803 Contact Person: JOSEPH NGUYEN Telephone: 626/458-3166 Original Contract Amount: $944,698 Final Contract Amount: $1,038,210 Change in original contract amount is due to extra work and/or contract change orders adding Work. Project- Name/Number: Start and Finish Dates: Project Description: Agency Name: Cnntect PCI'scil: 2011 ANNUALCITYWiDE STREC=I'RLSURFACING PROJECT /10128890(11119U) 8/2011-2/2012 STREET RESURFACING CIi ( OF CAI ABASAS 100 CIVIC CENTER WAY CALABASAS,CA97302-3172• TATIAi lA HOLDEN Te1epr0n_-• 818/2211-1600 Dllitlnu'i CGMI GiC :11GC!+i; y 51,1,'ib,?63 fuel Q'l it l'iiC {!11:6{Ari: ti1,27t),1231 Change� ! ... :II.-.... GL.' [u .al'fl/ri !1 SULLY -1'. ilA.HR CONT'R�?CT'I1�Ti� Project Name/Number. EAST AVENUE MASTER PLAN STORM DRAIN LINE 8 PROJECT /10128888(11117C) Sean and Finish Dates: 11/2011-10/2012 Project Description: AC GRIND & OVERLAY, PCC IMPRV., STORM DRAIN STRUCTURES, CONSTRUCT MANHOLES, RCP, FABRIC, (.00PS, STRIPING & MARKING, SWPPP Agency Name: CITY OF RANCHO CUCAMONGA 10500 CIVIL CENTER DRIVE RANCHO CUCAMONGA, CA 91729-0807 Contact Person: KENNETH FUNG Telephone: 909/477-2700 Original Contract Amount: $5,214,750 Final Contract Amount: $6;104,138 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: SOUTHERN PACIFIC SLIP /10128887(11116C) Start and Finish Dates: 1012011-5/2014 . Project Description: AC & PCC PAVEMENTS, PCC IMPRV., LANDSCAPE & IRRIGA I ION, SITE FURNISHINGS, RETAINING WALLS, GUARDRAILS/RAILINGS, SIGNS Agency Name: PORT OF LOS ANGELES 425 S. PALOS VERDES STREET 'SAN P,EDRO, CA 90731 Contact Person:. MARLYS WHITE Telephone: 310/732-7690 Original Contract Amount: $5,694,700` Final Contract Amount: $6,160,508 Change in original contract amount is due to•extra work and/or contract change orders adding work. Project Name/Number: WEST OAK PARK AREA / 11115C Start and Finish Dates: 7/2011-3/2012 Project Description: AC/ARHM GRIND & OVERLAY, CONCRETE IMPROVEMENTS, CRACK SEAL, LOOPS Agency Name: COUNTY OF VENTURA - goo SOUTH VICTORIA AVENUE VENTURA, CA 92821 - Contact Person: PHIL NELSON / DOLORES, Telephone: 8051654-3984 MURPHY Original Contract Amount: $2,470,417 Final ContractAmount: $2,373,097 Change in contract: amount is due to items of work being deleted by the agency. Project Name/Number: ROADWAY AND WATERLINE IMPROVEMENT /10128884 (11112C) Start and Finish Dates: 7/2011-0/9012 Projeci-Descriptiow ROADWAY AND WATERLINE Agency Name: CITY OF LOMITA 24300 NAP BONNE AVENUE . - LON! I A, CA 50717 - fir''Gi_ IOC: Ir � .St`Ji I.rr('1'B: 31QIjJ5-711Q MdNAAA Cs LILLY-MILLt.I2 CCN T RACT'ING CO. Project Name/Number. FY 2010-7011 RESIDENTAIL AREA 7 AND ARTERIAL ZONE AREA 5 /10128860(11108C) Start and Finish Dates: 7/2011-2/2012 Project Description: AC PATCHING, GRIND AND OVERLAY, CAPE SEAL.., SLURRY SEAL, MANHOLE ADJUSTING Agency Name., CITY OF DIAMOND BAR 21825 COPLEY DR. DIAMOND BAR, CA 9176$ Contact Person: DAVID SLOAN Telephone: 909/839-7000 Original Contract Amount: $1,8.29,990 Final Contract Amount., $1,823,184 Change ,in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number:; BNSF AGS PROJECT- HOBART YARD /10128878(11105C) Start and Finish Dates: 6/2011-8/2012 Project Description: CONSTRUCTION OF CIVIL AND ELECTRICAL FEATURESIN SUPPORT OF THE AGS HARDWARE, SITE DEMOLITION CIVIL, ELECTRICAL, STRUCTURAL, PAVING WORK ASSOCIATED WITH AGS Agency Name: BNSF 2500 LOU MENK DR., FORT WORTH, TEXAS, 76131 Contact Person: CHRISTOPHER HARD Telephone: ,817/352-4114 Original Contract Amount: $10,036,878. Final Contract Amount., $10,466,761 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: WALNUT GROVE AVENUE TO TUSH STREET/ 11111C Start and Finish Dates: 07%2011— 912011 Project Description: STREET RESURFACING Agency Name: CITY OF ROSEMEAD 8838 E. VALLEY BOULEVARD -ROSEMEAD, CA 9177D Contact Person: RAFAEL FAJARDO Telephone: 626/569-2100 Original ContractAmount: $1,109,950 Final ContractAmount • $1,083,687 Change in contract amount is due to items of work being deleted by the agency. "NO ILA" SIJLI-Y-1't 1LI,eR CC)r,TTRtiCTINC, Co. ProjectName/Number: STREET REHABILIIATIONPROJECT— REBID /10128881(11109C) Stan: and Finish Dates: 6/2011-112012 Project Description: TRAFFIC CONTROL, GRINDING, AC, PCC, ADJUST MANHOLES & VALVES, SIGNING/STRIPING/MARKING, LOOPS, UNDERGROUND, FABRIC DISPOSAL, FENCE RELOCA T ION Agency Name: CITY OF CHINO 1322 CENTRAL AVENUE CHINO, CA 91710 Contact Person: NAGHMEH IMANI Telephone: 909/464-8367 Original Contract Amount: $1,813,849 Final Contract Amount: $1,868,794 •-Change, in original contract amount is due -to extra Work and/or contract change orders adding work. Project Name/Number: SAN BERNARDINO COUNTY NEAR NEEDLES FROM 0.4 MILE WEST OF WHALE MOUNTAIN WASH BRIDGE TO 0.1 MILE WEST OF PARK MOABI ROAD OVERCROSSING11D128874C11099U) Start and Finish Dates: 5/2011— 3/2012 Project Description: WIDEN FREEWAY, INSTALL PERMEABLE SUB BASE; EDGE DRAIN, GRIND &OVERLAY FREEWAY -1.9 MILES IN LENGTH Agency Name: STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION 1727 3P STREET' SACRAMENTO CA 95816 Contact Person: DARCY DAVIS Telephone: 951/232-6000 Original Contract Amount: $7,193,800 Final Contract Amount: $3,262,201 Change in original contract amount is due to extra work and/or contract change orders adding work Project NameJNumber: Start and Finish Dates: Project Description: Agency Name: Contact Persons RESIDENTIAL STREET REHABILITATION FY2010-2011 &ANNUAL WATER MAIN REPLACEMENT PROGRAM PROJECT/10128866(110900) 4/2011-12/2011 SURVEY, SWPPP, PCC, AC, CRACK SEAL, ADJUST MANHOLES TO GRADE, TREE ROOT PRUNE, STRIPING & MARKING, SLURW(SEAL CITY OF LA HABRA 201 E. LA HABRA BOULEVARD LA HABRA, CA 90631 SAM MAKAR, P.E., SR. Telephone: 562/905-9720 CPVIL ENGINEER 01lginal Contiac Amount: $3,535,885 Final ContractAmount: $4,029,145 Change in original contract amount is due to extra work and/or contract change orders adding Mork. SULIYD/111, tiR . CC01q T RAC'I'.ING 'CO- Project Name/Number:• "G" AVENUE RAIL LEAD TRACK & CHANNEL PROJECT: PHASE H -LEAD TRACK CONSTRUCTION & DRAINAGE CHANNEL CONSTRUCTION/10128865(11088C) Start and Finish Dates: 0312011 -0212012 Project Description: TRACK IMPRV., AC, FENCING, STRUCTURES, CAB, PCC, SWPPP, TREE, CLEAR & GRUB, EROSION CONTROL Agency Name: CITY OF HESPERIA 9700 SEVENTH AVENUE HESPERA, CA 92345 Contact Person: . TINA SOUZA Telephone: 760/947-1474 Original Contract Amount: $4,622,722 Final Contract Amount: $4,988,909 Change in.original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: ELM ST. RESURFACING & WATERLINE,REPLACEMENT /10128864(11087C) Start and Finish Dates: 03/2011-01(2011 Project Description: CLEARING & GRUBBING, ADJUSTING MANHOLE & WATER VALVE & WATER METER, SURVEY MONUMENT, PCC, CATCH BASIN, COLD MTLI.ING, ARHM, AC, STRIPING & MARKING & SIGNING, LOOP DETECTORS Agency Name: CITY OF BREA ONE CIVIC CENTER CIRCLE BREA, CA 92821 Contact Person: BRAN INGALLINEREA Telephone: 714/671-4450 Original Contract Amount: $945,999 Final Contract Amount: $1,096,259 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: FLORENCE AVENUE STREET REHABILITATION PROJECT/ 10085C - .Star and Finish Dares: 0612011-07/2011 Project Description: CLEARING & GRUBBING, EXCAVATION, COLD-MILL,ARHM,AC,MANHOLE ADJUSTING, VALVE/GAS ADJUSTIi TENT, STRIPING & MARKING, TRAFFIC LOOPS Agency Name: CITY OF BELL 6330 PINE AVENUE BELL, CA 90201 Contact Person: CARLOSALVARADO Telephone: 626/960-1889 Original ConrraccAmount: $294,536 - rinalContractAmount: $271,478 Change in contract amount is due to items of work being deleted by the agency. =dev&& a . SLJLLY-1/1ILLER C—.O1,I T R.4CTINC- CO- Project Name/Number: LAV COLLEGE /10084C Start and Finish Dates: 02/2011— 03/2011 Project Description: RECONSTRUCT PARKING LOT Agency Name: CHEVERON ENERGY SOLUTIONS 150 E. COLORADO BLVD., STE! 360 PASADENA, CA 91105 Contact Person: WAYNE GRAHAM Telephone: 415/773-4748 Original ConhactAmount. $878,000 Final Contract Amount: $783,082 Change in contract amount is due to items of work being deleted by the agency. Project Name/Number: 2010/11 OVERLAY PROJECT /100830 Start and Finish Dates: 0212011— 07/2011 Project Description: MOBILIZATION, TRAFFIC CONTROL, CRACK SEALING, AC, ARHM, MANHOLES, LOOPS, THERMOPLASTIC STRIPING, PAVEMENT MARKERS, SIGNS, TREE WELL, CROSS GUTTER, DETECTABLE WARNING SURFACE, TREES, WATERVALVE, PULL BOX Agency Name: CITY OF CYPRESS 5275 ORANGE AVENUE CYPRESS, CA 90630 Contact Person: NICK MANGKALAKIRI Telephone: 714/229-6729 Original Contract Amount: $2,,198,000 Final Contract Amount. $1,790,853 Change in contract amount is due to items of work being deleted by the agency. Project Name/Number: Start and Finish Dates: Project Description: Agcncy Name: Contact Person: INNOV. VILLAGE /10079C 01/2011 — 0512011 AC PAVING, COLD MILL, CP.ACK FILL, ADJUST MANHOLE, LOOPS x PCC CAL POLY — POMONA FOUNDATION 3801 W. TEMPLE AVE POMONA CA 901768 BRUYN BAVANS Telephone: 9091369-6842 Original Contract Amount: $653,600 Final Contract Amount. $693,,203 Change in original contract amount is due to extra work and/or contract change orders adding work. :SIIL LY-IMILLFR CON T RACTIN(s 'r0. Project Name/Number: 26'" STREET IMPROVEMENTS /10074U .Start and Finish Dates: 02/2011- 07/2011 Project Description: EXCAVATION, CUT & DISPOSAL OF AC, GUTTER, COLD PLANE, COLD RECYCLING, CMB, MANHOLES, STRIPING & MARKING, TRAFFIC SIGNAL, LOOPS, CONSTRUCTION SIGNS Agency Name: CITY OF VERNON 4305 SANTA FE AVENUE VERNON, CA 90058 Contact Person: RAFAEL CONTRERAS Telephone: 323/583-8811 OriginalConhactAmount: $873,212 Final ContractAmount: $899,429 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number; EMERALD AVENUE STREET IMPROVEMENTS 1100770 Start and Finish Dates: 2/2011-3/2011 Project Description: AC OVER BASE, STRIPING & MARKING, CURBS, RAMPS, EXCAVATION TRAFFIC CONTROL, COLD PLANE, CMB, MANHOLE ADJUSTT ING, LOOPS, SLOUGH WALLS Agency Name: CITY OF LA VERNE 3660 "D" STREET LA VERNE CA 9175D Contact Peron: JASON WELDAY Telephone: 909/594-9702 Original Cent)actAmount: $226,000 Final Contract Amount: $487,575 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: ROSECRANS AVENUE & VALLEYVIEW AVENUE STREET IMPROVEMENTS /10072C Start and Finish Dates: 01/2011- 03/2011 Project Description: MOBILIZATIION, EXCAVATION, CMB, COLD MILL, ARHM, AC, CURB & GUTTER, ADJUST WATER. VALVE & MANHOLES, STORM DRAIN, LOOPS, TRAFFIC CONTROL, PAVEMENT MARKERS, SURVEY MONUMENTS Agency Name: CITY OF SANTA FE SPRINGS 11710 TELEGRAPH ROAD SANTA FE SPRINGS„ CA 90670 Contacc Person: RAFAEL CASILLAS Telephone: 562/868-0511 Original Contract Amount: $668,149 Final Contract Amount: $559,031 Change in contract amount is due to items of work being deleted by the agency. C a JUI.L.Y--1 /TLIi.I.ER C ONTFZ€ ,kC'I'INC-r CO. SIDDEWS EXPEMENCE AND QUAUPECAVEONS Project Name/Arumber: LB ANNUAL 2010 /10128849(100710) Stan and Finish Dates: 01/2011-11/2012 Project Description: EMERGENCY REPAIRS Agency Name: CITY OF LONG BEACH 33 WEST OCEAN BLVD Project Name/Number: LONG BEACH, CA 90802 Contact Person: ROBERT SOLIS Telephone: 5621570-5176 Original ContractAmounr: $2,000,000 Final Contract Amount: $2,210,831 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Narne/Number: RAMPS A&B REHAB 110070C Start and Finish Dates: 01/2011— 0712011 Project Description: AC PAVING, PCC IMPRV., ELECTRICAL, FENCING, WHEEL STOPS, STRIPING/MARKING Agency Name: BURBANK-GLENDALE-PASADENA AIRPORTAUTHORIIY 2800 N. CLYBOURN Idt-.PI) RUDR.C. E_. L'; - ! BU RBANK, CA 95105 Contact Person: SAFA KAMAGAR Telephone: 818/565-1305 Original Contract Amount: $6,595,968 Final ContractAmount: $6,713,133 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: VALLEY BLVD, REHABILITATION PROJECT/10069U Start and Finish Dates: 01/2011— 0712011 Project Description: SURVEY, AC GRIND 8e OVERLAY, CMB, PCC IMPRV., RCB CULVERT, ADJUST UTILITIES, SIGNS/STRIPING/MARKING, LANDSCAPE &L IRRIGATION Agency Name: CITY OFALHAMBRA 111 SOUTH FIRST STREET ALI IAMBRA, CA 91801 Contact Person: MELISSA RAMOS Telephone: 626/282-5833 Original ContractAmounr: $1,851,G17 Final contract Amount., $1,871,827 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: LAKE-ALAMEDA /10128845(1006711) Startald Finish Dates: 01/2011-12/2011 A oject Description: ACCESS PATH CONSTRUCTION Agency Name: LP-.CDP10l 900 SOUTH FREMOUNil AVE 8T" F LOOP ALHAMBRA CA 91802 CGI.i::[ cl„W;: Idt-.PI) RUDR.C. E_. L'; - ! G.%u14.,,-Sigf1 .CI ;: t. Fi,LAR JIJL IY jl�M1 CG`I�]'t R A.C, INC, LCA. BIDDERS EXPERMOCE AND (QUALIFICATRONS Project Name/Number: LAKEWOOD BOULEVARD IMPROVEMENTS — PHASE 3A /10128841(10063U) Starr and Finish Dares: 10/2010 —11/2011 Project Description: AC PAVING, PCC IMPROVEMENT, CLEAR/GRUBBING, ELECTRICAL, IRRIGATION, MANHOLE ADJUSTING, SIGNING, STRIPING & UNDERGROUND Agency Name: CITY OF DOWNEY 11111 BROOKSHIRE AVE., DOWNEY,CA 90241 Contact Person: DESI GUTIERREZ Telephone: 562/62273468 Original Contract Amount: $3,233,203 Final ContractAmounF. .$3,547,058 Change in original contract amount is due to extra work and/or contract change orders adding work Project Name/Number: MAIN STREET - 2N° STREET "TO "H" AVE/10057C Start and Finish Dates: 04/2011-10(2011 Project Description' COLD PLANE, AC, PCC, ADJUST UTILITY MANH0LES, REMOVE CATCH BASIN, CMB, LOOPS, TRAFFIC SIGNAL, STRIPING & MARKING, SWPPP, SURVEY Agency Name: CITY OF BARSTOW 220 E. MOUNATAIN VIEW ST. BARSTOW, CA 42311 Contact Person: MARK ROWAN Telephone: 760/241-6146 Original Contract Amount, $1,645,609 Final Contract Amount: $1,869,560 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: RESIDENTIAL STREETS IMPROVEMENTS PROJECT 110128832(10053C) Start and Finish Dates: 08/2010—.04/2011 Project Description: SURVEY/MONUMENTS, PCC, CMB, TRUNCATED DOMES, CAPE SESAL, CHIP SEAL, SLURRY SEAL TYPE IT, AC, CRACK ROUTING 8L SEALING, ADJUST MANHOLES a VALVES, ROOT PRUNE, STRIPING & MARKING2u SIGNS Agency Name: Cif( OF RANCHO PALOS VERDES 30940 HAWTHORNE BLD, RANCHO PALOS VERDES, CA 90275-5391 Contact Person: CHUCK. STEPHAN Telephone: 310/544-5252 Original ContractAmoumU $1,218,105 Final ConrraccAmount: $1,275,338 Change in original contract amount is due to extra work and/or contract change orders adding viork. CO3VTRACTING CO. Project Name/Number. AVE H, MOUNTAIN VIEW, 2ND AVE, COUNTY CLUB /10051C start and Finish Dates: 09/2010 — 04/2011 Project Description: AC, UTILITY MANHOLES, CMB, PCC, TRAFFIC SIGNAL, LOOPS, STRIPING & MARKIMG, SIGNAGE, ADJUST WATER VALVES & GAS VALVES, REPAIR EXISTING SEWER LINE Agency Name: CITY OF BARSTOW 220 E. MOUNTIAN VIEW ST BARSTOW, CA 92311 Contact Person: MARK ROWAN Telephone: 760/241-6146 Original Contract Amounr.:. $1,523,00b Final Contract Amount: $1,803,836 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Nurnber. VARIOUS STREETS, VIRGINIA WAY �i C /10048C Start and Finish Dates: 0212011-12/2011 Project Description., AC, PCC, CATCH BASIN, UTILITY MANHOLES, LOOPS, STRIPING & MARKING, SIGNAGE Agency Name: CIY OF BARSTOW 220 E. MOUNTAIN VIEW ST BARSTOW, CA 92311 Contact Person: MARK ROWAN. Telephone: 760/241-6146 original ContractAnount: $1,124,134 Final Contract Amount: $1,365,121 Change in original contract amount is due to extra work and/or contract change orders adding Work. Project NameJNumber: MEADOWPASS ROAD IMPROVEMENTS /10047C Start and Finish Dates: 09/2010 — 03/2011 Project Description: CLEARING 8L GRUBBING, CAB, AC, PCC,,ADJUST VALVE &MANHOLE1-O GRADE, .. STRIPING/MARKING/SIGNS, STREET LIGHTING, RETAINING WALL, MASONRY WALL, PIPE LANDSCAPE & IRRIGATION, LOOP DETECTORS, STROM DRAIN, CATCH BASIN, STRUCTURES, RCP Agency Narne. CITY OF WALNUT 21201 LA PUENTE ROAD WALNUT, CA 91789 Contact Person: JASON WELDAY Telephone: 909(595-6095 Original ContractAmount: $3,445,395 FinalContractAmount: $3,910,596 Change in original contract amount is due to extra work and/or contract change orders adding work. " NE s W H SU1-1-Y-M!-11I-fiR COP TR.",A:TSNC: CO. Project Name/Number": Start and Finish Dates: Project Description: Agency Name: Contact Person: ARMORY ROAD /10046C 09/2010 — 01/20'11 AC EMULSION, ADJUST MANHOLE, SURVEY, STRIPING/MARKING/SIGNS, PCC, LOOPS CITY OF BARSTOW 220 F. MOUNTAIN VIEW Si' BARST OW, CA 92311 WILLIAM HENDERSON Telephone: 760/255-5157 Original ContractAmount: $762,765 Final Contract Amount: $786,834 Change in original contract amount- is due to extra work and/or contract change orders adding work. Project Name/Number: "ABBOTT ROAD STREET IMPROVEMENTS / 10043U Start and Finish Dates: 09/2010 —12/2010 Project Description: AC GRIND & OVERLAY, PCC IMPRV., ADJUST UTILITIES, ELECTRICAL, ROOT PRUNING/TREE TRIMMINGrREF REMOVAL, STRIPING & MARKING, STORM DRAIN STRUCTURES Agency Name: CITY OF LYNWOOD 11330 BULLIS ROAD LYNWOOD, CA 90262 Contact Person: PAUL NGUYEN Telephone: 310/603-0220 Original Contract Amount: $1,267,754 Final ContiactAmount: $1,601,267 Change in original contract amount is due to extra work and/or contract change orders adding work. Project Name/Number: DAISY AVENUE/10042C Start and Finish Dates: 09/2010 — 03/2011 Project Description: PULVERIZE, CLEAR & GRUB, BOLLARDS REMOVAL, REFURBISH BOLLARDS, TREE & STUMP REMOVAL, TREE PRUNE, ADJUST MANHOLES & VALVES, ELECTRICAL, ADJUST SURVEY MONUMENTS, CONCRETE IMPRV•, GRANITE, AC, FIREHYDRANT MARKERS, STRIPING & MARKING, LANDSCAPE, UNDERGROUND Agency Name: CITY OF, LONG BEACH 333 WESOCEAN BLVD LONG BEACH, CA 90802 Contact Person: ERIC LOWE Telephone: 562/570-5176 Original Contract Amount: $7,312,217 Final ContractAmount: $1,362,408 Change in original contract amount is due o extra Work and/or contract change orders adding work. S L3 LiY-N),11.1,ER Project Name/Number: STATE STREET /100370 Start and Finish Dates: 08/2010 — 03/2011 Project Desciiption: REPAIR OF PCC PAVEMENT AND SW/RAMPS/DW Agency Name: CITY OF SOUTH GATE 8650 CALIFORNIA AVENUE SOUTH GATE, CA 90280 Contact Person: DANIEL GRUEZO Telephone: 323/357-9657 Original Contract Amount: . $1,299,973 final Contract Amount: $1,546,185 Change in original contract amount is flue to extra work and/or contract change orders adding work. TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION 2014-15 Annual Overlay Project Bid No. ENG-14-15-M0102A Project No. M0102 A City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. AIILS Exceptions will not necessarily result In denial of award, but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. C-5 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M0102 A City of Santa Clarita, California This bidder X , proposed subcontractor hereby certifies that he has X , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has X , has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former Presidents Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Suliv-M' ler ontractin Company Y........,.._.. Title: Dennis Gansen, Assistant Secretary Date: 04/15/15 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) Is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not 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. C-6 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bld are true and correct and made under penalty of perjury EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: Sully -Miller Contracting Company Telephone No.: 4/78-gfnn State CONTRACTOR's License No. & Class: 747612 - A Original Date: 03/30/98 Expiration Date: 03/31/16 The following are the names, titles, addresses, and phone numbers of all Individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: C-7 CERTIFICATE OF INCUMBENCY AND RESOLUTION 1, Anthony L. Martino, II, do hereby certify that I am the Secretary of Sully -Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute books of said corporation. And I do hereby further certify that the following persons are duly elected officers of said corporation, TITLE NAME Chairman of the Board Gordon R. Crawley President David Martinez Vice President, Chief Financial Officer and Treasurer Timothy P. Orchard Vice President of Operations William Boyd Vice President Scott Bottomley Secretary Anthony L. Martino II Assistant Secretary Jae Won Assistant Secretary Raymond Sanchez Assistant Secretary Dennis Gansen I further certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said Company at a meeting held on December 10, 2014, and that this resolution has not been in any way rescinded, annulled, or revoked but the same is still in full force and effect: "BID TENDERS: GENERAL RESOLVED, that any officer of the Corporation be and they hereby are authorized in the name and on behalf of the Corporation, under its corporate seal or otherwise (i) to prepare proposals and bids for the supplying of construction materials and the performance by itself or in joint venture, of work of whatsoever nature in connection with the construction or paving of highways, roads and airports and in connection with earthworks and civil engineering projects of all kinds, together with all work incidental thereto, (ii) to execute and submit any and all such proposals and bids to any governmental authority, instrumentality, or agency of the United States, its several states, territories and possessions, including without limitation, any municipality or other political or corporate subdivision thereof, and to any corporation, partnership, sole proprietorship, or other business entity, (iii) in connection with any such submission, to deliver bid deposits or bonds as may be required and (iv) to execute and deliver definitive agreements binding the Corporation to perform work in accordance with any proposals and bids authorized hereby." IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 21 st day of January 2015. (SEAL) 4ony L. Martino, Il Secretary Sully -Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 15th day of ApriL 20 15 . BIDDER: Dennis Gansen, Assistant Secretary Name and Title of Signatory of Bidder 135 S. State College Blvd., Suite #400 Brea, CA 92821 Address 714/578-9600 33-07ft7630 Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to thisPlease see attached. .day of , 20_ Notary C-8 (SEAL) 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 Calitornia County of Orange On April 15 2015 before me, Maria L. Ruiz. Notary Public Date Here Insert Name and Title of the Officer personalty appeared Dennis Gansen 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. 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. t MARIA L. N Commission # 20000 3065 s7 Notary Public -California z Signature of Notary PubQ Los Angeles county n My Comm. Expires Jan 5, 2011 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 Docu nt City y($¢. C{mNg, 201als Annue� Prelay- Titte or Type of Document: a .sxrwd n.ndDocument Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Dennis Gansen Signer's Name: Corporate Officer — Title(s): Assistant Sarretary ❑ Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual U Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contracting Co. 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 N/A BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a `certified/cashier's check payable to the order of the City of Santa Ciarita for: dollars ($ ), this amount being not less than ten Percent (100/6) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of Its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M0102 A Bidder's Signature CONTRACTOR Address City, State, Zip Code Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. C-9 PROPOSAL GUARANTEE BID BOND 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M0102 A City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that Sully -Miller Contracting Company as BIDDER, and Liberty Mutual Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Peroent of the amount bid dollars ($ 10% ). which is ten percent (100/6) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, finely by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or If said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 1st day BIDDER: Dennis Gansen Assistant Snnratary Name and Title of Signatory 135 S State College Blvd., Ste 400, Brea, CA 92821 Address SURETY` Liberty Mutual Insurance Company 8044 Montgomery Rd., Ste 150E Cincinnati 01145236 513-792-1861 Subscribed and sworn to this day of . 2Q See attached acknowledgment NOTARY PUBLIC.. (SEAL) 'Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. C-10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verlfles 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 April 15 2015 before me, Maria L.Ruiz,Notary Public Date Here Insert Name and Title of the Officer personally appeared Dennis Gansen Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare 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. (p}t^ MARIA L. RUIZ ti Commission # 2003065 a r, Notary Public -California z ` Los Angeles County My Comm. Expires Jan 5, 2017. 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. , Signa Signature o Notary lic 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: Dennis Gansen Signer's Name: p Corporate Officer — Title(s): Aec'gra�,f SRS ❑ Corporate Officer — Title(s): CI Partner — ❑ Limited Ll General 1-1 Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual O Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sullv-Miller Contracting Co 02014 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Rem #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE < •� '+.Mie to a vt. .wK�n .m3/a dNi':<.'. 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 APR 0 12015 before me, Mega[! Melchor, Notary Public Date Here Insert Name and Title of the Officer personally appeared victoria M. Campbell Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that +te/sheh-hepexecuted the same in tis/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. MA13ALI MELCHOR [ Commission N 2079392 L <Notary Public - California z Orange County OM� Comm. Expires -Sep 3, 2018 Place Notary Seal 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 In d and ff c al al ^ Signature ture of i0otary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: APR 01 2015 Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual 129 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Liberty Mtituut Insurance Company Signer's Name: ❑ Corporate Officer — Title(# ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 66ne24 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire 8 Casuahy Company and The Ohio Casually Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company Is a corporation duly organized underthe laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Christina Johnson Jacoueline Kir}c Linde Hotchkiss Shirley BaumanVictoria M Campbell all of the city of t.e , state of CA each individually if there be more than one named, its true and lawful ahomeydo-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and dead, any and all undertakings, bonds, recognizances and other surety obligations, In pursuance of these presents and shall be as binding upon the Companies as if May have been duly signed by the president and atlested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto Nis 1st day of July 2014 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West myrica h Insurance Company By: STATE OF PENNSYLVANIA ss David M� Coe ; Asmsratt Secretary COUNTY OF MONTGOMERY On this ist day of Jul „ 2014 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company. and Wast American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized otllcsr. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seg at Plymouth Meeting, Pennsylvania, on the day and year first above/written. By:.�4+t%AL��-f �. Teresa Pastella , Notary Public This Pewerof Attorney is made and executedpursuantto and bysutbonty of the following By-laws and Authorizations ofAmenican Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West Amancen Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV -OFFICERS- Section 12. Power of Aaomey.Any orficeror other official of the Corporation authorized for Nat purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such ahomeys-in-fact, as may be necessary to ad in behalf of the Corporation to make, execute, seal, acknowledge and delver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such aflomeysin4wL subject to lite limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to *tach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative orattomey-in-fact under the provisions of this article may be revoked at any fime by the Board, the Chairman, the President or by the officer or officers granting such power er authority. ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such irritations as the chairman or the president may prescribe, shall appoint such attomeys4n-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and delver as surety any and all undertakings, bonds, iewgnbances and other surety obligations. Such stomays4ri-tact subject to the limitations set forth in their respective powers of attorney, shall have full Power to bind the Company by their signature and execution of any such instruments and to attach Ihereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such ahomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, necognizances and other surety obligations. Authorization - By unanimous conserdof the Cortpany$ Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any pourer of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Gregory W Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company. Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies This day of By: ihsK` ;.' Gregory W. Davenport, Assistant Secretary LMS 12673 122013 149 of 300 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) 2014-15 Annual Overlay Project Bid No. ENG-14-15-M0102A Project No. M0102 A City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged Information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member CT agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDERS CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. C-11 NON -COLLUSION AFFIDAVIT 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M0102 A City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA COUNTY OF MXW&MX § Orange Dennis Gansen being first duly sworn deposes and says that he is the Damctant SecreLm ________ (sole owner, a partner, president, etc.) of Somm,andfurther.that illnr f ontracL[lg C41ups10y the party making the foregoing bid; that d is not made in the interest of or behalf of any undisclosed person, partnership, company, tion, organization or corporation, that such bid is genuine and not collusive or sham, that said has not directly or indirectly induced or selic(ted any other BIDDER tc put in a false or sham bid, anyone shall refrain from bidding, that sad BIDDER has not in any manner, directly or indirectly by agreements, communication or conference with anyono to fix the bid price of said BIDDER or other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of thatof any IDDER, or to secure any advantage against the public body awarding the Contract or anyone ed in the proposed Contraot, that alt statements contained in such bid ora true, and further, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and, will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other Individual information or date relative thereto, of paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or AGENCY thereof, or to any, other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Sign re Dennisnsen Title Assistant Secretary Subscribed and sworn to and before me this day of 20_ Please see attached Seal of Notary C-12 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE ❑ See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer(s], not Notary) ,SkjIgiure of Document Signer No. 1 Signature of Document Signer No. t tiny) 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 Califomia County of Orange MAFIA L. HUIZ � �� Commission # 2003065 Notary Public -California z -- Los Angeles County `` My Cumm. Epires Jan S 2017 Seal Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this 15th day of April 20_15_ by 015- by Date Month Year (1) Dennis Gansen (and (2) ), Names) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Sig_ Signature of Notary Pab#c OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Non -Collusion Affidavit (CHy of Santa Clarita) Document Date: Number of Pages: Signers) Other Than Named Above: 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5910 BIDDER'S QUESTIONNAIRE 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M0102 A City of Santa Clarita, California If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, Indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. 1. Submitted by: Sully -Miller Contracting Co Telephone: 714/578-9600 Principal Office Address: 135 S State College Blvd Suite #400 Brea CA 92821 2. Type of Firm: Corporate: X Other: Individual: 3a. If a corporation, answer these questions: Date of Incorporation: 06/16/97 State of Incorporation: Llelaw.are President's Name: Please see attached Certificate of Incumbency Vice -President's Name: Secretary or ClerKs Name: Treasurer's Name: 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 100/6 interest: C-13 BIDDER'S QUESTIONNAIRE (cont'd) 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M0102 A City of Santa Clarita, California Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR's license: !)avid rt3 ioez,$MO License number: 747612 -Class: A Expiration Date: 03/31/16 5. CONTRACTOR's Representative: tlennis Garisen Title: Assistant Secretary Alternate: Chadie Pessa Title: Chief Estimator 6. List the major construction projects your organization has in progress as of this date: Please see attached list of Active Jobs Owner: (A) (B) Project Location: Type of Project: C-14 SULLY -MILLER CONTRACTING m'rZYi PROJECT LIST -ACTIVE JOBS Pe*c svMe KK�>H AOTNE JOBS - PAGE 1 OF' *µ e CG0 - ...s CONTRAGI EST F3T. a p SWPPP PLAN. u. JOBT JOE,JOBY AGENCY JOS FOREMAN AMtXI START IRINISH °'COMMENTS 4 4^A 1010&47; Oryoop%b eL )1450 N. Campus St.. Upland Brooks Rove Na.. R.P., RPehl ' NOrmn M9,061 "<:G9115 W24115 4 ? KIN Kj_ ':'i Eiunq HMa Nenf EkcVio Faunoon, U.6, Hi 65 Cook Armok of. no. G*rmo'I Peres 190500 04716115 0541115 4iNiN.tN - "V", -.2a-sad Monte_"ello 8:v6. Rosemead Lino Om"ey Na MaulEm E.Vada t 624.686 W9dt5. 4 N NI N :.hCs1S.MovHentlelsanCamIXon Sanchez son." nla WBbmeon ':. Gulnml Cook R]9O0001 4%1115 Pt&18' 4 N: N. Y A - 4'4 tS C,-eSkee(Remn6L, 51Nton Cask Amda Na Low ':Cmavr 472,667! 411Lt5 6/5l7S 4 1 N KIN! NWA 5=03 ul. WMkofiame Wm HNN vod-Amer Wu Wu Ne Love ANern GOlson 667,415; 0Zro2115 IV3111S 4. N N N NN1 1 t§i3; xlffi -Turner USGHealfh 3oanoa6 Campos - Solo St, &Norink Sl LA NM4mann .Naumann No Love A.. 264,660{.. 01'M_115 01M0113 4 N N N NA A16733G 1}Fulleraar alar Mtoo,' err Rs aunrtnt Hama : Dmot No Maumin J. _Poraz O, Gmw 2,292.7,ta D WJ5 4 N N N A :" NW '00191 �Cac r4�� Green Rim R4 Croner MMapez pw"any Na Mauldin 5,hda 5.II9,322 9415715 W15116� 4 N i N N L. ,. h .:51 h :on i h -Lemon West El Ocmoo. Sraakdele, Fullerton Nomolonem D.o, No MauWin '': Jones O, Game, 1,396.81 0=1iS 069911 4 N' N N 1 '. pg. Lay Bvacn _. mhos Ave, 7dl to O. e, Lo'Beach NoWa*lnalo LeCWne Na Lem Kick 1321,0 04!01115 NW1 4 - N N. 'Grarncru Wmhin Mvd CommNoa Mu ex Rba Ne woo : Jolamon Rios 2$.716.59 04941 "9417 4 Y N N 'as Ru W_K�85k0_m.____„UCIATeacHm BLpmiM BPermil) Neumann : Naumann(. nh Low : AMrez 315, 1-iVIDtB 711=1 4 N: N N . 'Sv18AG A-10Tppemrte Mtese 11 Ma ea Brooks not Wilsemsan Rdmem. Yalta 11,878.71 02H]i1S 0VINI6 4 Y.. N'. N G4 acs !Palos Vexes BNd.. Tonow Duals D. Na Mauldin Janes 2.664.16 049111 099t1'S ....N N N 1 C5 'Madison St. &Sm &,Or., Torma!ID] Dudk LCCbine Na MaaWln Knk G 1345,246 12'0&14 05,1115 4 N N N. { 4 t e '. ; 502058411 L L acH 'I.t a6J lmple o1a Me use i LoO.,re Na Limma..,`. Kirk { Pr_ oy 7,485 OW 03'16/15 OWGV'6 4 f. Y N N IWSZ411 Lc { -maxi Gla nolo Ava. Lon Smoh Guo LeCbee No Lova Kirk &Rath 2.154,780 1027!14 0411-15 4 N N N ,. .. 10161616 129Srons RTE.4054^^. L4 Dud AReole Na iiiiii ROPtt RaSamr Pi@naa 20219.115 07711713 12131x1 4 Y N N A 101615 dsi slaeke i'nnu¢I PaNIy.Sanm:Manim DWI Newton,: wo Low tCo.., D.Roth 3.642,352 MM14 949WIS 4 N N N' >. ID'<0354 ?MiNGarst MBoaa]PRKG. Fac5iT-62D tN. N.d fit. LoaA abs Gnder GddrANu Na 1 Low ANttea C.Olwo 294.300 069M14 06MIMS 4 N N: N n•2'3 i _.[ TKPwzaSU rGreM Gioar Grld°nWu N. I i ove Arae2 Gpam 1,347465 G8g2114 0 1115 4 N N N! --- j NanW Gmva HVsi2j Cmanoa�t Neumann • mann nla Wi81em»n Averea Cock 2.146,255 05!12114 09139415 4 t ! N. N N ..:`Yv 'dos ,CamdaHM.B Hon.Yulu, Glendem b.may Bmoka Na MwWin -Romero `. Whim. } 10.171;063 03/15114 D FVlj 4 ? N N. N 11 lt i A, Mom \eumann A1m1a Na Lme E60ade Lzanla i 1161]24 1",701141 E 1I” 4 Y. IJ —f8af-m8d&K.1-,1Plaa _ Iavrc Gr.W -Im F olMl Exlei,rn Gfrd0rlN/a n!a. Law Al".. GAkoG 3 3 1 10413 OtV V 4 Y j Y N _ U a? E'- L t OMLFO&L M Ja R Eer P lo," 447 I?o M_ 121,116 N N w HKxa.Qn Cwl9ooW )NlgWefk_ _ - _ -_. Noeh j. Rah <K c L Ras.! 6Gao. #3400 1v 11LY- 1u 1115•'-4 V Pe*c svMe KK�>H AOTNE JOBS - PAGE 1 OF' SULLY -MILLER CONTRACTING allots PROJECT LIST -ACTIVE JOBS JDEJOBE 1013=7 3 11 y+�+(�i IrN FIF+i. F tSji Nrv£? -� t AGENCY .. ���+�ahG.4i6aH .++ l:x Hspki BAaF IWBimPh AAAA. d 'i P +�"'(tCONTRACT Wu + An Ne Law Nuw idez tM O 13 OWiN5.4 Y Y- N AAA A . _. if Ii64D Fn vna FonWUAnnuN BrayA.. AMA! NaFPpw . ROW ti. PiMun i 3=000 imull ovolms A N_. N N + + i r ACTNEJOBB-TOTAL ACTIVE JOBS -PAGE 2 OF CERTIFICATION OF NON -SEGREGATED FACILITIES 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M0102 A City of Santa Clarita, California The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The CONTRACTOR agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. Sully -Mille ntr ting Company CONTRACTOR Dennis Gansen, Assistant Secretary Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). C-15 Safe Of -Cafforrr�a B ARD ���TOIMSTATELICEMSLz: b A 4 -6-12" Ewy,CORP ;:'MILLE. T R CON' i RA CTN G tOMPANY L t� ",,—w. csib ca. gv,/ Public Works Contractor Registration Search This is . tist., of ..ent eW acave cor[utd.,naistrations pursuant to Division 2, Pao 7, Chapter 1(curnmereing with section 1720) of the Cear.mla Labor Code. Enter at least one coinch coterie to display afire regidamd poh4c wares corfmcforts) matching your szWlicoa. Registration Number: 1000003664 Contractor Legal Name:. ISully-Miler Contracting Company� QfdaLdgLW111C_IAp(Rtp License Number: 747612 Search Reset Public Works Contractor Registration Web Search Results No Registered Contractors to display CoLyriglit D7.014 State ofCaliforah ADDENDUM NO. 1 2014-15 ANNUAL OVERLAY PROJECT Bid No. ENG-14-15-MO102A Project No. M0102A City of Santa Clarita, California April 10, 2015 This Addendum consists of 4 pages (AD01-1 through AD01-4), plus attachments and modifies and forms a part of the Contract Documents noted below. Portions of the Contract Documents not specifically mentioned in this Addendum remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. No time extensions are granted. Changes and Clarifications: 1. Bid Schedules —Base Bid, Alternates A, Band C: Delete and replace with the attached revised Base Bid Schedule and Alternate Bid Schedules. 2. Specifications Changes: Modify the text on the following sheets and sections as described: Sheet No. E 1 - Section 1 Terms, Definitions, Abbreviations, and Symbols. Add CASQA—California Stormwater Quality Association. Sheet No. E 7 — Section 2-5.3 Submittals. Submittals shall be sent in Attention to: Frank J. Lujan. Sheet No. E 15 — Section 3-3.3 Daily Reports by Contractor. Add the following: The daily report shall also be submitted on EADOC each day. Sheet No. E 23 — Section 6-9 Liquidated Damages. Delete paragraph 1 and replace with the following: Liquidated damages for failure of the CONTRACTOR to complete the work within the time allowed are hereby amended to be two thousand five hundred dollars ($2,500.00) per day. Sheet No. E 27 — Section 7-8.1b Clean Up and Dust Control. Delete Pollution Prevention and replace with Best Management Practices. Delete SWPPP and replace with BMP. Sheet no. E 28 — Section 7-8.1.1 Dust Control. Delete and replace with the attached Section 7-8.1.1. Sheet No. E 32 — Section 7-8.6 Water Pollution Control. Delete and replace the attached Section 7- 8.6. Sheet No. E 47 — Section 7-10.4.3 Special Hazardous Substances and Processes. Delete sentence 2, paragraph 2 and paragraphs 3-6. Sheet No. F 4 — Section F2-2.2 Traffic Control Plan. Delete sentence 1 and replace with the following: The detailed traffic maintenance and control plan must be approved by the City Traffic Engineer two weeks prior to starting any work. Sheet No. F 5 — Section F2-2.4 Traffic Maintenance. Delete and replace with the attached Section 2-2.4. Sheet No. F 9 — Section F2-3.2 Payment. Delete Remove and Replace Rubber Speed Bumps and replace with Remove and Reinstall Rubber Speed Bumps as per manufacturer specifications. AD01 - 1 Sheet No F 11 — Section F2-5 Asphalt Concrete. Delete and replace with the attached Section F2-5 Sheet No. F 22 — Section F2-7.3.5 Rolling. Delete paragraphs 2 and 3. Sheet No. F56 — Section F2-17.3 Construction. Delete sentence 4 and replace with the following: Failure to install temporary loop detectors or follow this schedule will result in liquidated damages of $2,000 per loop detector. Section F2-21 SCRRA FORM NO. 6 — ALLOWANCE — Replace with section with: F2-21 SCRRA FORM NO. 05—ALLOWANCE The Allowance for Form No. 05 shall be paid as indicated in the bid schedule, Contractor shall submit Form No.. 05 to SCRRA prior to payment. Site Plan — Sheet 4 of 34 - The stop bar located near the grade crossing should meet Caftrans CA MUTCD Page 88-15 requirements. Attached is this page for your information. Special provisions, Section 5 -Utilities replace address and phone number for SCRRA to: 2558 Supply Street, Pomona, CA 91767 (909) 392-8463. Appendix "C", SCRRA Form No. 5 has been updated. Please replace with updated SCRRA Form No. 5 attached. You may also obtain updated Form No. 5 at the following website link: Site Plan — Sheet 1 of 34 - Add the note: "SCRRA is not a member of DIGALERT. The Contractor shall call SCRRA's Signal Department at (909) 592-1346 a minimum of five days prior to beginning construction to mark signal and communication cables and conduits. To assure cables and conduits have been marked, no work may proceed until you have been provided with an SCRRA dig number. In case of signal emergencies or grade crossing problems, the contractor shall call SCRRA's 24- hour signal emergency number 1-888.446-9721." Site Plan — Sheet 1 of 34 - Add the note: "Contact SCRRA's consultant/contractor at (714) 920-9037 to arrange for flagging services. Flagging service is dependent on the Employee -In -Charge (EIC) availability and may require a minimum of fifteen working days prior to beginning work. Prior notification of flagging services does not guarantee the availability of the EIC for the proposed date of work." Site Plan — Sheet 1 of 34 - Add the note: "contact SCRRA's consultanUcontractor at 1-877-452- 0205 to arrange for third party safety training. Allow 24 to 72 hours from the request for safety training to arrange the training. Site Plan — Sheet 1 of 34 - Add the note: "Contractor is to complete SCRRA's Form 5. This form is available on SCRRA's website at www.metrolinktrains.com ("About US", and "Engineering and Construction'). Site Plan — Sheet 1 of 34 - Add the note: 'Temporary traffic control plans shall be submitted to SCRRA for comments and approval not less than 60 days prior to start of the work. The temporary traffic control plans shall be prepared, signed and seated by a California Licensed Civil or Traffic Engineer. Temporary traffic control will comply with the current editions of the California Manual of Uniform Traffic Control Devices (CA MUTCD), Work Area Traffic Control Handbook (WATCH), Temporary Traffic Control Work At or Near Grade Crossing Guidelines prepared by SCRRA and SCRRA's Engineering Standard ES4301". AD01-2 Site Plan — Sheet 1 of 34 - Add the note: "Traffic control plans shall be signed and stamped by a registered Professional Engineer (civil or traffic) licensed to practice in the State of California". Site Plan — Sheet 1 of 34 - Add the note: "SCRRA Employee -In -Charge (EIC) must be present at the crossing at all time during the temporary traffic control activities". NOTICE INVITING BIDS — Add the following Note: This bid is subject to SS 854. INSTRUCTIONS TO BIDDERS — Add the following: NOTICE REQUIREMENTS • January 1, 2015: All bid documents must include the following information: • No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. • No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. • This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. DESIGNATION OF SUBCONTRACTORS — Add the following Note: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. Striping Standard Plans: Add Striping Standard Plans 014-1, 016-1, 016-2, and Page from CA MUTCD 2010 Part 8 attached. 4. Questions and Answers: 01: Does this project require crack sealing? A1: No. Q2. Is there a pre-bid meeting? A2: No. Q3: Does this bid have a DBE (Disadvantaged Business Enterprise) goal? A3: No, Q4: Does this bid require a DBE Good Faith Effort? A4: No. Q5: Bid Schedule, Item 4, shows an allowance. How will the contractor know that the unit cost will be $1,200 per day for flagging? A5: Clarification — Night Work payment for contractor will be $ 1,800 per each night worked, and $ 1,200 for each day worked a flagman is requested. See F2-20.2 Q6: Bid Schedule, Item 4, shows an allowance. How will the contractor know that the unit cost will be $2,500? A6: Please refer to F2-21 AD01-3 Attachments: Bid Schedules (10 Sheets) Special Provisions—General (6 Sheets) Special Provisions — Technical (8 Sheets) Striping Standard Plans, (5 Sheets) Page from CA MUTCD 2010 Part 8 (1 Sheet) SCRRA Form No. 05 (6 Sheets) BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. April 15 , 2015 Date W Robert G. Newman Director of Building &vngineering, City of Santa Clarita and accept the aforementioned conditions. Sully extracting Company Bidder's Signature Dennis Gansen, Assistant Secretary THIS DOCUMENT TO BE SUBMITTED WITH BID End of Addendum ADOt-4 7-6.1.1 DUST CONTROL Dust generated by traffic, CONTRACTOR's operations, or wind are all included in the definition of "dust." All activities shall be in compliance with the South Coast Air Quality Management District's (SCAQMD) Rule 403. Fugitive Dust requirements. Track -out Control • Install a pad consisting of washed gravel (minimum -size: one inch) maintained in a clean condition to a depth of at least six inches and extending at least 30 feet wide and at least 50 feet long. Or • Pave the surface extending at least 100 feet and at least 20 feet wide. Or • Utilize a wheel shaker/wheel spreading device consisting of raised dividers (rails, pipe, or grates) at least 24 feet long and 10 feet wide to remove bulk material from tires and vehicle undercarriages before the vehicles exit the site. Or • Install and utilize a wheel washing system to remove bulk material from tires and vehicle undercarriages before vehicles exit the site. Or • Any other control measures approves by the Executive Officer and the U.S. EPA as equivalent to the actions specified in SCAQMD Rule 404, (d)(5)(A) through (d)(5)(D). The CONTRACTOR shall be responsible for watering the work area where dust is generated from public traffic, CONTRACTOR's operations, and wind. CONTRACTOR's area of operations includes areas outside of the roadbed limits where excavation, fill, or stockpiling of dirt or debris has taken place. The CONTRACTOR is responsible for monitoring all of the above-described areas in the project area during the life of the project, including holidays and weekends. The CONTRACTOR shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. Equipment shall be turned off when not in use for longer than 5 minutes. Payment for maintaining dust control and air contaminates within the project area shall be included in the contract prices paid for related items of work, and no additional compensation shall be allowed therefore. Add the following: Equipment shall be removed from the site as soon as it is no longer necessary for the project. Within 24 hours of a request from the AGENCY, CONTRACTOR must remove equipment from the site that is no longer needed for the project. Refusal by the CONTRACTOR to remove the equipment may be cause for withholding progress payments. 7-8.6 WATER POLLUTION CONTROL Water pollution control shall be known from here on as BMP Plan The entire project area which is disturbed is less than one (1) acre and is not part of larger plan of development, therefore it is not subject to the permitting requirements of the State's General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities (Order No. 2010-0014-DWQ, NPDES No. CAS000002). However, the Waste Discharge Requirements for Municipal Separate Stam Sewer System (MS4) Discharges within the Coastal Watersheds of Los Angeles County, Except those Discharges Originating from the City of Long Beach MS4 (Order No. R4-2012-0175, NPDES No. CAS004001) apply to all construction projects and are included herein. Unless arrangements for disturbance of areas outside the project limits are made by the CITY and made part of the contract, it is expressly agreed that the CITY assumes no responsibility whatsoever to the CONTRACTOR or property owner with respect to any arrangements made between the CONTRACTOR and property owner to allow disturbance of areas outside the project limits. The CONTRACTOR shall be responsible forthe costs and for liabilities imposed by law as a result of the CONTRACTOR's failure to comply with the requirements set forth in this section 'Water Pollution Control " including, but not limited to, compliance with the applicable provisions of the CASQA Construction BMP Factsheets, Federal, State, and local regulations. For the purposes of this paragraph, costs and liabilities include, but are not limited to, fines, penalties, and damages whether assessed against the City of Santa Clarita or the CONTRACTOR, including those levied under the Federal Clean Water Act and the State Porter Cologne Water Quality Act. In addition to the remedies authorized by law, an amount of the money due the CONTRACTOR under the contract, as determined by the CITY, may be retained by the CITY until disposition has been made of the costs and liabilities. The retention of money due the CONTRACTOR shall be subject to the following: A. The CITY will give the CONTRACTOR 30 days' notice of the CITY's intention to retain funds from partial payments, which may become due to the CONTRACTOR prior to acceptance of the contract. Retention of funds from payments made after acceptance of the contract may be made without prior notice to the CONTRACTOR. B. No retention of additional amounts out of partial payments will be made if the amount to be retained does not exceed the amount being withheld from partial payments pursuant to Section 9-1.06, "Partial Payments," of the Standard Specifications, Conformance with the provisions in this section "Water Pollution Control/Storm Water Pollution Prevention" shall not relieve the CONTRACTOR from the CONTRACTOR's responsibilities as provided in Section 7, "Responsibilities of the CONTRACTOR" of the Greenbook's Standard Specifications for Public Works Construction (2009). 7-8.6.1 Implementation of BMP Plan PREPARATION, APPROVAL, AND UPDATES The CONTRACTOR shall provide the CITY a BMP Plan for its review and approval. No work having potential to cause water pollution or disturb the earth, as determined by the ENGINEER, shall be performed until CONTRACTOR complies with the approved BMP Plan as per contract documents. The BMP Plan shall identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and shall Identify water pollution control measures, hereafter referred to as best management practices or BMPs, to be constructed, implemented, and maintained in order to reduce to the extent feasible (Best Available Technology and Best Conventional Technology) pollutants in storm water discharges from the construction site during construction under this contract. The BMP Plan shall incorporate BMPs in the following categories (where applicable to the project): A. Soil stabilization; B. Sediment control; C. Tracking control; D. Wind erosion control; E. Non -storm water control, INCLUDING THE WASHING OF STREETS; and F. Waste management and material pollution control. Specific objectives, implementation details, inspection criteria and minimum requirements for each category of BMP are contained in CASQA Construction BMP Factsheets. CASQA BMP Fact Sheets are available at: http !/media,ocgov.com/gov/pwtwatersheds/document§/bmo/constructionactivities.asp The CONTRACTOR shall consider the minimum requirements listed for any category, the CONTRACTOR shall incorporate into the BMP Plan and implement on the project, the listed minimum BMPs required below in order to meet the pollution control objectives for the category. In addition, the CONTRACTOR shall consider other BMPs presented in the CASQA Construction BMP Factsheets and shall incorporate into the BMP Plan and implement on the project the control measures necessary to meet the objectives. The CONTRACTOR shall document the selection process in conformance with the procedure specified in the CASQA Construction BMP Factsheets. The BMP Plan shall include, but not be limited to, the following BMPs required by the Los Angeles County MS4 Permit, R4-2012-0175, as they apply to the project: Erosion Control Scheduling Preservation of existing vegetation Sediment Control Silt Fence Sand Bag Barrier Stabilize Construction Site Entrance/Exit Non -Storm Water Management (NOTE: Streets may not be washed down) Water Conservation Practices Dewatering Operations Waste Management Material Delivery and Storage Stockpile Management including waste AC and or base and new AC Spill Prevention and Control Solid Waste Management, including the removal of any surplus sand on roadway and the cleanup of AC debris created by raveling Concrete Waste Management Sanitary/Septic Waste Management The CONTRACTOR shall update the BMP Plan whenever there is a change in construction activities or operations which may affect the discharge of pollutants to surface waters, ground waters, municipal storm drain systems or when deemed necessary by the ENGINEER. The BMP Plan shall be updated if the Plan has not achieved the objective of reducing pollutants in storm water discharges. Updates shall show additional BMPs or revised operations, including those in areas not shown in the initially approved BMP Plan, which are required on the project to control water pollution effectively. Updates to the BMP Plan shall be submitted for review and approval by the ENGINEER. Updates shall be dated and attached to the on-site BMP Plan. The CONTRACTOR shall keep a copy of the BMP Plan, together with updates, revisions and amendments at the project site or with the field supervisor. 7-8.6.2 BMP PLAN IMPLEMENTATION Upon CITY approval of the BMP Plan, the CONTRACTOR shall be responsible throughout the duration of the project for installing, constructing, inspecting, and maintaining the BMPs described in the BMP Plan and any amendments thereto and for removing and disposing of temporary BMPs when they are no longer needed or have been replaced. All BMP Plan activities shall be performed by experienced, knowledgeable, and qualified individuals. Unless otherwise directed by the ENGINEER or specified in these special provisions, the CONTRACTOR's responsibility for BMP Plan implementation shall continue throughout any temporary suspension of work ordered in conformance with the provisions of the Standard Specifications. Requirements for installation, construction, inspection, maintenance, removal, and disposal of BMPs are specified in the CASQA Construction BMP Fact Sheets and these special provisions. Soil stabilization practices and sediment control measures, are applicable throughout the entire year. The CONTRACTOR shall demonstrate the ability and preparedness to fully deploy soil stabilization practices and sediment control measures to protect soil -disturbed areas on the project site before the onset of precipitation (NOAA forecast of Z50%). A quantity of soil stabilization and sediment control materials shall be maintained on site equal to 100 percent of that sufficient to protect unprotected, soil -disturbed areas on the project site. BMPs required to protect unprotected, soil -disturbed areas on the project site shall be installed and/or implemented no later than 24 -hours prior the likely storm event. Disturbed -soil areas on the project site shall be considered to be non-active when those areas have been disturbed and are not scheduled to be re -disturbed for at least seven (7) days. Effective soil cover shall be provided during this condition which includes; finished slopes, open space, utility backfill, and completed lots or building pads. Active disturbed -soil areas of the project site shall be fully stabilized and receive sediment control. The weather forecast shall be monitored by the CONTRACTOR on a daily basis. The National Weather Service forecast shall be used. The CONTRACTOR shall implement throughout the duration of the project, BMPs included in the BMP Plan for tracking control, wind erosion control, non -storm water control, and waste management and material pollution control. The ENGINEER may order the suspension of construction operations, which create water pollution if the CONTRACTOR fails to conform to the provisions the "BMP Plan" as determined by the ENGINEER. 7-8.6.3 MAINTENANCE To ensure the proper implementation and functioning of BMPs, the CONTRACTOR shall regularly inspect and maintain the construction site for the BMPs identified in the BMP Plan. The CONTRACTOR shall identify corrective actions and time needed to address any deficient measures or reinitiate any BMPs that have been discontinued. All repair and correction shall begin within 72 -hours of notice or before the next storm forecasted with 50% or greater chance whichever is sooner. Inspections of the construction site shall be conducted by the CONTRACTOR to evaluate BMPs, as follows: A. Within 48 -hours of a NOAA forecasted storm event of 50% or more. B. Weekly C. Every 24 -hours during an on-going storm. Disturbed soil areas within the project shall be protected in conformance with the requirements in the BMP Plan with an effective combination of soil stabilization, sediment control, non -storm water management, and sourcetwaste control. Attention shall be focused on prevention of pollution rather on As removal from runoff, as such, soil stabilization and source control BMPs are of the highest priority. If the CONTRACTOR or the ENGINEER identifies a deficiency in the deployment or functioning of an identified BMP, the deficiency shall be corrected immediately. The deficiency may be corrected at a later date and time A requested by the CONTRACTOR and approved by the ENGINEER in writing, but not later than 72 -hours after notice or before the next storm forecasted with 50% or greater chance whichever is sooner. The correction of deficiencies shall be at no additional cost to the CITY. Upon completion of the project ALL disturbed -soil areas, Including the "construction staging area, "shall be stabilized. No BMPs may be left. 7-8.6.4 PAYMENT Full compensation for conforming to the provisions in this section shall be considered as included in the lump sum price paid for Storm Water Pollution Prevention Plan, as shown on the Bid, of work involved and no additional compensation will be allowed therefore. The Engineer will retain an amount equal to 25 percent of the estimated value of the contract work performed during estimate periods in which the CONTRACTOR fails to conform to the provisions in this section "Water Pollution Control' as determined by the Engineer. Retentions for failure to conform to the provisions in this section "Water Pollution Control' shall be in addition to the other retentions provided for in the contract. The amounts retained for failure of the CONTRACTOR to conform to the provisions in this section will be released for payment on the next monthly estimate for partial payment following the date that a WPCP has been implemented and maintained and water pollution is adequately controlled, as determined by the Engineer. F2-2.4 TRAFFIC MAINTENANCE The CONTRACTOR shall be responsible for handling vehicular and pedestrian traffic in accordance with Subsection 7-10 of the Standard Specifications and these Special Provisions. Vehicular traffic must be maintained at all times to all businesses and residences, except as noted below. esouquer %,anyon rwao Night work only. One lane of traffic shall be Alamogordo Road to maintained at all times on the side of the median Centurion Way where construction is occurring, the other side shall remain completely open. At least two lanes on the Newhall Avenue construction side shall be open during non -working Pine Street to Sierra hours. Lane widths shall be approved by the City. Highway Hours of work shall be from 8:30 PM to 4:30 AM. CONTRACTOR only shall grind, place leveling Soledad Canyon Road course, and place temporary striping that can be Langside Avenue to completed and open to traffic by 4:30 AM. Bridge West of Camp Deviations will only be allowed as approved by the Plenty Road City. Provide flagmen continuously at affected intersections as well as beginning and end of restricted traffic control area. All flagmen and McBean Parkway foreman shall be in radio contact with each other to Magic Mountain Parkway coordinate work and provide a safe work zone. to Valencia Boulevard Days of night work shall be Monday through Friday. No work will occur between 4:30 AM Saturday 13" Street morning and 8:30 PM Monday evening, with the Railroad Avenue to Arch exception of grinding operations. Grinding work Street shall be limited to from 7:00 PM to 11:00 PM. Extended hours for grinding work may be allowed if Arch Street approved by the City Traffic Engineer 131h Street to Placenta The CONTRACTOR is directed to Section 6-9 Canyon Road "Liquidated Damages", which applies to this work. iviarrcer otreer Day work only. One lane of traffic shall be Newhall Avenue to Cross maintained at all times. Hours of work shall be from Street 8:30 AM to 4:30 PM. CONTRACTOR only shall grind, cold in-place recycle, grade and compact, place fog seal, place sand, sweep excess sand, place ARHM surface course and place temporary striping that can be completed and open to traffic by 4:30 PM. During hours of work, through traffic shall be limited to local residents only. The CONTRACTOR is directed to Section 6-9 "Liquidated Damages", which applies to this work. Special Instructions for Nioht Work Work on Bouquet Canyon Road from Alamogordo Road to Centurion Way, Newhall Avenue from Pine Street to Sierra Highway, McBean Parkway from Magic Mountain Parkway to Valencia Boulevard, 13'" Street from Railroad Avenue to Arch Street, Arch Street from 13" Street to Placenta Canyon Road and Soledad Canyon Road from Langside Avenue to the bridge deck west of Camp Plenty Road must be performed at night. See special instruction above. As stated in Section E 7-2, CONTRACTOR shall not be responsible for inspection costs for non-standard time/day work as approved by the Engineer. Special Instructions for work on Market Street Cold in -Place Recycling on Market Street from Newhall Avenue to Cross Street must be performed during the day. All work on Market Street from Newhall Avenue to Cross Street and in residential neighborhoods, except as noted in special instruction above, must be performed during the day. See special instruction above. Special Instructions for School Zones CONTRACTOR shall notify school district and coordinate work as to maximize safety and minimize inconvenience. This includes any work within 1,000 feel of a school, roadways leading directly to a school, or street having a school. If at all possible, such work shall be scheduled after school is released for summer session. Work in school zones shall be prohibited from 7:00 a.m. to 9:00 a.m. and from 2:00 p.m. to 4:00 p.m. on weekdays when school is in session. Work is also prohibited in school zones during the first week of school. Special Instructions for Traffic Loop Detectors Prior to beginning the work, CONTRACTOR shall disarm loop detectors and set signals to automatic timing mode. This work shall be coordinated through City Personnel. Actual work may be performed by City or other agency personnel. CONTRACTOR shall be responsible for disarming traffic loop detectors and setting signals to automatic timing for those signals whether performed by City of other agency personnel, or by CONTRACTOR'S personnel. The CONTRACTOR shall be responsible for developing specific detailed traffic control plans for these circumstances as required in Section F2-2.2 above. The CONTRACTOR shall notify the Engineer of his intention to begin work at least three (3) working days before starting any work at each street location. The CONTRACTOR shall cooperate with the Engineer relative to handling traffic through the areas and shall make his own arrangements relative to keeping the working area clear of parked vehicles and to clear access to driveways. At intersections, if a cross street needs to be temporarily closed when work is in progress through the intersection, and the anticipated traffic delay is more than five minutes, a detour sign shall be installed on the cross street and shall include the installation of advance signing displaying the anticipated delay time. The signing shall be reviewed by the Engineer. CONTRACTOR'S equipment and personal vehicles of the CONTRACTOR'S employees shall not be parked on the traveled way nor on any street where traffic is restricted at any time. If construction equipment is parked in the parking lanes overnight, barricades and other suitable warning devices shall be required. F2-2.5 PORTABLE DELINEATORS Portable delineators shall be either cones or tubular markers. Delineators to be used at night or in low light conditions shall be reflectorized. The minimum height of either cones or tubular markers shall be 37 inches above the road surface. All portable delineators shall comply with the current version of the Caltrans Traffic Manual. The portable delineators shall be spaced as necessary for proper delineation; however, in no case shall the spacing between portable delineators exceed 50 feet on tangents or 25 feet on curves. CONTRACTOR shall supply up to 4 message boards to be used at the direction of the Engineer. F2-2.5 RESTRICTIONS ON CLOSURE OF TRAFFIC LANES The streets shall be open for use by public traffic on Saturday, Sunday, and any day designated by the City as a legal holiday, after 3 p.m. on Friday, after 3 p.m. on the day preceding a designated legal holiday, and when construction operations are not actively in progress on working days. During daily construction operations, there may be certain a.m. and p.m. peak traffic hours that may require the CONTRACTOR to alter and/or modify his construction schedule to complete the work so as to have the least impact the public convenience if determined by the engineer. F2-2.7 PAYMENT The payment for maintaining and controlling traffic will be made on a contract lump sum basis. The above contract price and payment shall include full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work involved in maintaining and controlling traffic, complete in place, as specified in the Standard Specifications and these Special Provisions. F2.5 ASPHALT CONCRETE F2-5.1 SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment, transportation, and incidentals necessary to construct asphalt concrete including asphalt concrete overlay, including overlays in cul-de-sacs. All such work shall conform to the dimensions of the plans, the applicable provisions of the Standard Specifications, and these Special Provisions. F2-6.2 MATERIALS Material used shall be asphalt concrete as specified in Subsection 203-6 of the Standard Specifications. The class of combined aggregate grading shall be Class B, C2 or D2 as shown on the Typical Sections. The grade of asphalt shall be PG 64-10. The mix properties indicated in Table 203-6.4.3(A) shall be modified as follows: Design and Mix Production Stability Target Air Voids Production Air Voids B 37 min. 4.0% 2.5% - 5.5% C2 37 min. 4.0% 2.5%-5,5% D2 30 min. 4.0% 2.5%-5.5% F2-5.3 CONSTRUCTION The work shall further consist of preparing the existing street surfaces prior to the paving. Such work shall include removing raised pavement markers, removing thermoplastic pavement markers, painted legends and crossbars (12" white and yellow), controlling nuisance water, sweeping, watering, and removing loose and broken asphalt concrete pavement and foreign material as specified in the Standard Specifications and these Special Provisions and as required by the Engineer. The minimum ambient temperature to begin paving shall be 55 degrees F. The CONTRACTOR shall use any means necessary to clean the pavement, including sweeping and flushing. The paving shall be performed in such a way as to not leave any longitudinal paving joints at the end of each day's operation. F&5.3.1 Cold Joints All cold joints, both longitudinal and transverse, shall be heated with a torch immediately prior to paving. Cold joints include previous passes placed more than three hours prior. All cold joints shall be tack coated. F2-5.3.2 Leveling, Transitions, and Asphalt Concrete Fills A leveling course of variable thickness shall be placed and compacted prior to placing the surface course at locations where directed by the Engineer. The leveling course will be used to correct pavement irregularities such as rutting, variable cross slope, or variable longitudinal slope. Where two overlays of different thickness abut at a longitudinal joint, the CONTRACTOR shall add to the thinner section to match the thicker lift and provide a smooth transition and uniform cross -fall. Cold planing ridges or other rises in the pavement surface may be required by the Engineer. The Engineer will determine the exact limits and thickness of the leveling courses, asphalt concrete fills, and transitions. Areas to receive AC Fill shall be completed priorto performing leveling course work. CONTRACTOR shall perform AC Fills to improve surface drainage as shown on the plans and as directed by the Engineer. F2-5.3.3 Layout The CONTRACTOR shall layout and mark the location of the edges of the paving passes of the surface course to match the new layout of the lane lines. The layout shall be made at least 24 hours prior to paving. The layout shall be approved by the Engineer prior to paving. If the striping is to remain unchanged, the edges of the paving passes shall conform to existing lane edges. In all cases where practical, each lane shall be paved in a single pass. In tapered transition areas, the shoulder areas shall be paved first, then the through lane shall be hotlapped immediately after the shoulder paving. For paving which incorporates new quarterpoints or gradebreaks due to keycuts or other conditions, the CONTRACTOR shall provide equipment capable of adjusting to the new surface profile at the appropriate locations. The profile adjustments shall be within twelve inches of the actual quarterpoint or gradebreak. The CONTRACTOR shall take sufficient measurements during laydown to assure that the full design asphalt concrete layer depth is provided at each quarterpoint, gradebreak, or transition. Failure to provide the design depth at these areas will result in rejection of the work. Correction of this rejected work will include milling out the new asphalt concrete from the road edge to the centerline or nearest inside lane line and repaving. The minimum length of the milled and corrected area shall be fifty feet. F2-5.3.4 Tolerances The finished asphalt concrete surface shall be flush with, to 1/4 inch (0.02 feet) (6 mm) above the gutter lips. The finished pavement surface shall not be lower than the gutter lips. The average pavement thickness shall be equal to the specified thickness for the project. For total pavement thicknesses less than four inches, the minimum allowable thickness will be 1/4 inch less than that specified. For total pavement thicknesses of four inches or more, the minimum allowable thickness will be 1/2 inch less than that specified. The provisions of Section 302-5.6.2 shall apply and shall be modified to provide that the straightedge shall be 12 foot in length. F2-5.3.5 Automatic Screed Controls For all main line street or roadway paving with single lane length exceeding 300 feet, automatic screed controls shall be required. In addition to the requirements in Subsection 39-1.10 of the State of California Department of Transportation Standard Specifications, asphalt concrete shall be placed with spreading equipment equipped with fully automatic screed and grade sensing controls which shall control the longitudinal grade of the screed. Automatic controls shall conform to and be operated in accordance with the provisions herein. Unless approved otherwise, ski -type devices with a minimum length of 30 feet shall be used to provide a reference for the grade sensor. Skis shall be constructed and installed in such a manner that a reference to the average elevation of the existing pavement, along the length of the ski, is maintained at the sensor point. When placing surfacing adjacent to surfacing previously placed in conformance with these provisions, a joint matching shoe of adequate size and type to properly sense the grade of the previously placed mat may be used in lieu of the 30 -fool ski. The ski shall be mounted at a location which will provide an accurate reference for the surfacing being placed. This may require the ski to be mounted ahead of and inside the outer limits of the screed. Automatic cross slope control may be accomplished by use of a ski and grade sensor on each side of the paving machine. Automatic screed controls shall be installed in such a manner that the occasional manual adjustments necessary to maintain the attitude of the screed parallel to the underlying pavement are readily accomplished. Automatic screed controls shall be installed so that with little or no delay, use of the automatic controls can be discontinued and the screed controlled by manual methods. Should the automatic screed controls fail to operate properly during any day's work, the CONTRACTOR may manually control the spreading equipment for the remainder of that day provided the quality of the work conforms to the requirements of Sections 39-1.11 and 39-1.12 of the State of California Department of Transportation Standard Specifications. Should the methods and equipment used for automatic control fail to result in the quality of work required by said Sections 39-1.11 and 39-1.12, the paving operations will be temporarily discontinued and the CONTRACTOR shall make the necessary changes to the equipment, or furnish other equipment conforming to the requirements herein, before paving is resumed. If it is determined by the Engineer that the existing grade and cross slope are too irregular for the automatic controls to provide the quality of work required, the use of the automatic controls shall be discontinued and the spreading equipment adjusted by manual methods. Use of automatic controls shall resume when the Engineer has determined that it is again practical and so orders. F2-5.3.6 Rolling and Compaction In addition to the requirements of Subsection 39-1.11 of the State of California Department of Transportation Standard Specifications, the number of rollers required for each paving operation shall be such that all rolling for density can be completed before the temperature of the asphalt concrete mixture drops below 240 degrees Fahrenheit. Breakdown rolling shall commence when the asphalt concrete is placed. Rolling shall be accomplished with the drive wheel forward and with the advance and return passes in the same line. For leveling courses under 1 inch using a D2 asphalt concrete, breakdown rolling shall consist of three coverages with an 8 to 12 ton pneumatic roller followed by a finishing coverage with a steel wheel roller. The rolling may begin with a single pass of a steel wheel roller until the pneumatic has sufficient opportunity to warm up to avoid tracking and picking up material from the mat. The pneumatic roller tires shall be treated with a non -petroleum based product to prevent pickup. Failure to successfully provide for breakdown rolling with the pneumatic roller after a reasonable warm up time will be cause for termination of paving activities until the CONTRACTOR can provide equipment which will perform without pickup. For all other leveling courses, the intermediate roller shall be a 12-16 ton pneumatic roller. From the second paragraph of Section 302-5.6.2 "Density and Smoothness" to the end shall be deleted and replaced by the following: The in place density shall be between 92.0% and 97.0% of the maximum theoretical unit weight as determined by CTM 309. The Engineer will randomly determine and mark core locations at the rate of one core per 250 tons or portion thereof. No fewer than 3 cores shall be taken for a day's production. The CONTRACTOR shall take the density cores and backfill with hot HMA the same day the cores are taken. Cores may be taken up to 5 calendar days after placement. Cores may be 4 or 6 inch diameter. The Engineer will test the cores and provide test results to the CONTRACTOR within 2 working days of receiving the cores. For the percent of maximum theoretical density, the Engineer determines a deduction for each test result outside the specifications in compliance with: Reduced Payment Factors for Percent of Maximum Theoretical Density Mix Type B and C2 Percent of Maximum Theoretical Density Reduced Payment Factor Mix Type B and C2 Percent of Maximum Theoretical Density__ Reduced Payment Factor 92.0 0.0000 97.0 0.0000 91.9 0.0125 97.1 0.0125 91.8 0.0250 97.2 0.0250 91.7 0.0375 97.3 0.0375 91.6 0.0500 97.4 0.0500 91.5 0.0625 97.5 0.0625 91.4 0.0750 97.6 0.0750 91.3 0.0875 97.7 0.0875 91.2 0.1000 97.8 0.1000 91.1 0.1125 97.9 0.1125 91.D 0.1250 98.0 0.1250 90.9_ 0.1375 96.1 0.1375 90.8 0.1500 _ _ 96.2 0.1500 90.7 0.1625 98.3 0.1625 90.6 0.1750 98.4 0.1750 90.5 0.1875 98.5 0.1875 90.4 0.2000 98.6 0.2000 90.3 0.2125 96.7 0.2125 90.2 0.2250 98.8 0.2250 90.1 0.2375 98.9 0.2375 90.0 0.2500 99.0 0.2500 <90.0 I Remove & Replace Remove & Replace The CONTRACTOR shall have hand -compaction equipment immediately available for compacting all areas inaccessible to rollers. Hand -compaction shall be performed concurrently with breakdown rolling. If for any reason hand -compaction falls behind breakdown rolling, further placement of asphalt concrete shall be suspended until hand -compaction is caught up. Hand - compaction includes vibraplates and hand tampers. Hand torches shall be available for rework of areas which have cooled. After compaction, the surface texture of all hand work areas shall match the surface texture of the machine placed mat. Any course or segregated areas shall be corrected immediately upon discovery. Failure to immediately address these areas shall cause suspension of asphalt concrete placement until the areas are satisfactorily addressed, unless otherwise allowed by the Engineer. F2-5.3.7 Sampling The Engineer may sample the asphalt concrete from the truck bed, windrow, hopper for the spreading machine, or the mat at various intervals. The CONTRACTOR shall facilitate the sampling process. F2-5.3.8 Temporary Transitions The CONTRACTOR shall construct temporary pavement transitions at all paving joints greater than 1 inch prior to allowing traffic onto the paved surface. This includes both longitudinal and transverse paving joints for both leveling and surface courses. Temporary pavement transitions shall have a slope of 20:1 or as approved by the engineer and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the temporary pavement transition, a clean notch remains. The temporary transitions may be constructed of either cold mix or hot mix. The CONTRACTOR shall construct temporary pavement transitions at all PCC facility transitions greater than 1 inch around corners from beginning of curb return to end of curb return, at PCC cross gutters, and PCC spandrels. The CONTRACTOR shall continuously maintain the temporary pavement until final paving. Each temporary transition shall be inspected by the CONTRACTOR and repaired as necessary to comply with these provisions at the end of each day including weekends and holidays. Failure to comply with these provisions will result in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct for public safety. F2-5.4 PAYMENT The measurement and payment for asphalt concrete, complete in place, will be made at the contract unit price per ton as shown in the Bid Schedule for the various types of asphalt concrete. Asphalt concrete used in other items of work, including but not limited to digouts, shall be included in the respective bid items. The above contract price and payment shall include full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work involved in constructing asphalt concrete pavement, tack coat, including leveling course, complete as detailed, and as specified in the Standard Specifications and these Special Provisions. CASE 1 1. ORIF SIGN 919 eE IN9fAUID AS 9RORR { AM EMIOF RW ANDARD R 19 DN REIIW 19 10' OF MEE WR CASE 2 L? STOP di OAN NUN EMSIIINO UGHT o m 1STANDARD ALLJW AbTINT R 101 10' OF ME " I CONfINNWAP. (7 IT, IX, 0' OAP, PARALLEL e11N CQ/IEAUME OF ROW)) (9F£ NOTE 2) 1i /p 1. ROP SIGN SMALL BE INRAIFD A9 9110NN i �, L SLOP , 1) OR OR AN F1E911N0 U(R f RANDAAD TINT J 6 MRMR 10' OF THE BCR 3. RARE THE IAM OF THE CONfINENfAE f CR095RAUt ON ME CENR"E ,MPI - IF I a RO CEIOENNE S F, w. USE ME ___..•111 CENIERUNE OF TRE ROW, STANDARD PLANS FOR THE CITY OF SANTA CLARITA TRAFFIC STANDARD PLAN AND TRANSPORTATION STOP LEGEND, ENGLISH P w"sONG I STOP SIGN, AND LIMIT LINE 014-1 MARCH 2015 NO SCALE CASE 3 M.a.M IIM Y .' �anel'Act STOP z (SEE Nam 1) e 1„ t. S1 SIGN 9FNLL BE NSTALLM d SHOWN 011 ON AN E]CSIINO U SfANOW Wff 6 WHIM 10' W THE BCA CASE 4 - wNnNENEAE NWNX (T • fY, S' GP, PANEtFE , NMN GENIE aF 2) IN11D) (SEE More � Adwww.In. \ ✓' CU ACE ) _. r °` I SrOP SIGN ., H I (SEE NOTE 1) am 1' 1. STOP SIGN SHWL BE VAN A9 SHOWN I !op 011 ON IN ENISHINO W f SfANDAS TNT 1 I IS WRWN 10'OF ME BCA _ i Z. STWCROS WE Iam M of TIE CONMm1m. NO C0 AK NE M EFTAFNHINE E TH E, f _ N0 CEN 01' SMOPE IXISf, USE ME CFIIfFAl111E OF ME AOVO. �> STANDARD PLANS FOR THE CITY OF SANTA CLARITA TRAFFIC STANDARD PLAN AND TRANSPORTATION STOP LEGEND, ENGLISH PDIVISION STOP SIGN, AND LIMIT LINE 014-1 MARCH 2015 NO SCALE SHEET 2 OF 2 CASE 1 jiMedian (Pointed or Raised) MOR Reference line U) i f 4' ,j Reference corner '/—(SEE NOTE 1) 4 - --- ---------- - ---- - ji % (SEC NOTE 2) (SEE NOTE 3) 6 7,--�MOR (MIDDLE OF RAMP) :j Centerline of Road (SEE NOTE 4) Reference line A Street is NOTE 1. START LAYOUT OF CROSSWALK AT THE REFERENCE CORNER. 2. CROSSWALK SHALL BE 12' O.C. (10' MIN) AND SHALL BE PARALLEL TO MOR REFERENCE LINE. 3. "DOG LEG" STRIPE SHALL BE 6' FROM FLOWILINE OF RAMP. 4. CROSSWALK LINE SHALL BE INLINE WITH REFERENCE LINE STANDARD PLANS FOR THE CITY OF SANTA CLARITA TRAFFIC STANDARD PLAN AND ENGLISH TRANSPORTATION STANDARD PLANNIING DIVISION CROSSWALK LAYOUT 016-1 SHEET 1 OF I MARCH 2015 NO SCALE m CASE 1 t Median (Painted or Raised) N t s i I N t 6 MOR Reference line C/) Im ti Reference corner I t , >/-(SEE NOTE 1) q (SEE NOTE 2) (SEE NOTE 3) `4MOR (MIDDLE OF RAMP) t Centerline --of Road (SEE NOTE 4 Reference line t t' i 3 ( T. NOTE I' 1. START LAYOUT OF CROSSWALK AT THE REFERENCE CORNER. A Street 2. CONTINENTAL STRIPE SHALL BE 2' X 13' AND INSTALLED INLINE WITH THE LANE LINE, MEDIAN FLOWLINE, EDGELINE, AND MIDDLE OF LANE WIDTHS. IF OUTSIDE LANE WIDTH OR SHOULDER IS GREATER THAN 12 FEET, THE GAP BETWEEN THE STRIPES SHALL BE 3 FEET. 3. REFERENCE LINE SHALL BE PARALLEL TO MOR REFERENCE LINE. 4. START THE LAYOUT OF THE CONTINENTAL CROSSWALK (2'X13', 3' GAP) ON THE CENTERLINE STRIPE. IF NO CENTERLINE STRIPE EXIST, USE THE CENTERLINE OF THE ROAD. STANDARD PLANS FOR THE CITY OF SANTA CLARITA TRAFFIC STANDARD PLAN AND CONTINENTAL ENGLISH I TRANSPORTATION i PD SION CROSSWALK LAYOUT 016-2 MARCH 2015 NO SCALE CASE 2 , i (SEE NOTE 2) MOR Reference line w Centerline Stripe 8 Reference corner r(SEE NOTE 1) f it 4 w I Reference line (NOTE 3) CIL- MOR (middle of ramp) C F- C/7 i ' Centerline of road w Reference line (SEE NOTE 2) _-___ __;----- ----_. B Street . I MOR ReferenceNOTE line �i`� �r 'i 1. START LAYOUT OF CROSSWALK AT THE REFERENCE CORNER. 2. START THE LAYOUT OF THE --- --r CONTINENTAL CROSSWALK (2'X13', 3' GAP) ON THE CENTERLINE STRIPE. IF NO CENTERLINE STRIPE EXIST, USE t THE CENTERLINE OF THE ROAD. r+s 4 3. REFERENCE LINE SHALL BE PARALLEL f TO MOR REFERENCE LINE. Centerline{ Stripe = t i i i' i- STANDARD PLANS FOR THE CITY OF SANTA CLARITA TRAFFIC STANDARD PLAN AND TRANSPORTATION CONTINENTAL ENGLISH PDVISIONG CROSSWALK LAYOUT 016-2 MARCH 2015 NO SCALE SHEET 2 OF 2 California MUTCD (FHWA's MUTCD 2003 including Revisions 1 and 2, as amended for use in California) Page BB -15 Figure 88.6 (CA). Example of Placement of Warning Signs and Pavement Markings at Highway -Rall Grade Crossings (Sheet 1 of 9) EMM tahCKS! NOTES: See Chapter 2C, Table 2Cd 4 -Lane Roadway W10.1 R R LBm(i6ft) Minimum 2 -Lane Roadway {rf -4.$m lft)Mlnf um 1 6Boeea Note 2 tIm tgfnp reinaM MannPs (a n) tab nen (4 1,1 (Sso Nao 1} See 61e Chato 2C ._"'"_`". 0(61 _.._ 2ft 'Std' ( NOT TO SCALE W70.1 1. The durance, between rail and the optional dynamic envelopelaavament marking should be equal to 1.8 m (6 ft) unless otherwise advised by the operating raliroad. 2. Minimum 2.k m 8 ft) from the gate (if present), but no closer than 6.6 m (15 ft) from the nearest rail. See Section 881. S. Longitudinal markings can be extended across the tracks at offset, allowed, complex, multliegged, curved roadway or multiple track crossings. See Section 88.20. Chapter 8B - Signs and Markings January 21, 2010 Part 8 - Traffic Controls for Highway -Rail Grade Crossings METROLINK S,xntiaiP, L:eld.K:w� Rripn:nai Rail :anis.„sy INDEMNIFICATION and ASSUMPTION OF LIABILITY AGREEMENT SCRRA FORM NO. 5 SCRRA File No. SCRRA Project(rask No. Subdivision Mile Post Thomas Guide Page The Contractor, hereby requests permission to encroach onto the Southern California Regional Rail Authority (SCRRA) and Member Agency Right -of -Way. • Location Purpose/Description: Definitions A. Contractor is an individual, firm, partnership or corporation, or combination thereof, private, municipal or public, including joint ventures, which are referred to throughout this document by singular number and masculine gender. For purposes of this agreement, Contractor also includes any subcontractor, supplier, agent or other individual entering the Right -of -Way during performance of work. B. Indemnitees are SCRRA, Member Agencies, and Operating Railroad, and their respective officers, commissioners, employees, agents, successors and assigns. C. Operating Railroad is/are any passenger or freight -related railroad company(s) validly operating on SCRRA and Member Agency track(s). Operating Railroads are any combination(s) of the National Railroad Passenger Corporation, (AMTRAK) the Union Pacific Railroad Company, (UPRR) and the BNSF Railway Corporation. (BNSF) D. Right -of -Way is defined herein to mean the real and/or personal property of SCRRA and/or Member Agencies. E. SCRRA is a five -county joint powers authority, created pursuant to State of California Public Utilities Code Section 130255 and California Government Code Section 6500 et seq., to build and operate the "Metrolink” commuter train system in the five -county area on rail rights -of -ways owned by the Member Agencies. The five -county Member Agencies are comprised of the following: Los Angeles County Metropolitan Transportation Authority (MTA), Ventura County Transportation Commission (VCTC), Orange County Transportation Authority (OCTA), San Bernardino Associated Governments (SANBAG), and Riverside County Transportation Commission (RCTC). SCRRA Farm 5 Page r of 6 0D0311 5 lufa� irli Smtlhern Calilo"io Ragmal Rad 4010.16g F. SCRRA Employee -In -Charge (EIC) is a Southern California Regional Rail Authority employee or contractor (SCRRA General Code of Operating Rules and Territory Qualified) providing warning to Public Agency or Contractor personnel of approaching trains or on track equipment and who has the authority to halt work and to remove personnel from the Right -of -Way to assure safe work. G. SCRRA Safety Trainer is a qualified SCRRA employee or contracted employee (SCRRA General Code of Operating Rules qualified) as authorized by the SCRRA Director of Engineering and Construction to provide Contractor training. Entry onto Right -of -Way No verbal approvals will be granted. A fully executed copy of this Form 5 must be in the possession of the Contractor at the encroachment site and must be produced upon request by SCRRA or Member Agency's representative. If said Agreement is not produced, SCRRA has the right to delay access to the Right -of -Way until the Contractor demonstrates possession of the Form 5, SCRRA EIC must be present whenever the Contractor enters into the Right -of - Way. SCRRA will also provide additional personnel and equipment for protection deemed necessary by SCRRA. SCRRA may authorize encroachment onto the Right -of -Way without presence of an EIC depending on the nature and location of the encroachment. SCRRA involvement in providing positive protection shall not relieve the Contractor from its complete responsibility for the adequacy and safety of its operation. The Contractor shall furnish information so that SCRRA can take all precautionary safety measures. If, for any reason, it is necessary to change the time and/or date when encroachment is required, the Contractor shall contact SCRRA's ROW Encroachments Administrator and not enter the Right -of -Way until it has been approved in writing and appropriate safety protection can be rescheduled. 3. Termination of Agreement SCRRA or Member Agency reserves the right to terminate or revoke this Agreement at any time upon two hours notice; however, in the event of an unsafe condition on the Right -of -Way, SCRRA shall have the right to terminate this Agreement immediately, without any advanced notice. Unless subsequently modified, extended, terminated or revoked by SCRRA, this temporary Agreement shall extend until access to the Right -of -Way is no longer necessary. The Contractor agrees to notify SCRRA, in writing, when work is completed. The Contractor shall also complete and return the Confirmation of Completion form. At the request of SCRRA or Member Agency, Contractor shall remove from the Right -of -Way any employee or other individual who fails to conform to the instructions of SCRRA's or Member Agency's representative. Any right of Contractor to enter upon the Right -of -Way shall be suspended until such request of SCRRA or Member Agency is met. Contractor shall defend, indemnify and hold harmless SCRRA and Member Agency against any claim arising from the removal of any such employee or other individual from the Right -of -Way. 4, Indemnificajion Contractor, on behalf of itself and its employees, subcontractors, agents, successors, and assigns, agrees to indemnify, defend, by counsel satisfactory to SCRRA and Member Agency, and hold harmless "Indemnitees", and each of them to the maximum extent allowed by law, from and against all loss, liability, claims, demands, suits, liens, claims of lien, damages (including incidental consequential damages), costs and expenses (including, without limitation, any fines, penalties, judgments, actual litigation expenses, and experts' and actual SCRRA Form 5 Page 2 of 6 02/03115 METROLINK Soulhnm G 0,;mia Reg«neM ko Amhnmy attorneys' fees), that are incurred by or asserted against Indemnitees arising out of or connected in any manner with (i) the acts or omissions of the Contractor, or its officers, directors, affiliates, subcontractors or agents or anyone directly or indirectly employed by them or for whose acts the foregoing persons are liable (collectively, "Personnel') in connection with or arising from the presence upon or performance of activities by the Contractor or its Personnel with respect to the Right -of -Way, (ii) bodily and/or personal injury or death of any person (including without limitation employees of Indemnitees) or damage to or loss of use of Right -of -Way resulting from such acts or omissions of the Contractor or its Personnel, or (iii) non-performance or breach by Contractor or its Personnel of any term or condition of this Agreement, in each case whether occurring during the term of this Agreement or thereafter. The foregoing indemnity shall be effective regardless of any negligence (whether active, passive, derivative, joint, concurrent or comparative) on the part of Indemnitees, unless caused by the sole negligence or willful misconduct of Indemndees, and is in addition to any other rights or remedies, which Indemnitees may have under the law or under this Agreement. Claims against the Indemnitees by the Contractor or its Personnel shall not limit the Contractor's indemnification obligations hereunder in any way, whether or not such claims against indemnitees may result in any limitation of the amount or type of damages, compensation, or benefits payable by or for the Contractor or its Personnel under workers' compensation acts, disability benefit acts or other employee benefit acts or insurance. The provisions of this section shall survive the termination or expiration of the Agreement 5. Assumption of Liability To the maximum extent allowed by law, the Contractor releases Indemnitees from and assumes any and all risk of loss, damage or injury of any kind to any person or property, including without limitation, the Right -of -Way and any other property of, or under the control or custody of, the Contractor or its personnel in connection with any acts undertaken under or in connection with this Agreement. The Contractor's assumption of risk shall include, without limitation, loss or damage caused by defects in any structure or improvements (including easement, lease or license agreements for other existing improvements and utilities) on the Right -of -Way, accident or fire or other casualty on the Right -of -Way, or electrical discharge, noise or vibration resulting from SCRRA, Member Agency, and Operating Railroad transit operations on or near the Right -of -Way and any other persons or companies employed, retained or engaged by SCRRA or Member Agency. The Contractor, on behalf of itself and its Personnel (as defined in Section 4, "Indemnification") as a material part of the consideration for this Agreement, hereby waives all claims and demands against the Indemnitees for any such loss, damage or injury of the Contractor and/or its Personnel. The Contractor waives the benefit of California Civil Code Section 1542, which provides as follows: "A general release does not extend to claims which the creditor does not know or suspect to exist in his favor at the time of executing the release, which if known by him must have materially affected his settlement with the debtor." The provisions of this Section shall survive the termination or expiration of this Agreement. 6. Reimbursement pf Costs and Expenditures The Contractor agrees to reimburse SCRRA or Member Agency actual cost and expense reasonably incurred for all services and work performed in connection with work and safety SCRRA Form 5 Page 3 of 6 02/03/15 Snarh¢rn CeiilomM RegMd Rail Awhoigy services, including without limitation the expense of engineering plan review, administrative costs to process approvals and agreements, annual overhead rates, safety training, utility marking (if necessary and requested) and SCRRA EIC and protective services as SCRRA deems necessary. SCRRA will charge the Contractor for eight hours minimum for the EIC services if the Contractor cancels SCRRA services after SCRRA EIC is on site on the day of the appointment. The Plan review, administrative, safety training, and utility marking costs and fees paid to SCRRA as a part of the Right -of -Entry are not refundable. Refer to SCRRA's Schedule of Fees for more information. The Contractor also agrees to reimburse SCRRA, any Member Agency and/or any Operating Railroad for any and all cost and expense incurred as a result of Contractor's work which may result in (i) unscheduled delay to the trains or interference in any manner with the operation of trains, (ii) unscheduled disruption to normal train operation, (iii) unreasonable inconvenience to the public or private user of the system, (iv) loss of revenue, and (v) alternative method of transportation for passengers. SCRRA will submit final bills to the Contractor for cost incurred. SCRRA will provide the cost of all SCRRA services based on Contractor's input. Prior to commencement of work, the Contractor shall provide deposit representing the estimated expense to be incurred by SCRRA and Member Agency in connection with said work. As the work progresses, SCRRA may require additional progress payments as the scope of work changes or becomes clearer. SCRRA may discontinue services to Contractor pending receipt of progress payments. The deposit and progress payments shall be applied to SCRRA's and Member Agency's actual costs and expenditures. The Contractor shall be responsible to pay any amount exceeding the above payments upon receipt of notice or invoice by SCRRA. SCRRA shall exercise its best efforts to provide final invoicing to Contractor within 90 days following completion of the work; however, Contractor acknowledges that it shall be responsible for payment of all expenses incurred by SCRRA and Member Agency in connection with the work even if the final invoicing is provided to Contractor thereafter. Upon completion of all work, any payments in excess of SCRRA's and Member Agency's costs and expenditures shall be returned to the Contractor within a reasonable time. If the Contractor stop the work in the right-of-way for three months or longer and then plans to resume the work, he/she shall notify SCRRA as per contact information shown in Section 10 below prior to resumption of the work. Safety and Protective/Flaaaing Services Notification The Contractor and his subcontractors shall be required to attend a SCRRA Safety Orientation Class prior to receiving permission to enter the Right -of -Way. The Contractor shall request SCRRA's consultant/contractor for safety training by calling 1-877-452-0205 to arrange for third party safely training. Allow 72 hours from the request for safety training to arrange the training. Upon completion of safety training and prior to start of work activities, the Contractor shall notify SCRRA's consultant/contractor at (714) 920-9037 a minimum of fifteen (15) working days prior to beginning work on the Right -of -Way and secure any safety EIC services SCRRA deems necessary. This prior notification does not guarantee the availability of on track -safety protection for the proposed date of work. In no event shall SCRRA be liable to Contractor in the event that track safety protection cannot be provided due to force majeure event or for any other reason. SCRRA will advise Contractor as soon as reasonably practicable once it is determined that track safety protection will be unavailable on a proposed date of construction. SCRRA Form 5 Page 4 of 6 02/03115 `ui�A� - Z Swtham CaIOwnie R, grona'. Rd Authority 8. Emeraencv Telephone Numbers The Contractor must immediately contact SCRRA in case of accidents, personal injury, defect in track, bridge or signals, or any unusual condition that may affect the safe operation of the railroads. The following are SCRRA's emergency numbers: Signal Emergencies and Grade Crossing Problems (888) 446-9721 Metrolink Chief Dispatcher (909) 596-3584 or (888) 446-9715 Metrolink Sheriffs Dispatcher (323) 663.5280 Signal and Communications Cable Location (909) 592-1346 9. Calffornia Law/Venue This agreement shall be construed and interpreted in accordance with and governed by the laws of the State of California. Venue shall be located in courts in Los Angeles County. 10. SCRRA Contact All information and documents shall be submitted to the following: Assistant Director, Standards and Design Southern California Regional Rail Authority (SCRRA) 2558 Supply Street Pomona, California 91767 Attn: Mr. Christos Sourmelis - ROW Encroachments Coordinator Email: sourmelisc@scrra.net (909)392-8463 SCRRA Form 5 Page 5 of 02/03/15 METROLINK. „�- Saul6em Caldom-a Nwgionwl Rai Aullim Ay The Contractor hereby agrees to the terms as set forth in this Agreement, and hereby acknowledges receipt of this Agreement. (Name of Applicant) (Address) (Telephone) (Signature) (Print Name) (Title) (Applicant's State License No.) (Fax) (Email) Receipt of the foregoing agreement is hereby acknowledged on this day of 20_ By: ROW Encroachments Coordinator By: Assistant Director, Standards and Design (Approved as To Form By Legal Counsel] SCRRA Fam 5 Page 6 of 6 OVOM 5 SullyMlller Contracting Co. 136 S. State College Blvd., #400 Brea, CA 92821 2615 A 15 A 10: 54 ; "' SEALED BID •** DO NOT OPEN WITH REGULAR MAIL City of Santa Clarita 23920 Valencia Boulevard Suite 11120 Santa Clarita, CA 91355 PROJECT: 201415 Annual Overlay Project Mal 02A BID DATE: 0+11SltS at 11•IO AY -Y)