Loading...
HomeMy WebLinkAbout2018-05-22 - AGENDA REPORTS - 2017-18 OVERLAY AND SLURRY SEAL PROJ M0124 (2)Agenda Item: 14 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR t, CITY MANAGER APPROVAL: �1 DATE: May 22, 2018 SUBJECT: 2017-18 ANNUAL OVERLAY AND SLURRY SEAL PROGRAM, PROJECT M0124 - AWARD CONSTRUCTION CONTRACTS DEPARTMENT: Public Works PRESENTER: Cruz Caldera RECOMMENDED ACTION City Council: 1. Approve plans and specifications for the overlay portion of the 2017-18 Annual Overlay and Slurry Seal Program, Project MO 124. 2. Award the overlay construction contract to Toro Enterprises, Inc. in the amount of $2,092,148, and authorize a contingency in the amount of $840,713, for a total contract amount not to exceed $2,932,861. 3. Approve plans and specifications for the slurry seal portion of the 2017-18 Annual Overlay and Slurry Seal Program, Project MO 124. 4. Award the slurry seal construction contract to Sierra Nevada Construction, Inc. in the amount of $1,888,951, and authorize a contingency in the amount of $188,895, for a total not to exceed $2,077,846. 5. Authorize an expenditure in the amount of $771,260 and a contingency of $78,740 for a total amount of $850,000 to Twining, Inc. for a professional services contract to provide project inspection, materials testing, and construction management support for overlay and slurry seal projects. 6. Appropriate Miscellaneous Grant funds (CalRecycle) in the amount of $344,804 to expenditure account M0124259-5161.001 and increase revenues in account 259-4621.001 by $344,804. Page 1 Packet Pg. 147 7. Replace Senate Bill (SB) 1 funds from expenditure account M0124267-5161.001 with Gas Tax funds to expenditure account M0124230-5161.001 in the amount of $66,581 and decrease revenues in account 267-4411.008 by $66,581. 8. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The annual overlay and slurry seal projects are 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 2017-18 Overlay and Slurry Seal Program will resurface streets, seal cracks, and coat the surface of streets in various areas of the City (see attached project street lists). These treatments will provide a smoother ride for vehicles, enhance the appearance of the roadway and surrounding area, and extend the life of the roadway by 3 to 15 years, depending on treatment. This year's project is expected to begin construction in June 2018 and be completed by the end of September 2018. This project supports the Santa Clarita 2020 theme of Sustaining Public Infrastructure. For the overlay portion, an invitation to bid was prepared and published three times, on March 16, 17, and 20, 2018, and posted on the City's website. Plans and specifications were also sent to area plan rooms for distribution to additional firms. Two bids were submitted to the City and opened by Purchasing on April 16, 2018. The results of the bids are shown below. Company Location Bid Amount Toro Enterprises, Inc. Oxnard, CA $2,092,148.44 Sully -Miller Contracting Company Brea, CA $2,240,680.24 Staff recommends awarding the overlay construction contract to the lowest responsive bidder, Toro Enterprises, Inc., for Base Bid only, in the amount of $2,092,148, and authorize a contingency in the amount of $840,713, for a total contract amount not to exceed $2,932,861. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from Toro Enterprises, Inc. was reviewed for accuracy and conformance to the contract documents and found to be complete. The demand for paving work is high as a result of SB 1 funding. Requested contingency funds will allow the City to develop a larger pavement preservation program and include additional street resurfacing requests during the construction process. By adding backlog streets to this year's pavement preservation program, the City will benefit by scheduling these additional streets at the current bid prices, while completing the project in a timely manner. The construction contingency requested will also cover costs associated with unforeseen site conditions, such as potential utility conflicts and abandoned utilities not shown in record drawings, as well as change order requests made by the contractor. 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 Page 2 Packet Pg. 148 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 responsive bidder. For the slurry seal portion, an invitation to bid was prepared and published three times, on March 20, 21, and 22, 2018, and was posted on the City's website. Plans and specifications were also sent to area plan rooms. Seven bids were submitted to the City and opened by Purchasing on April 27. The results of the bids are shown below. Company Sierra Nevada Construction, Inc VSS International American Asphalt Pavement Coatings Intermountain Slurry Seal Roy Allen Slurry Seal All American Asphalt Location Base Bid Total Bid Sparks, NV $ 1,888,950.82 $ 2,343,007.00 West Sacramento, CA $ 1,859,589.62 $ 2,356,658.00 Hayward, CA $ 1,954,341.37 $ 2,475,135.77 Jurupa Valley, CA $ 1,958,302.77 $ 2,486,512.77 Elk Grove, CA $ 2,224,893.73 $ 2,660,660.00 Santa Fe Springs, CA $ 2,305,796.26 $ 2,893,754.52 Corona, CA $ 2,351,748.00 $ 3,023,993.00 Staff recommends awarding the slurry seal construction contract to the lowest responsive bidder, on the basis of the total bid amount (Base Bid plus Add Alternates), Sierra Nevada Construction, Inc., for Base Bid only, in the amount of $1,888,951, and authorize a contingency in the amount of $188,895, for a total not to exceed $2,077,846. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from Sierra Nevada Construction, Inc. was reviewed for accuracy and conformance to the contract documents and found to be complete. 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 three firms on April 6, 2018. Staff reviewed the proposals and based on the evaluation, scored the firms on a 100 -point scale. The results are shown below. Rank Company Score Location Proposal Amount 1 Twining, Inc. 97 Long Beach, CA $771,260.00 2 Pavement Engineering, Inc. 94.5 San Luis Obispo, CA $880,506.00 3 NV5 West, Inc. 92.25 Ventura, CA $710,484.00 4 G3 Quality 90.5 Cerritos, CA $854,905.00 The scoring system was based on 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 project's scope, scheduling and availability, and references. Based on the City's evaluation process, staff recommends awarding the contract for project inspection and materials testing services to Twining, Inc. in the amount of $771,260, and a contingency of $78,740 for an amount not to exceed $850,000. Twining, Inc.'s proposal rating is a reflection of their experience with similar projects within the City and due diligence during the preparation of their proposal. Page 3 Packet Pg. 149 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. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available to support the recommended contracts for the overlay and slurry seal contracts as well as the federal overlay contract, which is being awarded via a separate agenda report. This will also provide for all anticipated project costs. The funding for this project is broken down as follows: Surface Transportation Program - Local $1,267,562; Miscellaneous Federal Grant (Earmark) $1,427,919; Gas Tax $146,456; TDA Article 8 $6,684,185; Miscellaneous Grant (CalRecycle) $344,804; Measure R Local Return $146,475; SB 1 $1,233,885; and General Fund Capital $54,770. ATTACHMENTS Overlay list of streets Slurry Seal List of Streets Overlay Neighborhood Maps Slurry Seal Neighborhood Maps Toro Bid Results (available in the City Clerk's Reading File) Sierra Nevada Bid Results (available in the City Clerk's Reading File) Twining Base Bid Results (available in the City Clerk's Reading File) Page 4 Packet Pg. 150 NBHD C5 C5 C5 C5 C5 C5 C5 C5 C5 C5 C5 C5 C5 C5 C5 -6-5- 05 9 S15 S15 S15 S15 S15 S15 S15 S15 S15 S15 S15 S15 S15 S15 S15 14.a OVERLAY LIST OF STREETS ROAD NAME DICKASON DR ROAD NAME FAIRPORT AV FAIRPORT AV NEWHOUSE ST NEWHOUSE ST NEWHOUSE ST LONE ROCK ST DRYCLIFF ST DRYCLIFF ST PLEASANTDALE ST EVRON AV EVRON AV ESTERBROOK AV ESTERBROOK AV EVENINGSHADE AV EVENINGSHADE AV DOLTON DR DEEPTREE AV ROAD NAME ADRIENE WY ALFRED WY ARTHUR CT CELLESTE PL CHRIS PL CURTIS ALAN PL FRANKS WY GINA CT JERRY PL LEONG CT NICHOLAS CIR PATRICIA PL RICKI CT RHONA PL RODGERS DR FROM DECORO DR FROM CALLA WY DRYCLIFF ST WEST END CAMP PLENTY RD DEEPTREE AV WEST END W. END EVRON AV WEST END SOUTH END DRYCLIFF ST PLEASANTDALE ST FAIRWEATHER ST PLEASANTDALE ST CEDARCREEK ST CALLA WY PLEASANTDALE ST FROM VIA JOYCE DR FRANKS WY VIA JOYCE DR ALFREDS WY ALFREDS WY END SANTA CATARINA RD END END END RODGERS DR (N) END END SANTA CATARINA RD ADRIENE WY TO NEWHALL RANCH RD TO DRYCLIFF ST NORTH END EVRON AV DEEPTREE AV EAST END EVRON AV EVRON AV CAMP PLENTY RD FAIRPORT AV PLEASANTDALE ST NEWHOUSE ST DELIGHT ST CEDARCREEK ST NEWHOUSE ST RANIER ST DRYCLIFF ST NEWHOUSE ST M RODGERS DR END END END END VIA JOYCE DR END VIA JOYCE DR VIA JOYCE DR SANTA CATARINA RD RODGERS DR (S) RODGERS DR VIA JOYCE DR END SANTA CATARINA a Packet Pg. 151 14.a S15 SANTA CATARINA RD RODGERS DR PLUM CANYON S15 TAMARA PL END NICHOLAS CIR S15 WERREN PL VIA JOYCE RD END S15 SASSOON PL SANTA CATARINA END i r Q Packet Pg. 152 14.b SLURRY SEAL LIST OF STREETS NBHD ROAD NAME FROM TO ART SOLEDAD CANYON RD SIERRA HWY SAND CANYON RD NBHD ROAD NAME FROM TO C12 GARY DR MEGAN DR COP 875' S/O MEGAN DR C12 GARY DR COP 875' S/O MEGAN DR CARROUSEL DR NBHD ROAD NAME FROM TO C13 BOUGAINVILLIA WY ROSEHAVEN LN NORTH END C13 CARLA CT LILLYGLEN DR EAST END C13 FLOWERPARK DR SOLEDAD CANYON RD GARDENIA PARK DR C13 FLOWERPARK DR GARDENIA PARK DR LOTUSGARDEN DR C13 GLADIOLUS DR NASTURTIUM DR LOTUS GARDEN DR C13 LILLYGLEN DR GLADIOLUS DR POPPY MEADOW ST C13 LOTUSGARDEN DR NASTURTIUM DR GARDENIA LANE C13 LOTUSGARDEN DR GARDENIA LANE FLOWER PARK DR C13 LOTUSGARDEN DR FLOWERPARK DR POPPY MEADOW ST C13 MELIA WY RHODODENDRON DR NORTH END C13 NASTURTIUM DR BOUGAINVILLIA WY GLADIOLUS DR C13 POPPY MEADOW ST SOLEDAD CANYON RD LOTUS GARDEN DR C13 POPPYSEED LN WEST END BOUGAINVILLIA WY C13 POPPYSEED LN FLOWERPARK DR EAST END C13 RHODODENDRON DR SNAPDRAGON PL LOTUSGARDEN DR C13 ROSEHAVEN LN WEST END BOUGAINVILLIA WY C13 SNAPDRAGON PL FLOWERPARK DR 0230 N RHODODENDRON DR C13 VIOLET LANE WY LOTUSGARDEN DR WEST END NBHD ROAD NAME FROM TO N14 ADAMSBORO DR FOURL RD JENA DR N14 ADAMSBORO DR JENA DR LITTLE OAK LN N14 ADAMSBORO DR LITTLE OAK LN BRITTANY LN/ END N14 ADAMSBORO DR KALMAR AV EBELDEN AV N14 BRITTANY LN LITTLE OAK LN ADAMSBORO DR N14 CANERWELL ST WILEY CANYON RD FOURL RD N14 CANERWELL ST FOURL RD JENA DR N14 CANERWELL ST JENA DR KALMAR AV N14 CANERWELL ST KALMAR AV EBELDEN AV N14 CARLAND DR FOURL RD EAST END N14 DAISETTA DR FOURL RD JENA DR N14 DAISETTA DR KALMAR AV EBELDEN AV N14 DARBUN DR FOURL RD EAST END N14 EBELDEN AV CALGROVE BL FAMBROUGH ST N14 FAIN DR CANERWELL ST FAMBROUGH ST N14 FAMBROUGH ST FOURL RD FAIN DR N14 FAMBROUGH ST FAIN DR EAST END N14 FOURL RD DAISETTA DR 0196 N CARLAND DR N14 FOURL RD 0196 N CARLAND DR WILEY CANYON RD N14 HARBY DR CANERWELL ST FAMBROUGH ST N14 JENA DR DAISETTA DR CANERWELL ST N14 KALMAR AV CALGROVE BL ADAMSBORO DR N14 KALMAR AV ADAMSBORO DR CANERWELL ST N14 LITTLE OAK LN BRITTANY LN/ END ADAMSBORO DR NBHD ROAD NAME FROM TO N15 WINDCREST PL SKYRIDGE DR EAST END N15 SKYRIDGE DR SOUTH END CRESTVIEW DR N15 SKYRIDGE DR CRESTVIEW DR WINDCREST PL N15 SKYRIDGE DR WINDCREST PL GATE N15 STILLWATER PL SKYRIDGE DR NORTH END N15 THISTLE CT CRESTVIEW DR NORTH END (7 O w CL J Q W U) J Z Q J w W O J Q Z Z Q 00 T_ 040 r m m r N 4- 0 r N J �a m L 0 U) r c 0 E t u m r Q Packet Pg. 153 14.b N15 THORNEWOOD DR WEST END CRESTVIEW DR N15 GLENRIDGE DR WEST END CRESTVIEW DR N15 SAGEBRUSH WY S END CRESTVIEW DR N15 CRESTVIEW DR CREEKSIDE DR GLENRIDGE DR N15 CRESTVIEW DR GLENRIDGE DR SKYRIDGE DR NBHD ROAD NAME FROM TO S2 BARCOTTA DR CAVELLO DR EAST END S2 BRIDGES CT WEST END CARNEGIE AV S2 CALVELLO DR SECO CANYON RD FTG BARCOTTA DR S2 CARNEGIE AV PAMPLICO DR PARAGON DR S2 CLAREMONT DR SMILEY CT PARAGON DR S2 CLARK CT BARCOTTA DR NORTH END S2 CROOKSHANK DR SUMNER AV PARAGON DR S2 DEXTER DR SUMNER AV PARAGON DR S2 FENWALL DR TULA DR PAMPLICO DR S2 GIBSON PL PARAGON DR NORTH END S2 HARWOOD DR PARAGON DR SMILEY CT S2 HOLMES CT WEST END DEXTER DR S2 HONNOLD DR PARAGON DR DEXTER DR S2 MARSTON CT PARAGON DR EAST END S2 MASON CT WEST END MILLIKEN DR S2 MATANA DR SANTA CLARITA RD EAST END S2 MILLIKEN DR PARAGON DR NORTH END S2 NORTON DR 0175 W SANTA CLARITA RD SANTA CLARITA RD S2 PARAGON DR SECO CANYON RD COPPERHILL DR S2 PEARSON CT CROOKSHANK DR EAST END S2 RENWICK CT BARCOTTA DR NORTH END S2 SANTA CLARITA RD PAMPLICO DR CALVELLO DR S2 SANTA CLARITA RD CALVELLO DR PARAGON DR S2 SANTA CLARITA RD PARAGON DR NORTH END S2 SARKIS CT WEST END SPANDAU DR S2 SEAVER CT CROOKSHANK DR EAST END S2 SECO CANYON RD FTG NORTH END PAMPLICO DR S2 SMILEY CT SOUTH END HARWOOD DR S2 SPANDAU DR CALVELLO DR SANTA CLARITA RD S2 SUMNER AV BARCOTTA DR HONNOLD DR S2 TULA DR PAMPLICO DR BARCOTTA DR S2 WALKER CT BARCOTTA DR NORTH END NBHD ROAD NAME FROM TO TR SOUTH FORK RIVER TRAIL MAGIC MOUNTAIN PKWY 1-5/ CITY LIMIT NBHD ROAD NAME FROM TO TR DISCOVERY PARK TRAIL NORTH END DISCOVERY PARK PATH PCC BRIDGE W/O CANYON VIW DR TR DISCOVERY PARK TRAIL S/S PCC BRIDGE W/O CANYON VIEW DR 320' N/O SOLEDAD CANYON RD Q Packet Pg. 154 (Wb21JONd -lV3S Amun-is aNV AV-lM3AO -lvnNNV 94-LWZ) sdeW pooyaogyfiiaN AeIJOAO :lUGWl43e44V W € isivapeig _ U) I m d' N YO �// ; �U ate; «m Sa N C >- C'4'iUyE w r y U m m DO Ina a a Q `r £ _ JiD - a41 �. Z 1C is V s n 1 � m fLLJ� O a a _Lyy� wle9 �S 40%M i dir. C z o —toco O H N 4- m I I` , - - - JO wogieap !t Q.at4gv�- p I f k ! I r m o / U V J�ti�p L i - - � 7S ❑NNy ', O i IFA R v T (Wb21JONd -lV3S Jlmun-is 4NV AV -1 13AO-ivnNNV 96-LWZ) sdeW poogjogqBl9N AejJ9AO :4U9Wg3e}}d _. �., ��. _,.dpi,•_ - . ®nypoo,Mwnid — V ,, - w � N � �^ m ^ x y I J ; CS n'r o N t u U'Er - w 2 ^ - OE cn > N d oma — U O L)to a _a a a t `_ FARM --- aaa- J 6 O antl 66dpd81nuleM eny � In O wIX o O I L l r waany dwpred - k > -a. Q -r y ' PH uoAue3 sa;lyM z a co E T i+ T a) J z<` ti 0 of N C j O C - i w Y L, N N c U C m N f0E d UW 4 anyiesselE 0 d °o O 3 U c to P O Pa Ayued dweo I 7 � i co LO T a a r J J 1 I I i co LO T a a (Wb21JONd -lV3S Amun-is 4NV A` -lN3AO-ivnNNV 96-LWZ) sdeW pooyaoggBl9N AejJ9AO :4U9Wgoe}}d ti LO T a Ilff v CL IL iFD ieuaF Q Q co v U "q auv Uv o L w U n j O O LLI v i � O+ z J U Q - - Z � Q G1E 0 Z E T {{ } e `ti.. _ d U N r � g z w � I N C� S l r O - CL R a'c VY - r• a� AQLIL oma i' Irk r Ll f Rd QIA LF ---ttQmofsluum ��� ANH • ' � f 1111! R. 11111\ m �QJ 'SrJrne'��t M G� IV3S JluuniS 4Md J VlN3AO ivnNMd 96 -LW) sdew pooyaoggBION leaS fujnjS :4uewg3e44V 00 U a E N U U> LO W 0 qo 3 �\ J Q is m o a � UeS lC d WQ i/� o o 9 cw N '-- { T vl - --- - N Li -� Uv 2 ao vA_ U C iia a m<F5- Off, r J C U N co to QU ,^ N V � � d w CL > a d 0 U ` 11 Q d 10,Q 3d Q d Q ` co E w U a d N 4-- J ori .,. i Q �oStG s ��� ANH • ' � f 1111! R. 11111\ m �QJ 'SrJrne'��t M G� IV3S JluuniS 4Md J VlN3AO ivnNMd 96 -LW) sdew pooyaoggBION leaS fujnjS :}uewgoe}}d J 6C0 Z O Q V L z J m o W F-0 Lu >a`ai coO Q L Z a Z Q - 3E J Q a 0- o� �a1. �o - lo q � o W O N >0 U _ c V N N d m0 =` �a O a d r U LL� 00 m- J 6C0 Z O Q V L z J m o F-0 Lu >a`ai U Z Q Z Z Q (D Q co r E w+ W U) O N H C W O ca ID jQjaauads U � u N G Q U N '= N 3 O N E= E O aUU) �pM ei/a� �asno e Ce J d Jab O O a IrO L m °a LO aT— CL � F- LU r CL J Q W N >m N M O r 4 O� co Z O Q V i z J O �-0 >a`ai U Z Q Z Z Q co r ti r 0 N -�o o ad Co wU r Um= av 6�,a as f J VlM3AO ivnNMd 96 -LW) sdew pooyaoggBION leaS fujnjS :4uewgoe44V Y a w z Florabunda Rd Tri es���d @`yv i J (D Q E w �+ U) 2R (D � O U) (D R A JJ a i 7 O �@ C E U !J1 !Z O u) U llli 1111IL771, ae��u3 any 0 co CL CL F- IV3S AuuniS 4Md AVlN3AO ivnNMd 96 -LW) sdew pooyaoggBION leaS fujnjS :4u9wg3e44d w of , a c N O �0 LL CLE o 3 J LL �� o Q - ,, qo �� I= O W fn Y aU - nU N Lf) -a eC Z (a a a= U m L� r fna aaQ Fs.,= c ~ J 6-0 Z Q z v J d 0 o - Lu L- > a a� U Z Q Z Z Qy(^D Q co L L �.�..� U) I- L z � o o H E N 4mm O D J d of a c N O Zr s Y o 2 � T I= O J sl I x Ave Ave 'D z Ja tiwaW cad 0 U 6 CL ca CL IV3S AuuniS 4Md AVlN3AO ivnNMd 96 -LW) sdew pooyaoggBION leaS fujnjS :4uewgoe44V LU ��) ' \ " U 0 3 U d C i o� o SFS SFcee�ay S �X�t 166 S QC EX�t 166 N peoa plO ayl She Otd Road N CO Cb CL V a �0�/ -0 /LL CL 3 L E J Q LL Q- w n o o Q o'`° o W U) Y U q aU -= 5 v nU a >- N d - � 00 ` /D! Z (B-' 0- v _a a s U m C L r w U fna aaQ = c 4 J 6-0 Z C C c z V C J O 0 -0 W L.O t >0.,M U Z Q Z Z Q d Q o E w � L z �o o H � � N 4-- O D J � IH 0 3 U d C i o� o SFS SFcee�ay S �X�t 166 S QC EX�t 166 N peoa plO ayl She Otd Road N CO Cb CL V a � F- LU O CL J W co SO CO G ' OO CO Z O Q � L z J m 0 COD LU 0 iL +�_' z QU Z Z Q co r ti r O N IV3S JluuniS 4Md J VlN3AO ivnNMd 96 -LW) sdew pooyaoggBION leaS fujnjS :}uewgoe;}d p Pjj o t L U) a) E E a) as w M co CL a� CL 0 J a IL aCL a IV3S JluuniS 4Md J VlN3n0 ivnNMd 96 -LW) sdew pooyaoggBION leaS fujnjS :4uewg3e44d u I - ;3 0 0 away x` 5Fl 5'itee,Nay N a a ~> oa 3 FH LU Y +� - A 3 N CL m Q v�qo oq r� " w ` V� �- vv NI. N m U2 �" a `o N 0 w O x J Q ~ m We NZ� a ,o z W a C a - % in a p2:1 a a tU Z �d Q G1 Q o°aa co E W L z o H � N C U a d ;3 0 0 away x` 5Fl 5'itee,Nay N a a ~> oa 3 FH i any �asse�D 0- - �7_ f J VlM3AO ivnNNV 96 -LW) sdew pooyaoggBION leaS fujnjS :;uewgoe;;V 1 d Y f/1 o J r O any doipmoU m `m J U � ., pa uoAueo se;iqM 1 d 0 r Z any �oo�q�a;s3 JO Ua;1G0 LL-LL3 FTTI U y any;�odiiej u v N N d u � a _ Q O �ojgaoue"1 m � u w - - - - - ---- 0.1 ---a^ X F- IV3S JluuniS w � U - W O a m o .o �_ W Noo m 0 - - v U v >m C-4 mU -� c ��v w U a d r U m- 4 N O Ana aaa 3 Z a C 0 J d d OL r W O a > O � _ QUA Z Z Q �+ QD Q o E w U) z�o r o i H � N 4mm O D J � I i any �asse�D 0- - �7_ f J VlM3AO ivnNNV 96 -LW) sdew pooyaoggBION leaS fujnjS :;uewgoe;;V 1 d Y f/1 o J r O any doipmoU m `m J U � ., pa uoAueo se;iqM 1 d 0 r Z any �oo�q�a;s3 JO Ua;1G0 LL-LL3 FTTI U y any;�odiiej u v N N d u � a _ Q O �ojgaoue"1 m � u w - - - - - ---- 0.1 ---a^ X Ga" 0 Dr a Ga" 0 Dr SECTION C: SECTION C: PROPOSAL FOR 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals 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 quantities 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 Bidder's 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: TORO ENTERPRISES, INC. Company Address: 2101 E. VENTURA BLVD OXNARD, CA, 93036 By: SEAN CASTI Print Name Title: Signature: Date: 1 . J f3 C-1 CITY OF SANTA CLARITA 2017/2018 ANNUAL OVERLAY PROGRAM - BASE BID SCHEDULE BIDDER: TORO E=NTERPRISES, INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE "TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 2 Traffic Control F2-2.8 LS 1 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 (g 500 - Si7p - 4 ARHM GG -D PG 64-16 F2-10.4 TN 4.265 5 AC C2 PG 64-10 172-8.4 TN 383 3 S 3 5 os 6 AC D2 PG 64-10 172-8.4 TN 1,254 log. - 130 4 (b. - 7 Thin Maintenance Overlay (TMO) F2-9.4 TN 7,131 p 2 j5q,4q$. 8 Digout or Remove and Replace 4" AC F2-5.4 SF 9,409 qq, :�, 7-ci 9 Cold Plane 1-1/2" AC F2-4.6 SF 0 10 Cold Plane 1-3/4" AC F2-4.6 SF 4,044 Q. yy 77q. 3(0 11 11 Cold Plane 2" AC F24.6 SF 0 12 Cold Plane 2-1/2" AC F2-4.6 SF 0 13 Remove 3-7/&'(3" to 4-3/4") & Replace 3" AC F2-4.6 SF 35,000 , 9T fv8 ST7, - 14 Cold Plane 7-1/2" AC 172-4.6 SF 0 15 CIR Mix Design F2-11.7.2 EA 0 16 Cold In -Place Recycling 3-1/2" HMA F2-11.7.2 SF 0 17 Cold In -Place Recyling Quality Control F2-11.7.2 EA 0 18 Emulsified Recycling Agent F2-11.7.2 TN 0 19 Cement Additive F2-11.7.2 TN 0 20 Keycut Al (6 ft, 1-3/4") F2-4.6 LF 26,469 /, ZS 33 pr�io. ZS 21 KeycutA2 (12 it, 1-3/4") 172-4.6 LF 11,181 Z, Zo $y4p 9a 22 Keycut A3 (6 ft, 1-1/4") 172-4.6 LF 23,211 - t 23 Keycut A4 (6 ft, 1-1/2") F2-4.6 LF 8,212 24 Keycut A5 (4 ft, 3/4" Below Cold Plane) 172-4.6 LF 0 25 Keycut B1 (15 ft, 1-3/4") F2-4.6 LF 683 �, Sa 22, Sa 26 Keycut B2 (25 ft, 1-3/4") F2-4.6 LF 369 12. 3s 55-7 /5- 527 27 Keycut B3 (12 it, 1-1/4") F2-4.6 LF 293 , 35 1 Z orf 5-5- S28 28 Keycut B4 (12 ft, 1-1/2") F2-4.6 LF 121 , SO yy_ SD 29 Keycut B5 (12 ft, 3/4" Below Cold Plane) F2-4.6 LF 0 30 Lower Manhole Covers F2-12.3 EA 150 235.- 5 20. 31 Lower Gas Valve Covers F2-12.3 EA 0 32 Lower Water Valve Covers F2-12.3 EA 77 ('p 33 Lower Utility Covers F2-12.3 EA 2 00, (, U oo . - 34 Lower Loop Detector Covers F2-12.3 EA 0 35 Adjust Manhole Covers to Finish Grade F2-12.3 EA 150 36 Adjust Gas Valve Covers to Finish Grade F2-12.3 174 0 37 Adjust Water Valve Covers to Finish Grade F2-12.3 EA 77 Zgs - 7- 38 Adjust Utility Covers to Finish Grade F2-12.3 EA 2 39 Adjust Loop Detector Covers to Finish Grade F2-12.3 EA 0 40 Remove and Install Permanent Traffic Loops F2-13.4 EA 25 . - Z , - 41 Remove and Install Temporary Traffic Loops F2-13.4 EA 23- 42 Install and Remove Temporary Video Detection Camera F2-14.4 EA 0 43 Remove and Install Traffic Nodes F2-15.4 EA 0 44 Install Blue RPM @ Hydrant F2-16.4 EA 56 45 12" White Crosswalk / Limit Line (Thermo) F2-16.4 LF 1,132 Z, too 1 Z y x 46 12" Yellow Crosswalk / Limit Line (Thermo) F2-16.4 LF 641 .3, 167 17,019.1557 47 White Continental Crosswalk (Thermo) F2-16.4 EA 0 48 Yellow Continental Crosswalk (Thermo) F2-16.4 EA 14 g3q. - / , 49 Striping Detail #8 (Thermo) F2-16.4 LF 0 50 Striping Detail #12 (Thermo & Markers) F2-16.4 LF 5,866 (03 695, S}j 51 Striping Detail #21 (Thermo) 172-16.4 LF 947 /'/5- h OP?f os - 52 Striping Detail #22 (Thermo & Markers) F2-16.4 LF 0 53 IStriping Detail #24 (Thermo) F2-16.4 i LF 0 54 Striping Detail #25 (Thermo & Markers) F2-16.4 LF 0 55 Striping Detail #27 (Thermo & Markers) F2-16.4 LF 0 56 Striping Detail #276 (Thermo) _ F2-16.4 LF 0 57 Striping Detail #32 (Thermo & Markers) F2-16.4 LF 0 58 Striping Detail #36 (Thermo & Markers) F2-16.4 LF 0 59 Striping Detail #38 (Thermo & Markers) F2-16.4 LF 1,900 O$ 60 Striping Detail #38A (Thermo) F2-16.4 LF 36 , U. /6l, 20 61 Striping Detail #39 (Thermo) F2-16.4 LF 0 62 Striping Detail #39A (Thermo) F2-16.4 LF 0 63 Striping Detail #40 (Thermo) F2-16.4 LF 0 64 Arrow Type I (Thermo) F2-16.4 EA 0 65 Arrow Type II (UR) (Thermo) F2-16.4 EA 0 66 Arrow Type III (UR) (Thermo) F2-16.4 EA 0 67 Arrow Type IV (UR) (Thermo) F2-16.4 EA 37 gg, bo 68 Arrow Type VI (Thermo) F2-16.4 EA 0 69 Arrow Type VII (UR) (Thermo) F2-16.4 EA 2 p . — 70 "STOP" Legend (Thermo) F2-16.4 EA 9 Zo$. RZ. — 71 "AHEAD" Legend (Thermo) F2-16.4 EA 2 Z q 2 , 72 "SLOW' Legend (Thermo) F2-16.4 EA 4 7Q ,� 73 "SCHOOL" Legend (Thermo) F2-16.4 EA 4 2 O 74 "RING" Legend (Thermo) F2-16.4 EA 4 z6q. 8 . — 75 "25" Legend (Thermo) F2-16.4 EA 1 76 Bike Lane Symbol (Thermo) F2-16.4 EA 0 77 aver -Excavation (Revocable Item) F2-5.4 SF 202- 78 Speed Hump Marking (Thermo) F2-16.4 EA 0 79 Lower Manhole Covers (Revocable Item) F2-12.3 EA 50 80 Adjust Manhole Covers to Finish Grade (Revocable Item) F2-12.3 EA 50 TOTAL BASE BID TOTAL AMOUNT IN FIGURES. 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. CITY OF SANTA CLARITA 2017/2018 ANNUAL OVERLAY PROGRAM - CS ALTERNATE 1 BID SCHEDULE BIDDER: TORO ENTERPRISES, INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 ob- 06 0. 2 Traffic Control F2-2.8 LS 1 3 '3119,1532. 3 Storrs Water Pollution Prevention - BMP Plan F1-9 LS 1 415DO,- y SDo ,- 4 ARHM GG -D PG 64-16 F2-10.4 TN 2,627 5 AC C2 PG 64-10 F2-8.4 TN 0 6 AC D2 PG 64-10 F2-8.4 TN 91 p 0.- 7 Thin Maintenance Overlay (TMO) F2-9.4 TN 2,342 238 8 Digout or Remove and Replace 4" AC F2-5.4 SF 2,252 9 Cold Plane 1-1/2" AC F2-4.6 SF 0 10 Cold Plane 1-314" AC F2-4.6 SF 0 11 Cold Plane 2" AC F2-4.6 SF 0 12 Cold Plane 2-1/2" AC F24.6 SF 0 13 Remove 3-7/8" (3" to 4-3/4") & Replace 3" AC F2-4.6 SF 0 14 Cold Plane 7-1/2" AC F24.6 SF 0 15 16 CIR Mix Design Cold In -Place Recycling 3-1/2" HMA 172-11.7.2 F2-11.7.2 EA SF 0 0 17 Cold In -Place Recyling Quality Control 172-11.7.2 EA 0 18 Emulsified Recycling Agent F2-11.7.2 TN 0 19 Cement Additive 172-11.7.2 TN 0 20 Keycut Al (6 ft, 1-3/411) F24.6 LF 16,498 21 Keycut A2 (12 ft, 1-3/4") F2-4.6 LF 0 22 Keycut A3 (6 ft, 1-1/411) F24.6 LF 14,451 23 Keycut A4 (6 ft, 1-1/2") F2-4.6 LF 11,580 24 Keycut A5 (4 ft, 314" Below Cold Plane)_ F2-4.6 LF 0 25 Keycut B1 (15 ft, 1-3/4") F24.6 LF 557 �, 5b 26 Keycut B2 (25 ft. 1-3/41) 172-4.6 LF 0 27 Keycut B3 (12 ft, 1-1/4") F24.6 LF 432 '6 S $ 2- 28 Keycut B4 (12 ft, 1-10) F2-4.6 LF 161 55 3Z. SS 29 Keycut B5 (12 ft, 3/4" Below Cold Plane)_ F2-4.6 LF 0 30 Lower Manhole Covers F2-12.3 EA 58 2 3S. t 3, OSO.' 31 Lower Gas Valve Covers F2-12.3 EA 0 32 Lower Water Valve Covers F2-12.3 EA 59 p.- q01- 33 Lower Utility Covers F2-12.3 EA 0 34 Lower Loop Detector Covers F2-12.3 EA 0 35 Adjust Manhole Covers to Finish Grade F2-12.3 EA 58 Z3 Zeo , - 36 _ Adjust Gas Valve Covers to Finish Grade F2-12.3 EA 0 37 Adjust Water Valve Covers to Finish Grade F2-12.3 EA 59 Z85, ' 14" g/S 38 Adjust Utility Covers to Finish Grade F2-12.3 EA 0 39 Adjust Loop Detector Covers to Finish Grade F2-12.3 EA 0 40 Remove and Install Permanent Traffic Loops F2-13.4 EA 8 41 Remove and Install Temporary Traffic Loops F2-13.4 EA 8 ';.j35:- 1 2, ZSc .-- 42 Install and Remove Temporary Video Detection Camera F2-14.4 EA 0 43 Remove and Install Traffic Nodes F2-15.4 EA 0 44 Install Blue RPM @ Hydrant 172-16.4 EA 26 45 12" White Crosswalk / Limit Line (Thermo) F2-16.4 LF 377 15 I , SS 46 12" Yellow Crosswalk / Limit Line (Thermo) F2-16.4 LF 2,336 loo (o, 47 White Continental Crosswalk (Thermo) F2-16.4 EA 0 48 Yellow Continental Crosswalk (Thermo) F2-16.4 EA 13 - /0 49 Striping Detail #8 (Thermo) F2-16.4 LF 0 g55 Striping Detail #12 (Thermo & Markers) F2-16.4 LF 0 Striping Detail #21 (Thermo) F2-16.4 LF 0 Striping Detail #22 (Thermo & Markers) F2-16.4 LF 377 I S �,7 C4dninn n.#1 H 40A /TF,c.,. CO 4n A Ir n 54 Striping Detail #25 (Thermo & Markers) F2-16.4 LF 0 55 Striping Detail #27 (Thermo & Markers) F2-16.4 LF 0 56 Striping Detail #2713(Thermo) F2-16.4 LF 0 57 Striping Detail #32 (Thermo & Markers) F2-16.4 LF 0 58 Striping Detail #36 (Thermo & Markers) F2-16.4 LF 0 59 Striping Detail #38 (Thermo & Markers) F2-16.4 LF 0 60 Striping Detail #38A (Thermo) F2-16.4 LF 0 61 Striping Detail #39 (Thermo) F2-16.4 LF 0 62 Striping Detail #39A (Thermo) F2-16.4 LF 0 63 Striping Detail #40 (Thermo) F2-16.4 LF 0 64 Arrow Type I (Thermo) F2-16.4 EA 0 65 Arrow Type II (UR) (Thermo) F2-16.4 EA 0 66 Arrow Type III (UR) (Thermo) F2-16.4 EA 0 67 Arrow Type IV (UR) (Thermo) F2-16.4 EA 0 68 Arrow Type VI (Thermo) F2-16.4 EA 0 69 Arrow Type VII (UR) (Thermo) F2-16.4 EA 20 70 "STOP" Legend (Thermo) F2-16.4 EA 0 71 "AHEAD" Legend (Thermo) F2-16.4 EA 1 72 "SLOW" Legend (Thermo) F2-16.4 EA 7 73 "SCHOOL" Legend (Thermo) F2-16.4 EA 7 7-7-1.— 74 "XING" Legend (Thermo) F2-16.4 EA 7 Zai. - 1, q(o3 75 "25" Legend (Thermo) F2-16.4 EA 0 76 Bike Lane Symbol (Thermo) F2-16.4 EA 0 77 Over -Excavation (Revocable Item) F2-5.4 1 SF 0 TOTAL ALTERNATE 1 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 1 BID TOTAL AMOUNT IN WORDS: 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. The basis for award or contract shall be the Contractor's Base Bid plus the artemales. The Ayc+,cy reserves the right to award the contract for the base bid and those ahemaWes, Hany, which the City may select In its sole discretion. The AGENCYalso reserves the right to add any of the additive Altemates by Contract Change Order at any time d,:Piny the project up to the last contract working day. The BIDDER agrees to hold all unit prices bid for Additive Alternates constant throughout the duration of the ptopal up to the last contract working day. No additional compensation will be allowed fbr Alternates added by Contract Change Orderbeyond the amount shown on the original bid. CITY OF SANTA CLARITA 2017/2018 ANNUAL OVERLAY PROGRAM - C12 ALTERNATE 2 BID SCHEDULE BIDDER: TORO ENTERPRISES, INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE 'TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 2 Traffic Control F2-2.8 LS 1 Z2, D0.- ZZ, (aAO, r 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 qZw. ` `>✓, Zao. l 4 ARHM GG -D PG 64-16 F2-10.4 TN 988 q 'qD 5 AC C2 PG 64-10 F2-8.4 TN 0 6 AC D2 PG 64-10 F2-8.4 TN 120 Z p, 7 Thin Maintenance Overlay (TMO) F2-9.4 TN 8_27 to $b . OO 8 _ Digout or Remove and Replace 4" AC F2-5.4 SF 0 9 Cold Plane 1-1/2" AC F2-4_6 SF 0 10 Cold Plane 1-3/4" AC F2-4.6 SF 0 11 Cold Plane 2" AC F2-4.6 SF 0 12 Cold Plane 2-1/2" AC F2-4.6 SF 0 13 Remove 3-7/8" (3" to 4-3/4") & Replace 3" AC F2-4.6 SF 0 14 Cold Plane 7-1/2" AC F2-4.6 SF 0 15 CIR Mix Design F2-11.7.2 EA 0 16 Cold In -Place Recycling 3-1/2" HMA F2-11.7.2 SF 0 17 Cold In -Place Recyling Quality Control F2-11.7.2 EA 0 18 Emulsified Recycling Agent F2-11.7.2 TN 0 19 Cement Additive F2-11,7.2 TN 0 20 Keycut Al (6 ft 1-3/4") F24.6 LF 11,796 1 Z /S 1l3 S(o5 ,'fD 21 Keycut A2 (12 ft, 1-3/4") F24.6 LF 2,045 Z./8 S$. /° 22 Keycut A3 (6 ft, 1-1/4") F24.6 LF 0 23 Keycut A4 (6 ft, 1-1/2") F24.6 LF 0 24 Keycut A5 (4 ft, 3/4" Below Cold Plane) F24.6 LF 0 25 Keycut B1 (15 ft, 1-3/4") F24.6 LF 94 26 Keycut B2 (25 ft, 1-3/4") F2-4.6 LF 0 27 Keycut B3 (12 ft, 1-1/4") F24.6 LF 0 28 Keycut B4 (12 ft, 1-1/2") F24.6 LF 0 29 Keycut B5 (12 ft, 3/4" Below Cold Plane) F2-4.6 LF 0 30 Lower Manhole Covers F2-12.3 EA 39 235-.' (05 - 31 Lower Gas Valve Covers F2AZ3 EA 1 (p0.' I 1Q0, 32 Lower Water Valve Covers F2-12.3 EA _ 33 (g) 33 Lower Utility Covers F2-12.3 EA 0 34 Lower Loop Detector Covers F2-12.3 EA 0 35 Adjust Manhole Covers to Finish Grade F2-12.3 EA 39 4100-- /s boo. - 36 Adjust Gas Valve Covers to Finish Grade F2-12.3 EA 1 0, 37 Adjust Water Valve Covers to Finish Grade F2-12.3 EA 33 38 Adjust Utility Covers to Finish Grade F2-12.3 EA 0 39 Adjust Loop Detector Covers to Finish Grade F2-12.3 EA 0 40 Remove and Install Permanent Traffic Loops F2-13.4 EA 0 41 Remove and Install Temporary Traffic Loops F2-13.4 EA 0 42 Install and Remove Temporary Video Detection Camera F2-14.4 EA 0 43 Remove and Install Traffic Nodes F2-15.4 EA 0 44 Install Blue RPM @ Hydrant F2-16.4 EA 12.- 2. 45 12" White Crosswalk / Limit Line (Thermo) F2-16.4 LF 0 46 12" Yellow Crosswalk / Llmit Line (Thermo) F2-16.4 LF 0 47 White Continental Crosswalk (Thermo) F2-16.4 EA 0 48 Yellow Continental Crosswalk (Thermo) F2-16.4 EA 0 49 IStriping Detail #8 (Thermo) F2-16.4 LF 0 50 Striping Detail #12 (Thermo & Markers) F2-16.4 LF 0 51 Striping Detail #21 (Thermo) F2-16.4 LF 44 q.z_ / 80 52 Striping Detail #22 (Thermo & Markers) F2-16.4 LF 0 53 Striping Detail #24 (Thermo) F2-16.4 LF 1 0 54 Striping Detail #25 (Thermo & Markers) F2-16.4 LF 0 55 Striping Detail #27 (Thermo & Markers) F2-16.4 LF 0 56 Striping Detail #2713(Thermo) F2-16.4 LF 0 57 Striping Detail #32 (Thermo & Markers) F2-16.4 LF 0 58 Striping Detail #36 (Thermo & Markers) F2-16.4 LF 0 59 Striping Detail #38 Thermo & Markers) F2-16.4 LF 0 60 Striping Detail #38A (Thermo) F2-16.4 LF 0 61 Striping Detail #39 (Thermo) F2-16.4 LF 0 62 Striping Detail #39A(Thermo) F2-16.4 LF 0 63 Striping Detail #40 (Thermo) F2-16.4 LF 0 64 Arrow Type I (Thermo) F2-16.4 EA 0 65 Arrow Type II UR (Thermo) F2-16.4 EA 0 66 Arrow Type III (UR) (Thermo) F2-16.4 EA 0 67 Arrow Type IV (UR) (Thermo) F2-16.4 EA 0 68 Arrow Type VI (Thermo) F2-16.4 EA 0 69 Arrow Type VII (UR) (Thermo) F2-16.4 EA 0 70 "STOP" Legend (Thermo) F2-16.4 EA 2 71 "AHEAD" Legend (Thermo) F2-16.4 EA 0 72 "SLOW" Legend (Thermo) F2-16.4 EA 42 %T$, 73 "SCHOOL" Legend (Thermo) F2-16.4 EA 0 74 "RING" Legend (Thermo) F2-16.4 EA 0 75 "25" Legend (Thermo) F2-16.4 EA 0 76 Bike Lane Symbol (Thermo) F2-16.4 EA 0 77 Over -Excavation (Revocable Item) F2-5.4 SF 0 TOTAL ALTERNATE 2 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 2 BID TOTAL AMOUNT IN WORDS: 'NOTE: In case of error in extension of price into the total price column, the unit price will govem. The basis for award ofcontractshall be the Contractor's Base Bld plus the alternates. The Agencyreserves the right to award the contract for the base bid and those alternatives, Hany, which the City may select In Its sole discretion. The AGENCY also reserves the right to add any of the additive Alternates by Contract Change Order st any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices bid for Additive Alternates constant throughout the duration of the p,nject up to the last contract working day. No additional compensation will be allowed for Altemates added by Contract Change Order beyond the amount shown on the original bid. CITY OF SANTA CLARITA 2017/2018 ANNUAL OVERLAY PROGRAM - C19 ALTERNATE 3 BID SCHEDULE BIDDER: TORO ENTERPRISES, INC. ITEM NO. BID ITEMS I" I REFERENCE UNIT " 1^" QUANTITIES UNIT PRICE "TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 /S 000.- SOot>. 2 Traffic Control 172-2.8 LS 1 Zo,000.' 000,' 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 7, too.- Z, 100 4 ARHM GG -D PG 64-16 F2-10.4 TN 1,722 ' 5 AC C2 PG 64-10 F2-8.4 TN 6 AC D2 PG 64-10 F2-8.4 TN 1,401 7 Thin Maintenance Overlay (TMO) F2-9.4 TN 0 8 Digout or Remove and Replace 4" AC F2-5.4 SF 0 9 Cold Plane 1-1/7' AC F2-4.6 SF 10 Cold Plane 1-3/4" AC F24.6 SF 11 Cold Plane 2" AC F2-4.6 SF 12 Cold Plane 2-117' AC F24.6 SF 13 Remove 3-7/8" (3" to 4-3/4") &Replace 3" AC F2-4.6 SF 14 Cold Plane 7-1/2" AC F24.6 SF 15 CIR Mix Design F2-11.7.2 EA 16 17 Cold In -Place Recycling 3-1/7' HMA Cold In -Place Recyling Quality Control F2-11.7.2 F2-11.7.2 SF EA 18 Emulsified Recycling Agent F2-11.7.2 TN 19 Cement Additive F2-11.7.2 TN 20 Keycut Al (6 ft, 1-3/4") F246 LF 0 21 Keycut A2 (12 ft, 1-3/4") F24.6 LF 9,154 9.7- ,7-22 22 Keycut A3 (6 ft, 1-1/4'� F24.6 LF 0 23 Keycut A4 (6 ft, 1-1/2") F24.6 LF 0 24 Keycut A5 (4 ft, 3/4" Below Cold Plane) F24.6 LF 25 Keycut 131 (15 ft, 1-314") F24.6 LF 0 26 Keycut B2 (25 ft, 1-3/4") F24.6 LF 296 /Z.3 A,65'. o 27 Keycut B3 (12 ft, 1-1/4") F2-4.6 LF 0 28 Keycut B4 (12 ft, 1-1/2") F24.6 LF 0 29 Keycut B5 (12 ft, 3/4" Below Cold Plane) F2-4.6 LF 30 Lower Manhole Covers F2-12.3 EA 18 5; I 5/ 7.30. 31 Lower Gas Valve Covers F2-12.3 EA 1 0 , - - 32 Lower Water Valve Covers F2-12.3 EA 23 33 Lower Utility Covers F2-12.3 EA 0 34 Lower Loop Detector Covers F2-12.3 FA 0 35 Adjust Manhole Covers to Finish Grade 172-12.3 FA 18 pp . ^ 36 Adjust Gas Valve Covers to Finish Grade F2-12.3 FA 1- 37 Adjust Water Valve Covers to Finish Grade F2-12.3 EA 23 38 Adjust Utility Covers to Finish Grade F2-12.3 FA 0 39 Adjust Loop Detector Covers to Finish Grade F2-12.3 EA 0 40 Remove and Install Permanent Traffic Loops F2-13.4 FA _ 13 29-5- 13 �oS, 41 Remove and Install Temporary Traffic Loops F2-13.4 FA 13 42 Install and Remove Temporary Video Detection Camera F2-14.4 EA 43 Remove and Install Traffic Nodes F2-15.4 FA 44 Install Blue RPM @ Hydrant F2-16.4 FA 12 I2. - 45 17' White Crosswalk / Limit Line (Thermo) F2-16.4 LF 249 q. Z.o 0 qS. o 46 12" Yellow Crosswalk / Limit Line (Thermo) F2-16.4 LF 2- 47 White Continental Crosswalk (Thermo) F2-16.4 FA 0 48 Yellow Continental Crosswalk (Thermo) F2-16.4 EA _ 1 49 Striping Detail #8 (Thermo) F2-16.4 LF 158 33 1, $a 50 Striping Detail #12 (Thermo & Markers) F2-16.4 LF 51 Striping Detail #21 (Thermo) F2-16.4 LF 607 SS D. 85 52 Striping Detail #22 (Thermo & Markers) F2-16.4 LF 0 53 Striping Detail #24 (Thermo) F2-16.4 I LF 54 Striping Detail #25 (Thermo & Markers) F2-16.4 LF 55 Striping Detail #27 (Thermo & Markers) F2-16.4 LF 56 Striping Detail #27B (Thermo) F2-16.4 LF 0 57 Striping Detail #32 (Thermo & Markers) F2-16.4 LF 58 Striping Detail #36 (Thermo & Markers) F2-16.4 LF 59 Striping Detail #38 (Thermo & Markers) F2-16.4 LF 0 60 Striping Detail #38A (Thermo) F2-16.4 LF 316 61 Striping Detail #39 (Thermo) F2-16.4 LF 0 62 Striping Detail #39A (Thermo) F2-16.4 LF 0 63 Striping Detail #40 (Thermo) F2-16.4 LF 0 64 Arrow Type I (Thermo) F2-16.4 EA 65 Arrow Type II (UR) (Thermo) F2-16.4 EA 1 z09.' Io?- - 66 Arrow Type III (UR) (Thermo) F2-16.4 EA 67 Arrow Type IV (UR) (Thermo) F2-16.4 EA 4 O'f.- (h.' 68 Arrow Type VI (Thermo) F2-16.4 EA 2 /5(,.- S(4.'69 69 Arrow Type VII (UR) (Thermo) F2-16.4 EA 0 70 "STOP" Legend (Thermo) F2-16.4 EA 0 71 "AHEAD" Legend (Thermo) F2-16.4 EA 72 "SLOW" Legend (Thermo) F2-16.4 EA 0 73 "SCHOOL" Legend (Thermo) F2-16.4 EA 0 74 "XING" Legend (Thermo) F2-16.4 EA 0 75 "25' Legend (Thermo) F2-16.4 EA 76 Bike Lane Symbol (Thermo) F2-16.4 EA 0 77 Over -Excavation (Revocable Item) F2-5.4 SF 1 0 TOTAL ALTERNATE 3 BIC) TOTAL AMOUNT IN FIGURES: ALTERNATE 3 BID TOTAL AMOUNT IN WORDS: 'NOTE: In cage of error in extension of price into the total price column, the unit price will govern. The basis for award o/contract shall be the Contractor's Base Bid plus the altamates. The Agency reserves the right to award the contract for the base bid and those ahematives, Nany, which the City may select In Ns sole dlscration. Thu A0ENC Y also reserves ME right to add any of the additive Alternates by Contract Chango Ardor ut any lime duniny the prblecf jip 0 the fast contract working day. Tha BIDDER agrees to hold all unit prices bid torAdditive Alternates constant throughout the duration of the projucr up to the last contract working day. No additional compensation will be allowed for Alternates added by Contract Change Order beyond the amount shown on the ongwat bid. CITY OF SANTA CLARITA 2017/2018 ANNUAL OVERLAY PROGRAM - NEWHALL ALTERNATE 4 BID SCHEDULE r-757-7T.IN Nell 1► I I ffk4;iz t► rd ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE `TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 9. sbo,- 29. o - 2 Traffic Control F2-2.8 LS 1 �O opO,- oc�0,- 3 Storrs Water Pollution Prevention - BMP Plan F1-9 LS 1 b oao - 000 - 4 ARHM GG -D PG 64-16 F2-10,4 TN 2,983 29. 5 AC C2 PG 64-10 F2-8.4 TN 672 92, Sty 591 Itis. - 6 AC D2 PG 64-10 F2-8.4 TN 775 130.- /OU 7 Thin Maintenance Overlay (TMO) F2-9.4 TN 0 8 Digout or Remove and Replace 4" AC F2-5.4 SF 0 9 Cold Plane 1-1/2" AC F2-4.6 SF 35,630 0.30 A (ogq. 10 Cold Plane 1-3/4" AC F246 SF 0 11 Cold Plane 2" AC F2-4.6 SF 0 12 Cold Plane 2-1/2" AC F2-4.6 SF 183.210 b, 30Sy, 9 13 Remove 3-7/8" (3" to 4-3/4") & Replace 3" AC F2-4.6 SF 0 14 Cold Plane 7-1/2" AC F2-4.6 SF 21,500 , 2.0 Z 800 . 15 CIR Mix Design F2-11.7.2 EA 0 16 Cold In -Place Recycling 3-1/2" HMA _ F2-11.7.2 SF 0 17 Cold In -Place Recyling Quality Control F2-11.7.2 EA 0 18 Emulsified Recycling Agent F2-11.7.2 TN 0 19 Cement Additive F2-11.7.2 TN 0 20 KeycutAl (6 ft, 1-314") 172-4.6 LF 0 21 Keycut A2 (12 ft, 1-3/4") F24.6 LF 0 22 Keycut A3 (6 ft. 1-1/4") F24.6 LF 0 23 Keycut A4 (6 ft, 1-1/2") F2-4.6 LF 0 24 Keycut A5 (4 ft, 3/4" Below Cold Plane) F2-4.6 LF 1,947 11 55' 3,01+.915 25 1 Keycut B1 (15 ft, 1-3/4") F24.6 LF 0 26 Keycut B2 (25 ft. 1-3/4") F24.6 LF 0 27 Keycut B3 (12 ft, 1-1/4") 172-4.6 LF 0 28 Keycut B4 (12 ft, 1-1/2") F24.6 LF 0 29 Keycut B5 (12 ft, 3/4" Below Cold Plane) F2-4.6 LF 74 ,�o �bZ , 20 30 Lower Manhole Covers F2-12.3 EA 36 - foo . 31 Lower Gas Valve Covers F2-12.3 EA 10 p .- (000.- o00,32 32 Lower Water Valve Covers F2-12.3 EA 9 Q . 571110. 33 Lower Utility Covers 172-12.3 EA 2 '500.- 1.000.- ,Doo.34 34 Lower Loop Detector Covers F2-12.3 EA 0 35 Adjust Manhole Covers to Finish Grade F2-12.3 EA 36 OO - OD r 36 Adjust Gas Valve Covers to Finish Grade F2-12.3 EA 10 p.- 37 Adjust Water Valve Covers to Finish Grade F2-12.3 EA 9 38 Adjust Utility Covers to Finish Grade F2-12.3 EA 2 , 000.- 39 Adjust Loop Detector Covers to Finish Grade F2-12.3 EA 0 40 Remove and Install Permanent Traffic Loops 172-13.4 EA 22 41 Remove and Install Temporary Traffic Loops 172-13.4 EA 0 42 Install and Remove Temporary Video Detection Camera F2-14.4 EA 0 43 Remove and Install Traffic Nodes F2-15.4 EA 0 44 Install Blue RPM @ Hydrant F2-16.4 EA 10 - 45 12" White Crosswalk / Limit Line (Thermo) F2-16.4 LF 308 I S 940. 20 46 12" Yellow Crosswalk / Limit Line (Thermo) F2-16,4 LF 80 Lo 3 o. - 47 White Continental Crosswalk (Thermo) 172-16.4 EA 2 0 48 Yellow Continental Crosswalk (Thermo) F2-16.4 EA 7 S6 - S49 49 Striping Detail #8 (Thermo) F2-16.4 LF 0 50 Striping Detail #12 (Thermo & Markers) F2-16.4 LF 0 11 51 IStriping Detail #21 (Thermo) F2-16.4 LF 0 52 Striping Detail #22 (Thermo & Markers) 172-16.4 LF 4,374 , I S O 30. 10 53 Striping Detail #24 (Thermo) F2-16.4 LF 0 54 Striping Detail #25 (Thermo & Markers) F2-16.4 LF 0 55 Striping Detail #27 (Thermo & Markers) F2-16.4 LF 0 56 Striping Detail #27B (Thermo) 172-16.4 LF 867 0.157 (DSU, 25 57 Striping Detail #32 (Thermo & Markers) 172-16.4 LF 0 58 Striping Detail #36 (Thermo & Markers) F2-16.4 LF 0 59 Striping Detail #38 (Thermo & Markers) F2-16.4 LF 2.787tI S0, 30 60 Striping Detail #38A (Thermo) F2-16.4 LF61 Striping Detail #39 (Thermo) F2-16.4 LF62 Striping Detail #39A (Thermo) F2-16.4 LF63 Striping Detail #40 (Thermo) F2-16.4 LF 216 `153. tao 64 Arrow Type I (Thermo) 172-16.4 EA 0 65 Arrow Type II (UR) (Thermo) F2-16.4 EA 0 66 Arrow Type III (UR) (Thermo) F2-16.4 EA 0 67 Arrow Type IV (UR) (Thermo) F2-16.4 Fro 12 Y9. too I, Obi, 20 68 Arrow Type VI (Thermo) F2-16.4 EA 0 69 Arrow Type VII (UR) (Thermo) F2-16.4 EA 0 70 "STOP" Legend (Thermo) F2-16.4 EA 6 1, 'Is 71 "AHEAD" Legend (Thermo) F2-16.4 EA 0 72 "SLOW" Legend (Thermo) 172-16.4 EA 0 73 "SCHOOL" Legend (Thermo) F2-16.4 EA 0 74 "XING" Legend (Thermo) F2-16.4 EA 0 75 •'25" Legend (Thermo) F2-16.4 EA 0 76 Bike Lane Symbol (Thermo) F2-16.4 EA 0 77 Over -Excavation (Revocable Item) F2-5.4 I SF 12,017 14. So O b, TOTAL ALTERNATE 4 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 4 BID TOTAL AMOUNT IN WORDS: 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. The basis foraward ofconiractshallbe the Contractors Base Bfd plus the aftemates. The Agency reserves the right to award the contract for the base bid and those alternatives, if any, which the City may select In Its sole discretion. The AGENCY also reserves the right to add any of the addillve Allemates by Contract Change Order al anytime during the project up to the lest contract working day. The BIDDER agrees to hold agunft prices bid torAddlUve Alternates constant throughout the duration of the project up to the last contract wa,kmJ day. No addhional compensation will be allowed forAhernates added by Contract Change Order beyond the amount shown on the original bid. CITY OF SANTA CLARITA 2017/2018 ANNUAL OVERLAY PROGRAM - S16 ALTERNATE 6 BID SCHEDULE BIDDER: TORO ENTERPRISES INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 ZZ oma.' oDp , 2 Traffic Control F2-2.8 LS 1 33,400 . ' b . 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 (� v p ,- b00. ' 4 ARHM GG -D PG 6416 F2-10.4 TN 3,883 'i 5 AC C2 PG 64-10 F2-8.4 TN 0 6 AC D2 PG 64-10 F2-8.4 TN 1,268 ) ' 7 Thin Maintenance Overlay (TMO) F2-9.4 TN 0 8 Digout or Remove and Replace 4" AC F2-5.4 SF _ 5,008 5.' 25 p 0.- .9 9 Cold Plane 1-1/7' AC F2-4.6 SF 0 10 Cold Plane 1-3/4" AC F2-4.6 I SF 0 11 Cold Plane 2" AC F24.6 SF 0 12 Cold Plane 2-1/2" AC F24.6 SF 0 13 Remove 3-7/8" (3" to 4-3/4") & Replace 3" AC F24.6 SF _ 0 14 Cold Plane 7-1/2" AC F2-4.6 SF 0 15 CIR Mix Design F2-11.7.2 EA 0 16 Cold In -Place Recycling 3-1/7' HMA F2-11.7.2 SF 0 17 Cold In -Place Recyling Quality Control F2-11.7.2 EA 0 18 Emulsified Recycling Agent F2-11.7.2 TN 0 19 Cement Additive F2-11.7.2 TN 0 20 Keycut Al (6 ft, 1-3/4") F24.6 LF 20,224 Z3 25} be 21 Keycut A2 (12 ft, 1-3/4") F24.6 LF 0 22 Keyout A3 (6 ft, 1-1/4") F24.6 LF _ 0 23 Keycut A4 (6 ft, 1-1/2") F24.6 LF 0 24 Keycut A5 (4 ft, 3/4" Below Cold Plane) F24.6 LF 0 25 Keycut 61 (15 ft, 1-3/4") F24.6 LF 379- 26 Keycut B2 (25 ft, 1-3/4") F24.6 I LF 0 27 Keycut B3 (12 ft, 1-1/41 F24.6 LF 0 28 Keycut B4 (12 ft, 1-117) F24.6 LF 0 29 Keycut B5 (12 ft, 3/4" Below Cold Plane) F24.6 LF 0 30 Lower Manhole Covers F2-12.3 EA 54 31 Lower Gas Valve Covers F2-12.3 EA 0 32 Lower Water Valve Covers F2-12.3 EA 41 33 Lower Utility Covers F2-12.3 EA 1 34 Lower Loop Detector Covers F2-12.3 EA 0 35 Adjust Manhole Covers to Finish Grade F2-12.3 EA 54 q00- 00-36 36 Adjust Gas Valve Covers to Finish Grade 172-12.3 EA 0 37 Adjust Water Valve Covers to Finish Grade F2-12.3 EA 41 - 5 38 Adjust Utility Covers to Finish Grade F2-12.3 EA 1 39 Adjust Loop Detector Covers to Flnish Grade F2-12.3 EA 0 40 Remove and Install Permanent Traffic Loops F2-13.4 EA 0 41 Remove and Install Temporary Traffic Loops F2-13.4 _ EA 0 42 Install and Remove Temporary Video Detection Camera F2-14.4 EA 0 43 Remove and Install Traffic Nodes F2-15.4 EA 0 44 Install Blue RPM @ Hydrant F2-16.4 EA 18 V1o.� 45 12" White Crosswalk / Limit Line (Thermo) F2-16.4 LF 257 46 17' Yellow Crosswalk / Limit Line (Thermo) F2-16.4 LF 0 47 White Continental Crosswalk (Thermo) F2-16.4 EA _ 0 48 IYellow Continental Crosswalk (Thermo) F2-16.4 EA 0 49 Striping Detail #8 (Thermo) F2-16.4 LF 0 50 Striping Detail #12 (Thermo & Markers) F2-16.4 LF 0 51 Striping Detail 421 (Thermo) F2-16.4 LF 0 52 Striping Detail #22 (Thermo & Markers) F2-16.4 LF 0 53 Striping Detail #24 (Thermo) F2-16.4 LF 0 54 Striping Detail #25 (Thermo & Markers) F2-16.4 LF 0 D - p 55 Striping Detail #27 (Thermo & Markers) F2-16.4 LF 171 Of 55 56 Striping Detail #276 (Thermo) F2-16.4 LF 0 57 Striping Detail #32 (Thermo & Markers) F2-16.4 LF 0 58 Striping Detail #36 (Thermo & Markers) F2-16.4 LF 0 59 Striping Detail #38 (Thermo & Markers) F2-16.4 LF 107 042Z , to 60 Striping Detail #38A (Thermo) F2-16.4 LF 0 61 Striping Detail #39 (Thermo) F2-16.4 LF 0 62 Striping Detail #39A (Thermo) F2-16.4 LF 0 63 Striping Detail #40 (Thermo) F2-16.4 LF 0 64 Arrow Type I (Thermo) F2-16.4 EA 0 65 Arrow Type II (UR) (Thermo) F2-16.4 EA 0 66 Arrow Type III (UR) (Thermo) F2-16.4 EA 0 67 Arrow Type IV (L/R) (Thermo) F2-16.4 EA 0 68 Arrow Type VI (Thermo) F2-16.4 J EA 0 69 Arrow Type VI I (UR) (Thermo) F2-16.4 EA 0 70 "STOP" Legend (Thermo) F2-16.4 EA 2 119$D. ' WOO,- OD,-71 71 "AHEAD" Legend (Thermo) F2-16.4 EA 0 72 "SLOW" Legend (Thermo) F2-16.4 EA 0 73 "SCHOOL" Legend (Thermo) F2-16.4 EA 0 74 "XING" Legend (Thermo) F2-16.4 EA 0 75 "25" Legend (Thermo) F2-16.4 EA 5 IAD-- y, 7,00, — 76 Bike Lane Symbol (Thermo) F2-16.4 EA 0 77 Over -Excavation (Revocable Item) F2-5.4 SF 0 78 Speed Hump Marking Merino) F2-16.4 EA 2 Qtr TOTAL ALTERNATE 5 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 5 BID TOTAL AMOUNT IN WORDS: 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. The basis foreword ofcon&wf shall be the Contractor's Base Bid plus the altemates. The Agency reserves the right to award the contract for the base bid and those aitemaUves, if any, which the Cily may select in its sole discretion. The AGENCYalso reserves The right to add any of the addlUve Allemates by Contract Change Order of any time during the project up to the last contract working day. The BIDDER agrees to hold all unh prkes bid lbrAddltive Alternates constant throughout the duration of the project up to the last contract wothlog day. No additional compensation will be allowed forAhemates added by Contract Change Order beyond the amount shown on the original bid. CITY OF SANTA CLARITA 2017/2018 ANNUAL OVERLAY PROGRAM - V8N ALTERNATE 6 BID SCHEDULE F-Tr3T,Tq-:=II1f6ft-Tfx41,3#i ' MIMMNLIO ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE "TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 1,483 2 Traffic Control F2-2.8 LS 1 3$ ood,- 3d' DOD, - 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 (o 4 1ARHM GG -D PG 64-16 F2-10.4 TN 4,777 0 b 0 Al; t;e FU 64-1U F2-8.4 TN 0 6 AC D2 PG 64-10 F2-8.4 TN 1,483 7 Thin Maintenance Overlay (rMO) F2-9.4 TN 1,172 10 ` 8 Digout or Remove and Replace 4" AC F2-5.4 SF 1,236- 9 Cold Plane 1-1/2' AC F2-4.6 SF 0 10 Cold Plane 1-34' AC F2-4.6 SF 0 11 Cold Plane 2' AC F246 SF 0 12 Cold Plane 2-1/2' AC 172-4.6 SF 0 13 Remove 3-7/8" (3" to 4-3/4') & Replace 3" AC F24.6 SF 0 14 Cold Plane 7-1/2' AC F2-4.6 SF 0 15 CIR Mix Design F2-11.7.2 EA 0 16 Cold In -Place Recycling 3-1/2' HMA F2-11.7.2 SF 0 17 Cold In -Place Recyling Quality Control F2-11.7.2 EA 0 18 Emulsified Recycling Agent F2-11.7.2 TN 0 19 Cement Additive F2-11.7.2 TN 0 20 Keycut Al (6 ft, 1-3/4") F2-4.6 LF 10,092 , /S A 66c 8o 21 Keycut A2 (12 ft, 1-31NI F2-4.6 LF 16,427 20 / yo 22 Keycut A3 (6 ft, 1-1/4") F2-4.6 LF 925 23 Keycut A4 (6 ft, 1-1/2") F2-4.6 LF 4.331 /, D (p 0 o 24 Keycut A5 (4 ft, 3/4" Below Cold Plane) F2-4.6 LF 0 25 Keycut B1 (15 ft, 1-3/4') F2-4.6 LF 194 26 Keycut B2 (25 ft, 1-3/4") F2-4.6 LF 293 17-.- Z.-27 27 Keycut B3 (12 ft, 1-114!1 F2-4.6 LF 0 28 Keycut B4 (12 ft, 1-1/2'9 F2-4.6 LF 160 C o 29 Keycut 85 (12 ft, 3/4" Below Cold Plane) F2-4.6 LF 0 30 Lower Manhole Covers F2-12.3 EA 69 (0 21 31 Lower Gas Valve Covers F2-12.3 E4 6 32 Lower Water Valve Covers F2-12.3 EA 61 (go.- 3 b0, 33 Lower Utility Covers F2-12.3 EA 0 34 Lower Loop Detector Covers F2-12.3 EA 15 35 Adjust Manhole Covers to Finish Grade F2-12.3 EA 69 V00. - (PoO.- 36 Adjust Gas Valve Covers to Finish Grade F2-12.3 EA 6 37 Adjust Water Valve Covers to Finish Grade F2-12.3 EA 61 38 Adjust Utility Covers to Finish Grade F2-12.3 EA 0 39 Adjust Loop Detector Covers to Finish Grade F2-12.3 EA 15 40 41 Remove and Install Permanent Traffic Loops Remove and Install Temporary Traffic Loops F2-13.4 F2-13.4 EA EA 20,- 20 ZaS, - S -�Op , 42 Install and Remove Temporary Video Detection Camera F2-14.4 EA 0 43 Remove and Install Traffic Nodes _ F2-15.4 EA 0 44 Install Blue RPM @ Hydrant F2-16.4 EA 24 • ` 45 12" White Crosswalk / Limit Line (Thermo) F2-16.4 LF 775 too D I 46 12" Yellow Crosswalk / Limit Line (Thermo) F2-16.4 LF 598 Z, Ipv 11 SS T& 47 White Continental Crosswalk (Thermo) F2-16.4 EA 0 48 Yellow Continental Crosswalk (Thermo) F2-16.4 EA 0 49 Striping Detail #8 (Thermo) F2-16.4 LF 0 50 Striping Detail #12 (Thermo & Markers) F2-16.4 LF 0 51 Striping Detail #21 (Thermo) F2-16.4 LF 5,684 52 Striping Detail #22 (Thermo & Markers) F2-16.4 LF 0 53 Striping Detail #24 (Thermo) F2-16.4 LF 0 54 Striping Detail #25 (Thermo & Markers) F2-16.4 LF 55 Striping Detail #27 (Thermo & Markers) F2-16.4 LF 56 Striping Detail #2713 (Thermo)_ F2-16.4 LF 57 Striping Detail #32 (Thermo & Markers) F2-16.4 LF 58 Striping Detail #36 (Thermo & Markers) F2-16.4 LF 59 Striping Detail #38 (Thermo & Markers) F2-16.4 LF 60 Striping Detail #38A (Thermo) F2-16.4 LF d3041 oS 3 9 2061 Striping Detail #39 (Thermo) F2-16.4 LF Q, t.5 362 Striping Detail #39A (Thermo) F2-16.4 LF 63 Striping Detail #40 (Thermo) F2-16.4 LF 64 Arrow Type I (Thermo) F2-16.4 EA 65 Arrow Type II (UR) (Thermo) F2-16.4 EA 66 Arrow Type III (UR) (Thermo) F2-16.4 EA 67 Arrow Type IV (UR) (Thermo) F2-16.4 EA 16 1 q0. Y o. " 11 68 Arrow Type VI (Thermo) F2-16.4 EA 0 69 Arrow Type VII (UR) (Thermo) F2-16.4 EA 2 70 "STOP" Legend (Thermo) F2-16.4 EA 13 I ; 71 "AHEAD" Legend (Thermo) F2-16.4 EA 0 #14, 72 "SLOW" Legend (Thermo) F2-16.4 EA 4 73 "SCHOOL" Legend (Thermo) F2-16.4 EA 4 p 74 "XING" Legend (Thermo) F2-16.4 EA 4 75 "25" Legend (Thermo) F2-16.4 FA 0 76 1 Bike Lane Symbol (Thermo) F2-16.4 EA 0 77 Over -Excavation (Revocable Item) F2-5.4 SF 0 TOTAL ALTERNATE 6 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 6 BID TOTAL AMOUNT IN WORDS: "NOTE; In case of error in extension of price into the total price column, the unit price will govem. The basis for award of contract shag be the Contractors Base Bid plus the alternates. The Agency reserves the right to award the contract for the base bid and those alternatives, ff any, which the City may select In Its sole discretion. The AGENCY also reserves the right to add any of the additive Alternates by Contract Change Order at any time during the project up to the last contact ivorkin y day. The BIDDER agrees to hold all ung prices bid for Additive Alternates constant throughout the duration of the project up to the last contact wo Fk fng day. No additnal compensation will be allowed torAlternates added by Contract Change Order beyond the amount shown on the odglnal bid. CITY OF SANTA CLARITA 2017/2018 ANNUAL OVERLAY PROGRAM - V16S ALTERNATE 7 BID SCHEDULE BIDDER: TORO ENTERPRISES INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE 'TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 Oi?Q,- b boo . 2 Traffic Control F2-2.8 LS 1 0 000. - `/o coo. - 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 (0,000.- Q60 , - 4 ARHM GG -D PG 64-16 _ F2-10.4 TN 3,348 qL0 5 AC C2 PG 64-10 F2-8.4 TN 0 6 AC D2 PG 64-10 F2-8.4 TN 935 430 .' _ 7 Thin Maintenance Overlay (fM0) F2-9.4 TN 1,583 Lo I it. O 8 Digout or Remove and Replace 4" AC F2-5.4 SF 1,136 9 Cold Plane 1-1/2" AC F246 SF 0 10 Cold Plane 1-3/4" AC F24.6 SF 0 11 Cold Plane 2" AC F24.6 SF 0 12 Cold Plane 2-1/2" AC F24.6 SF 0 13 Remove 3-7/8" (3" to 4-3141 & Replace 3" AC F24.6 SF 0 14 Cold Plane 7-1/2" AC F24.6 SF 0 CIR Mix Design F2-11.7.2 EA 0 Cold In -Place Recyotin 3-1/2" HMA F2-11.7.2 SF 0 N2O Cold In -Place Recyling Quality Control F2-11.7.2 EA 0 Emulsified Recycling Agent F2-11.7.2 TN 0 Cement Additive F2-11.7.2 TN 0 Keycut Al (6 ft,1-3/4") F24.6 LF 1,908 21 Keycut A2 (12 ft, 1-3/4") F24.6 LF 7.590 7, 20 I H 22 Keycut A3 (6 ft, 1-1/4") F24.6 LF 2,120 23 Keycut A4 (6 It, 1-1/7) F24.6 LF 12,236yn 6, D 24 Keycut A5 (4 ft, 3/4" Below Cold Plane) F2-4.6 LF 0 25 Keycut B1 (15 ft. 1-3/4") 172-4.6 LF 233 Sa SD 26 Keycut B2 (25 ft, 1-3/4") F24.6 LF 615 12,35 $ 27 Keycut B3 (12 ft, 1-1/4) F246 LF 111 I q. yo 8, ` 0 28 Keycut B4 (12 ft, 1-1/2") F24.6 LF 962 5-0 29 Keycut B5 (12 ft, 3/4" Below Cold Plane) F24.6 LF 0 30 Lower Manhole Covers F2-12.3 EA 67 1 Z30.-15 % 31 Lower Gas Valve Covers F2-12.3 EA 0 32 Lower Water Valve Covers F2-12.3 EA 63 33 Lower Utility Covers F2-12.3 EA 0 34 Lower Loop Detector Covers F2-12.3 EA 0 35 Adjust Manhole Covers to Finish Grade F2-12.3 EA 67 -100 _' 36 Adjust Gas Valve Covers to Finish Grade F2-12.3 EA 0 37 Adjust Water Valve Covers to Finish Grade F2-12.3 EA 63- 36 Adjust Utility Covers to Finish Grade F2-12.3 EA 0 39 Adjust Loop Detector Covers to Finish Grade F2-12.3 EA 0 40 41 remove and Install Permanent Traffic Loops Remove and Install Temporary Traffic Loops F2-13.4 F2-13.4 EA EA 4 4 S. 295 o iJ h 11042 Install and Remove Tempora Video Detection Camera F2-14.4 EA 043 Remove and Install Traffic Nodes F2-15.4 EA 044 Install Blue RPM @ Hydrant F2-16.4 EA 23 - 45 12" White Crosswalk / Limit Line (Thermo) F2-16.4 LF 248Zo D 46 12" Yellow Crosswalk / Limit Line (Thermo) F2-16.4 LF 0 _ 47 White Continental Crosswalk (Thermo) F2-16.4 EA 0 48 Yellow Continental Crosswalk (Thermo) F2-16.4 EA 0 49 Striping Detail #8 (Thermo) F2-16.4 LF 0 50 Striping Detail #12 (Thermo & Markers) F2-16.4 LF 0 51 Striping Detail 021 (Thermo) F2-16.4 LF 1,033 0 Z , 52 Striping Detail #22 (Thermo & Markers) F2-16.4 LF 0 53 Striping Detail #24 (Thermo) F2-16.4 LF 0 54 Striping Detail #25 (Thermo & Markers) F2-16.4 LF 0 55 Striping Detail #27 (Thermo & Markers) F2-16.4 LF 0 56 Striping Detail #2713(Thermo) F2-16.4 LF 0 57 Striping Detail #32 (Thermo & Markers) F2-16.4 LF 0 58 Striping Detail #36 (Thermo & Markers) F2-16.4 LF 0 59 Striping Detail #38 (Thermo & Markers) F2-16.4 LF 43 zC1 0.(00 60 Striping Detail #38A (Thermo) F2-16.4 LF 0 61 Striping Detail #39 (Thermo) F2-16.4 LF 0 62 Striping Detail #39A (Thermo) F2-16.4 LF 0 63 Striping Detail #40 (Thermo) F2-16.4 LF 0 64 Arrow T e I (Thermo) F2-16.4 E4 0 65 Arrow Type II (UR) (Thermo) F2-16.4 EA 0 66 Arrow Type III (UR) (Thermo) F2-16.4 EA 0 67 Arrow Type IV (UR) (Thermo) F2-16.4 EA 6 68 Arrow Type VI (Thermo) F2-16.4 EA 0 69 Arrow Type VI I (UR) (Thermo) F2-16.4 EA 0 70 "STOP" Legend (Thermo) F2-16.4 EA 2 $. 71 "AHEAD" Legend (Thermo) F2-16.4 EA 0 72 "SLOW" Legend (Thermo) F2-16.4 EA 0 73 "SCHOOL" Legend (Thermo) F2-16.4 EA 0 74 "XING" Legend (Thermo) F2-16.4 EA 0 75 "25" Legend (Thermo) F2-16.4 EA 0 76 Bike Lane Symbol (Thermo) F2-16.4 EA 0 77 Over -Excavation (Revocable Item) F2-5.4 SF 0 TOTAL ALTERNATE 7 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 7 BID TOTAL AMOUNT IN WORDS: *NOTE: In case of error in extension of price into the total price column, the unit price will govem. The bails for award or contract shall be the Contractor's Base Bid plus the ahemares. The Agency reserves the right to award the contract for the base bid and those alternatives, If any, which the City may select In Its sole discretion. The AGENCY also reserves the right to add any of the additive Alternates by Contract Change Order at any time dudng the project up to the last contract work my day. The BIDDER agrees to hold all unit prices bid for Additive Alternates constant throughout the duration of the pmJect up to the last contract working day. No additional compensation will be allowed torAltemates added by Contract Change Orderbeyond Me amount shown on the original bid. CITY OF SANTA CLARITA 2017/2018 ANNUAL OVERLAY PROGRAM - V25S ALTERNATE 8 BID SCHEDULE BIDDER: TORO ENTERPRISES INC, ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE `TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 ,000-- b 2 Traffic Control F2-2.8 LS 1 _7(0,00O.- 0 Y0, 1200s " 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 bDO,- Cb 4 ARHM GG -D PG 64-16 F2-10.4 TN 2,578 5 AC C2 PG 64-10 172-8.4 TN 0 6 AC D2 PG 64-10 F2-8.4 TN 781 {p 7 Thin Maintenance Overlay (TMO) F2-9.4 TN 2,896 1 �, 8 Digout or Remove and Replace 4" AC F2-5.4 SF 540 20 - 9 Cold Plane 1-1/2" AC F24.6 SF 0 10 Cold Plane 1-3/4" AC F246 SF 0 11 Cold Plane 2" AC F2A,6 SF 0 12 Cold Plane 2-1/2" AC F24.6 SF 0 13 Remove 3-7/8" (3" to 4-3/4") & Replace 3" AC F24.6 SF 0 14 Cold Plane 7-1/2' AC F24.6 SF 0 15 CIR Mix Design F2-11.7.2 EA 0 16 Cold In -Place Recycling 3-1/2" HMA F2-11.7.2 SF 0 17 Cold In -Place Recyling Quality Control F2-11.7.2 EA 0 18 Emulsified Recycling Agent F2-11.7.2 TN 0 19 Cement Additive F2-11.7.2 TN 0 20 Keycut Al (6 ft, 1-3/4") F24.6 LF 590 1.50 gg 21 Keycut A2 (12 ft, 1-3/41 F24.6 LF 14,727 , Zo 3 22 Keycut A3 (6 ft, 1-1/4") F24.6 LF 4,429 M. 23 Keycut A4 (6 ft, 1-1/2") F24.6 LF 13,751 1. go 1g, Z51. fo 24 Keycut A5 (4 ft, 3/4" Below Cold Plane) F24.6 LF 37 Z .- 25 Keycut B1 (15 ft, 1-3/4") F24.6 LF 64 Yo ,'lab 26 Keycut B2 (25 ft, 1-3/4") F24.6 LF 154 Q 27 Keycut B3 (12 ft, 1-1/4") F24.6 LF 104 30 Za 28 Keycut B4 (12 ft, 1-10) F24.6 LF 380 29 Keycut B5 (12 ft, 3/4" Below Cold Plane) F24.6 LF 0 30 Lower Manhole Covers F2-12.3 EA 66 �O _ 'Lb. - b,r31 31 Lower Gas Valve Covers 172-12.3 EA 7 (no. `f Zo• - 32 33 34 Lower Water Valve Covers Lower Utility Covers Lower Loop Detector Covers F2-12.3 F2-12.3 F2-12.3 EA EA EA 82 3 0 (SCJ T 566.- 00.-34 0-- .-35 1 Zo, _ 35 Adjust Manhole Covers to Finish Grade F2-12.3 EA 66 yoo. y0b, r 36 Adjust Gas Valve Covers to Finish Grade F2-12.3 EA 7 - q70, - 37 Adjust Water Valve Covers to Finish Grade F2-12.3 EA 82 5 - 73, 3gy6- 38 Adjust Utility Covers to Finish Grade F2-12.3 EA 3 2 , r700. (0,060. 39 Adjust Loop Detector Covers to Finish Grade F2-12.3 EA 0 40 41 Remove and Install Permanent Traffic Loops Remove and Install Temporary Traffic Loops F2-13.4 F2-13.4 EA EA 12 12 $57 qz_ - 42 Install and Remove Temporary Video Detection Camera F2-14.4 EA 0 43 Remove and Install Traffic Nodes 172-15.4 EA 0 44 Install Blue RPM @ Hydrant F2-16.4 EA 31 45 12" White Crosswalk / Limit Line (Thermo) F2-16.4 LF 526 O $O 46 12" Yellow Crosswalk / Limit Line (Thermo) F2-16.4 LF 0 47 White Continental Crosswalk (Thermo) F2-16.4 EA 0 48 Yellow Continental Crosswalk (Thermo) F2-16.4 EA 0 49 Striping Detail #8 (Thermo) F2-16.4 LF 0 50 51 Striping Detail #12 (Thermo & Markers) Striping Detail #21 (Thermo) F2-16.4 F2-16.4 LF LF 1 0 2,769 t7. 90 52 Striping Detail #22 (Thermo & Markers) F2-16.4 LF 54 53 1 Striping Detail #24 (Thermo) F2-16.4 LF 0 54 Striping Detail #25 (Thermo & Markers) F2-16.4 I LF 0 55 Striping Detail #27 (Thermo & Markers) F2-16.4 LF 0 56 Striping Detail #276 (Thermo) F2-16.4 LF 2,877 57 Striping Detail #32 (Thermo & Markers) F2-16.4 LF58 Striping Detail #36 (Thermo & Markers) F2-16.4 LF59 191 Striping Detail #38 (Thermo & Markers) F2-16.4 LF60 Striping Detail #38A (Thermo) F2-16.4 LF 635 61 Striping Detail #39 (Thermo) F2-16.4 LF 0 62 63 Striping Detail #39A (Thermo) Striping Detail #40 (Thermo) F2-16.4 F2-16,4 LF LF 1,142 0 (3, (e5" 3d 64 Arrow Type I (Thermo) F2-16.4 EA 0 65 Arnow Type II (UR) (Thermo) F2-16.4 EA 0 66 67 68 Arrow Type III (UR) (Thermo) Arrow Type IV (UR) (Thermo) Arrow Type VI (Thermo) F2-16.4 F2-16.4 F2-16.4 EA EA E4 0 14 0 1567.- 567.-68 69 70 71 Arrow Type VII (UR) (Thermo) "STOP" Legend (Thermo) "AHEAD" Legend (Thermo) F2-16.4 F2-16.4 F2-16.4 EA EA EA 0 7 0 d . Zoq.' 0-- _-70 0(6. 72 "SLOW" Legend (Thermo) F2-16.4 EA 0 73 "SCHOOL" Legend (Thermo) F2-16.4 EA 0 74 "XING" Legend (Thermo) F2-16.4 EA 0 0-- --75 75 76 "25" Legend (Thermo) Bike Lane Symbol (Thermo) F2-16.4 F2-16.4 EA EA 0 7 3Z5. — 2, s-'5. 77 Over -Excavation (Revocable Item) F2-5.4 SF 0 TOTAL ALTERNATE 8 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 8 BID TOTAL AMOUNT IN WORDS: *NOTE: In case of error in extension of price into the total price column, the unit pricewill govern. The basis toraward o/contract shall be the Contractors Base Bid plus the altemates. The Agency reserves the rfght to award the contract torthe base bid and those altemadvas. Nany, which the City may select In its sole discretion. The AGENCYalso reserves the right to add any or the additive Aftemafes by Contract Change Order at anytime during the project up go the last contract working day. The BIDDER agrees to hold all unit prices bid tbrAddidve Alternates constant throughout the duration of the project up to the last contract working day. No additional compensation will be allowed 1brAltemates added by Contract Change Order beyond the amount shown on the original bid. CITY OF SANTA CLARITA 5 AC C2 PG 64-10 F2-8.4 TN 0 2017/2018 ANNUAL OVERLAY PROGRAM - RAILROAD ALTERNATE 9 AC D2 PG 64-10 172-8.4 TN 0 BID SCHEDULE Thin Maintenance Overlay (TMO) F2-9.4 TN 0 BIDDER: TORO ENTERPRISES INC. Digout or Remove and Replace 4" AC F2-5.4 SF 0 9 ITEM NO. BID ITEMS PAYMENT UNIT TOTAL UNIT PRICE `TOTAL COST REFERENCE Cold Plane 1-3/4" AC QUANTITIES SF 0 O r5_ 1 Mobilization, Bonds & Insurance F2-1 LS 1 EA 1 2 Traffic Control F2-2.8 LS 1 172-11.7.2 F2-11.7.2 TN TN 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 W, gz)Dr Soot 4 ARHM GG -D PG 64-16 F2-10.4 TN 8,715 91n- ` Sim - Rv; . (-Sim- 5 AC C2 PG 64-10 F2-8.4 TN 0 6 AC D2 PG 64-10 172-8.4 TN 0 7 Thin Maintenance Overlay (TMO) F2-9.4 TN 0 8 Digout or Remove and Replace 4" AC F2-5.4 SF 0 9 9 _ Cold Plane 1-1/2" AC F2-4.6 SF 0 10 Cold Plane 1-3/4" AC F2-4.6 SF 0 O r5_ 11 12 Cold Plane 2" AC Cold Plane 2-1/2" AC F24.6 F2-4.6 SF SF 721,159 0 C, 3�- Vob $Z$ 9-2- 312 13 Remove 3-7/8" (3" to 4-3/4") & Replace 3" AC F2-4.6 SF 0 0 14 Cold Plane 7-1/2" AC 172-4.6 SF 0 - o 15 CIR Mix Design F2-11.7.2 EA 4 7$ co 16 Cold In -Place Recycling 3-1/2" HMA F2-11.7.2 SF 721,159 Keycut A5 (4 ft, 3/4" Below Cold Plane) 17 _ Cold In -Place Recyling Quality Control F2-11.7.2 EA 1 25 18 19 Emulsified Recycling Agent Cement Additive 172-11.7.2 F2-11.7.2 TN TN 500 200 3Zt{ Opp_ I 1- 2 I --) ^^ 20 Keycut Al (6 ft, 1-3/4") F24.6 LF 0 34 Lower Loop Detector Covers 21 Keycut A2 (12 ft, 1-314") F2-4.6 LF 0 F2-12.3 EA 22 Keycut A3 (6 ft, 1-1/4") F2-4.6 LF 0 10 37 23 Keycut A4 (6 ft, 1-1/2") F2-4.6 LF 0 Adjust Utility Covers to Finish Grade F2-12.3 24 Keycut A5 (4 ft, 3/4" Below Cold Plane) F2-4.6 LF 0 EA 0 25 Keycut B1 (15 ft, 1-3/4") 172-4.6 LF 0 41 42 Remove and Install Temporary Traffic Loops Install and Remove Temporary Video Detection Camera 26 Keycut B2 (25 ft, 1-314") F2-4.6 LF 0 F2-15.4 EA 27 Keycut B3 (12 ft, 1-1/4") 172-4.6 LF 0 7 45 28 Keycut B4 (12 ft, 1-117) 172-4.6 LF 0 12" Yellow Crosswalk / Limit Line (Thermo) 172-16.4 29 - Keycut B5 (12 ft, 3/4" Below Cold Plane) F24.6 LF 0 0. - 30 Lower Manhole Covers F2-12.3 EA 33 49 Striping Detail #8 (Thermo) 31 Lower Gas Valve Covers F2-12.3 EA 10 F2-16.4 pQ 32 Lower Water Valve Covers F2-12.3 I EA 57 (Qp _ - 3, q Zo 33 Lower Utility Covers F2-12.3 FA 1 34 Lower Loop Detector Covers F2-12.3 EA 0 35 Adjust Manhole Covers to Finish Grade F2-12.3 EA 33 36 Adjust Gas Valve Covers to Finish Grade F2-12.3 EA 10 37 Adjust Water Valve Covers to Finish Grade F2-12.3 EA 57 38 Adjust Utility Covers to Finish Grade F2-12.3 EA 1 39 Adjust Loop Detector Covers to Finish Grade F2-12.3 EA 0 40 Remove and Install Permanent Traffic Loops F2-13.4 EA 84 41 42 Remove and Install Temporary Traffic Loops Install and Remove Temporary Video Detection Camera F2-13.4 F2-14.4 FA EA 71 0 43 Remove and Install Traffic Nodes F2-15.4 EA 0 44 Install Blue RPM Hydrant F2-16.4 EA 7 45 12" White Crosswalk J Limit Line (Thermo) F2-16.4 LF 11774 46 12" Yellow Crosswalk / Limit Line (Thermo) 172-16.4 LF 0 47 White Continental Crosswalk (Thermo) F2-16.4 EA 0 48 Yellow Continental Crosswalk (Then -no) F2-16.4 EA 0 49 Striping Detail #8 (Thermo) F2-16.4 LF 0 50 Striping Detail #12 (Thermo & Markers) F2-16.4 LF 22,798 51 Striping Detail #21 (Thermo) F2-16.4 LF 93 52 Striping Detail #22 (Thermo & Markers) F2-16.4 LF 16,665 53 Striping Detail #24 (Thermo) F2-16.4 LF 0 54 Striping Detail #25 (Thermo & Markers) F2-16.4 LF 0 Svo.� Soo •- a- a_ _ a - O � 0.- 7 - 7 f O_� o. - Z� (00 y, (al Z. ib P. O_ - D yz. S 105.- 77, &T ha r3, 3SI. sa 55 Striping Detail #27 (Thermo & Markers) F2-16.4 LF 0 56 Striping Detail #27B (Thermo) F2-16.4 LF 0 57 Striping Detail #32 (Thermo & Markers) F2-16.4 LF 1.250 ►S 5D 58 Striping Detail #36 (Thermo & Markers) F2-16.4 LF 1,476 5. 8D 59 60 61 Striping Detail #38 (Thermo & Markers) StripIng Detail #38A (Thermo) Striping Delait #39 (Thermo) F2-16.4 F2-16.4 F2-16.4 LF LF LF 2,100 726 0 62 63 64 Striping Detail #39A (Thermo) Striping Detail #40 (Thermo) Arrow Type I (Thermo) F2-16.4 F2-16.4 F2-16.4 LF LF EA 0 572 0 O. O 65 Arrow Type II (UR) (Thermo) F2-16.4 EA 0 G� O- 66 67 Arrow Type III (UR) (Thermo) Arrow Type IV (UR) (Thermo) F2-16.4 F2-16.4 EA EA 2 36 68 Arrow Type VI (Thermo) F2-16.4 EA 0 69 Arrow Type VII (UR) (Thermo) F2-16.4 EA 0 70 "STOP" Legend (Thermo) F2-16.4 EA 0 71 "AHEAD" Legend (Thermo) F2-16.4 EA 0 72 "SLOW" Legend (Thermo) F2-16.4 EA 0 73 "SCHOOL" Legend (Thermo) F2-16.4 EA 0 74 "XING" Legend (Thermo) F2-16.4 EA 0 75 "25" Legend (Thermo) F2-16.4 EA 0 76 Bike Lane Symbol (Thermo) F2-16.4 EA 0 77 Over -Excavation (Revocable Item) F2-5.4 SF 0 TOTAL ALTERNATE 9 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 9 BID TOTAL AMOUNT IN WORDS: 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. The basis for award of contract shall be rhe Contractoes Base Bbl plus the alternates. The Agency reserves the right to award the contract rbrthe base bid and those shemstives, N any, which the Chy may select In Its sole discretion. Thi AGEMCYnfsn msenms the right ro add .xpy or thn,pdriirivr, nlrnr[nr by CVIIrr: H:r Ch antic (lrcfr•r a[ any rirnn rrnnrr� lhiT projerr ulr rn [ha 7�s1 ronhacr working dly, Th,> BIDDER agrees to hold all unit prices bid forAddidve Alternates constant throughout the duration of the project up to the last contract working day. No addrtlonal compensation will be allowed IbrAltemates added by Contract Change Order beyo nd the mount shown on the original bid. BID SCHEDULE 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 City of Santa Clarita, California BIDDER: TORO FNTFRPRISFS_ INC. BID SUMMARY TOTAL PRICE IN FIGURES BASE BID TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES $ ADD ALTERNATE 1 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES ADD ALTERNATE 2 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES ADD ALTERNATE 3 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES ADD ALTERNATE 4 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES $ ADD ALTERNATE 5 - - TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES $ ADD ALTERNATE 6 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES $ ADD ALTERNATE 7 TOTAL PRICE IN WORDS *NOTE: In case of error in extension of price into the total price column, the unit price will govern. The basis for award of contract shall be the Contractor's Base Bid plus the alternates. The Agency reserves the right to award the contract for the base bid and those alternatives, if any, which the City may select in its sole discretion. The AGENCY also reserves the right to add any of the additive Alternates by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices bid for Additive Alternates constant throughout the duration of the project up to the last contract working day. No additional compensation will be allowed for Alternates added by Contract Change Order beyond the amount shown on the original bid. TOTAL PRICE IN FIGURES $ ADD ALTERNATE 8 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES $ ADD ALTERNATE 9 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES $ TOTAL OF BASE BID AND ALL ADD ALTERNATES TOTAL PRICE IN WORDS *NOTE: In case of error in extension of price into the total price column, the unit price will govern. The basis for award of contract shall be the Contractor's Base Bid plus the alternates. The Agency reserves the right to award the contract for the base bid and those alternatives, if any, which the City may select in its sole discretion. The AGENCY also reserves the right to add any of the additive Alternates by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices bid for Additive Alternates constant throughout the duration of the project up to the last contract working day. No additional compensation will be allowed for Alternates added by Contract Change Order beyond the amount shown on the original bid. REFERENCES 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 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: 1. N/A PLEASE SEE ATTACHED REFRENCES Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. N/A PLEASE SEE ATTACHED REFRENCES Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. N/A PLEASE SEE ATTACHED REFRENCES Name and Address of Owner/ Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: ADN RISK SERVICES: KEANA CONRAD, 707 WILSHIRE BLVD, IROS ANGELES CALIFORNIA. 90017. 213-996-1548 C-4 TORO ENTERPRISES, INC. Contractors Name Vb19P GENERAL ENGINEERING CONTRAC'T'ORS Contract: County of Ventura Contact: Jeff Pratt 805.654.2039 Description: 6,755 TONS OF ARHM Project Name: Pavement Resurfacing - Oxnard Area Owner: County of Ventura ContractAmount: $1,159,339.20 Completed: 2/18/2017 Engineer: Jeewong Kim Project Manager: Sean Castillo, 805.483.4515 Original End: N/A Stop Notices or Mechanic liens Filed: None, N/A Amount of LD's: None Resloution of Any Claim: None, N/A Did Toro Enterprises, inc File Claims Aginst The Agency: No Did the Agency File Any Claims Against Toro Enterprises, Inc: No Contract: County of Ventura Contact: Jeff Pratt 805.654.2039 Description: 9,200 TONS OF ARHM, 1,977 SF SIDEWALK R&R Project Name: Pavement Rehabilitaton - Ventura & Mira Monte Areas Owner: County of Ventura ContractAmount: $1,250,576. - Completed: 7/13/2016 Engineer: Ariel Braza Project Manager: Sean Castillo, 805.483.4515 Original End: NIA Stop Notices or Mechanic liens Filed: None, N/A Amount of LD's: None Resloution of Any Claim: None, N/A Did Toro Enterprises, inc File Claims Aginst The Agency: No Did the Agency File Any Claims Against Toro Enterprises, Inc: No Contract: County of Ventura Contact: Jeff Pratt 805.654.2039 Description: 28,099 LF of Curb & Gutter, 450 Tons of AC Paving, Project Name: Pavemnet Rehabilitation on System Roads in Santa Rosa Vallet, Del Norte, EI Rio And Nyeland Acre Areas Owner: County of Ventura ContractAmount: $1,541,254 Completed: 2/7/2017 Engineer: Ariel Braza Project Manager: Sean Castillo, 805.483.4515 Original End: N/A Stop Notices or Mechanic liens Filed: None, N/A Amount of LD's: None Resloution of Any Claim: None, N/A Did Toro Enterprises, inc File Claims Aginst The Agency: No Did the Agency File Any Claims Against Toro Enterprises, Inc: No ,0--Iv S 11VC. GENERAL ENGINEERING CONTRACTORS REFERENCE LIST PAVING Contract With: County of Ventura Contact: Irma Vasquez Description: Road widening and realignment Project: Donlon Road Alignment Blvd Owner: County of Ventura Contract Amount: $2,221,092.00 Project Manager: Sean Castillo (805)483-4515 Stop Notices or Mechanics Leins Filed: None, N/a Amount of LD's: None Resolution of any claims: None, N/A Did Toro Enterprises, Inc File Any Claims Against the Agency: No Did the Agency File Any Claims Against Toro Enterprises, Inc: No BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid 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. Bidders Name: TORO ENTERPRISES. INC. Business Address: 2101 E. VENTURA BLVD, OXNARD, CA, 93036 Telephone No.: 805-483-4515 State CONTRACTOR's License No. & Class: 710580 Original Date 08130/1994 Expiration Date: 08/31/2019 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: CORPORATE OFFICERS SEAN CASTILLO PRESIDENT JERRY HANNIGAN SECRETARY 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: NONE, N/A C-7 NONE, N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NONE. N/A IN WITNESS WHEREOF, BIDDER executes and su and seals of all aforementioned principals this BIDDER: Signature rthis proposal withe names, title, hands, day of *L 20 i t SEAN CASTILLO. PRESIDENT Name and Title of Signatory TORO ENTERPRISES, INC, Legal Name of Bidder 9101 E- VENIURA BLVD, Address 77-0396663 805-483-4515 Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribe end -sworn to this Notary Public_ day of -'20 W (SEAL) C-8 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 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) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the i document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of KELLY WESTBROOKS Notary Public — California ` Ventura County Commission # 2227194 My Comm. Expires Jen 2B. 2022 Seal Place Notary Seal Above Subscribed and swom t�40,,Aa r affirmed) before me on this ! dy of a% f 2t by Dat Month Year (1) (and (2) Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the persons) who appeared before me. f. Signature's Sig ature of Notary 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 A/� Title or Type of Document:G� U - L�.� C'wcument Date: Number of Pages: 4?-- Signer(s) Other Than Named Ab ve: ©2014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5910 BIDDER'S QUESTIONNAIRE 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 City of Santa Clarita, California If the bidder has answered th in the information requested, indicate those changes. S information on a separate pE u l��'lc✓ 1. Submitted by: SEAN C, Principal Office Addre 2. Type of Firm: CORPO 407 -4 +here are no significant changes naire. If there are changes, so indicate and complete 5 4515 CA. 93036 Corporate: CORK Individual: Partnership: 3a. If a corporation, answer these questions: Date of Incorporation: 12/1/1994 State of Incorporation: CALIFORNIA President's Name: SEAN CASTILLO Vice -President's Name: TRENT ROYLE Secretary or Clerk's Name: JERRY-HANNIGAN Treasurer's Name: N/A 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: N/A Name of all partners holding more than a 10% interest: N/A N/A N/ C-13 N/A E BIDDER'S QUESTIONNAIRE (cont'd) 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 City of Santa Clarita, California Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR's license SEAN CASTILLO License number: 710580 Class: A Expiration Date: 08/31/2019 5. CONTRACTOR's Representative: SEAN CASTILLO Title: PRESIDENT Alternate: MATT EVANS Title: ESTIMATORS ASSISTANT 6. List the major construction projects your organization has in progress as of this date: Owner: (A) HEARTHSTONE (B) COUNTY OF LOS ANGELES Project Location: FILLMORE, CA LOS ANGELES COUNTY Type of Project: FULL ROAD REPAIR ROAD REHAB, SRY UTILITY INSTALLATION C-14 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 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 or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION - C -1 1 ROSECUTION_ C-11 NON -COLLUSION AFFIDAVIT 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES }] § SEAN CASTILLO being first duly sworn deposes and says that he is the PRESIDENT (sole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are 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, 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 individuol, except to such person or persons as have a partnership or other financial interest with said BIqDEJK in his general business. Bidder: nature Title PRESIDENT, SEAN CASTILLO Subscri�d-ed to and before me this day of 20= Seal of Notary C-12 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 fee Attached Document (Notary to cross out lines 1-6 below) I ! See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) lgnature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) ' 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 Californi Subscribed and sworn to ( affirmed) before fme County of on this 'Jay of ^( —.20— rl d by Date onth Year KELLY WESTBROOKS Notery Pubic—CelUomia t venk" County Commies # 2227194 My Comm. ExpWae Jen A 2022 Seal Place Notary Seal Above (1) (and (2) - Name(s) of Signer(s) D proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature SiqAature of Notary 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: %�hL -� lfu�° Document Date: Number of Pages:. _ Signer(s) Other Than Name bove: ,V1e3//Y, 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5910 CERTIFICATION OF NON -SEGREGATED FACILITIES 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 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 subcontr cts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity elau"I Mfid that he will retain such certifications in his files. ,.u" /j CONTRACTOR SEAN CASTILLO, PRESIDENT 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 TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 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. NONE. N/A 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. N/A 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 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 City of Santa Clarita, California This bidder TORO ENTERPRISES, INC , proposed subcontractor TBD 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 ederal Government contracting or administering AGENCY, or the former President's Committee o Equal Employment Opportunity, all reports that are under the applicable filing requiremenW. Company: L - TORO ElWE"RISES, INC Title: PRESIDENT, SEAN CASTI.L O Date: /V/3If �? 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 ADDENDUM NO. 1 April 11, 2018 2017-18 ANNUAL OVERLAY PROJECT Bid No. ENG -17 -18 -M0124 -OVERLAY Project No. M0124 City of Santa Clarita, California This Addendum shall be considered as a part of the bid documents for the subject project as though it had been issued at the same time and shall be incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original documents, this Addendum shall govern and take precedence. Contractors are hereby notified that they shall make any necessary adjustments in their proposals on account of this Addendum. It will be construed that each proposal is submitted with full knowledge of all modifications and supplemental data specified herein. Contractors shall acknowledge receipt of this Addendum in the appropriate space provided on the Proposal. The following is hereby added and/or amended: PROPOSAL. — PROJECT BID SCHEDULE REVISED PROJECT BID SCHEDULE See attached revised Bid Schedules. Contractor shall use attached revised Bid Schedules for Bid Proposal. SPECIAL PROVISIONS - TECHNICAL Section F2 - Construction Materials and Methods. F2-16.4 Measurement and Payment Replace with the following Section to the Special Provisions: The unit prices for traffic striping, in linear foot or each as shown in the bid schedule, shall include full compensation for furnishing all labor, materials, tools, equipment, sketches, striping inventory, tie -downs, layout, and placing of all temporary, including cat tracking or temporary tabs, and final traffic striping; and for doing the work__ involved in or appurtenant to any locations where damaged striping has occurred with equal to or better, layout, and placing of all traffic striping, thermoplastic, markings and markers as shown on the plans or described in these Special Provisions. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. Section 3-2.2.2 "Increases of More Than 25 Percent" and Section 3-2.2.3 "Decreases of More Than 25 Percent" shall not apply to the bid items associated with Striping Details that are measured by the linear foot or each. 1 of 2 Payment of "Bicycle Group Legend" will be paid for by each and shall include the "Bike Lane Symbol' and "Bike Lane Arrow". Measurement and Payment for "White / Yellow Continental Crosswalk" will be paid for by each and shall include all stripes as indicated in the City Detail. Remove and replace post and sign shall be included in the incidentals. QUESTIONS 1. On page F27, F2-8.3.10, what are the full time quality control activities that the City is requiring? What Section of the Caltrans Standard is the City referring to, Section 39? Are we going to need to hire an outside testing laboratory for testing and or daily inspection and testing? Per Caltrans Standard Specifications 2010 (unrevised) Section 39 Standard Process, the Contractor shall provide their own quality control during construction. If the Contractor chooses not to have their own quality control, the Contractor will accept all results from the City's quality assurance including all material testing. Bidders shall acknowledge Addendum No. 1 bya ecuting Addendum No. 1 and returning with the bid. Ro ert G. Newman, P.E., L.S. Director of Public Works City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. 2018 111a Date Bidder's Signature SEAN CASTILLO, PRESIDENT I THIS DOCUMENT TO BE SUBMITTED WITH BID I 2 of 2 DESIGNATION OF SUBCONTRACTORS 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 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. Subcontractorr7CZ DBE STATUS: �/Qj(/.0 Dollar Value of Work �7 —2zX Age of Firm: 7 S S Certifying A eng: Annual Gross Receipts: Location and Place of Pltfsiness —3c—'A,V A VAAle Amu s�* C A- , Bid Schedule Item Nos.: Bid Schedule Item Nos.: Description of Work �.. 6c7i �r l K(1G 7 / 405 License No. SZ tF i ice a 6� Exp. Date: / Phone 2 — PM — Subcontractor AY,&V0 �Xf STATUS- "t%k ciws Dollar Value of Wei k/9 X00,, al Age of Firm -1 Certifying Agency: Annual Gross Receipts: 151,VVI Location and Place of Business —3c—'A,V A VAAle C. Bid Schedule Item Nos.: Description of Work �.. 6c7i �r l K(1G 7 / / License No. SZ Exp. Date: / / Pho11I) 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 2017-18 Annual Overlay Project XI%Af— Bid No. ENG -17-18-M0124-0 Project No. M0124 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. Subcontractor Age of Firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Description of Work Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / i Phone ( ) Subcontractor Age of Firm: DBE STATUS: Certifying Agency: Dollar Value of Work Maual Gross Receipts: Location and Place of Business Description of Work License No. Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DBE STATUS: Age of Firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business 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. C -3b Ne)kg DESIGNATION OF SUBCONTRACTORS 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 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 $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm, and annual gross receipts are required if subcontractor is participating as a DBE. Subcontractor Age of Firm: DBE STATUS: Dollar Value of Work Certifying Agency: Annual Gross Receipts: Location and Place of Business Location and Place of Business Bid Schedule Item Nos. Description of Work License No. Exp. Date: / / Phone( ) Subcontractor Age of Firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / Phone( ) Subcontractor Age of Firm: DBE STATUS: Dollar Value of Work Certi ing. Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / Phone( ) Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract documents. C-3 c 0 B NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check p e to the order of the City of Santa Clarita for: 10% OF TOTAL AMOUNT BID dollars ($,_10% O _BJP this amount being not less than ten percent (10%) of total amount of the bid. The proceeds of this check shall become the property of said A Y provided this Proposal shall be accepted by said AGENCY through action of its legally ituted contracting authorities, and the undersigned shall fail to execute a contract and furnis a required bonds within the stipulated time; otherwise, the check shall be returned to the and pned. 6 See bt>,�wz Projec me: 2017-t�z�ual Overlay Project Bid No. G -17-18-M0124-0 Proje . M0124 Bidder's Signature V V TORO ENTERPRISE. INC. CONTRACTOR 2101 E. VENTURA BLVD Address OXNARD, CA, 93036 _ City, State, Zip Code * Delete the inapplicable work. N/A NOTE: If the bidder desires to use a bond instead of a check, the following form shall be xecuted. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. �E `g�D `IND d�1rACNeI�� C-9 PROPOSAL GUARANTEE BID BOND 2017-18 Annual Overlay Project Bid No. ENG -17-18-M0124-0 Project No. M0124 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that TORO ENTERPRISES, INC. and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as BIDDER, as SURETY, are held and Ten Percent of Total firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Amount Bid dollars ($ **• ). which is ten percent (10%) 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, firmly by these presents. `10% o[Bid Amount 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 11 TORO ENTERPRISES, INC. BIDDER: day of Sig Name and Title of Signatory 20L.18 2101 E. Ventura Blvd., 0xiiard, CA 93036 Address SURETY" TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , titles, hands, and seals, this PH: 805-483-4515 One Tower Square, Bond/5PB, Hartford, CT 06183 Marina Tapia, Attorney -In -Part PH: 203-277-0111 Subscrt e o this day of 20_ 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 JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 /'`See Attached Document (Notary to cross out lines 1-6 below) O See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) 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 Subscribed and sworn to (o affirmed) before me County of .,�L�-�-- �.�, ay of I on this ' cl, 20 _ _! .J-' by Date Month�f /f Year KELLY WESTBROOKS Notary Public —Calikmia -51 Venture County Commlesion # 2227194 r My Comm. Expires Jan 2A. 2022 p Seal Place Notary Seal Above (and (2) Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. SignatureZ'mIL"Ld1� Si nature of Notary 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:� l Number of Pages: . Signer(s) Other Than Named Above: _ 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5910 CALIFORNIA JURAT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles Subscribed and sworn to (or affirmed) before me on APR 11 1010 ' by Marina Tapia , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. COMM. FA 21IN- I 4al-Ilep I 42192119 Signature j NotM Public - California o SamFaaliii1,Notf!Tbfic x los Angeles Countyy -- Comm. Ex fres A r. t6, 242t Travelers Casualty and Surety Company of America AMk Travelers Casualty and Surety Company TRAVELERS J _ _ St, Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively Called the "Companies"), and that the Companies do hereby make, constitute and appoint Marina Tapia, of Los Angeles, California, their true and lawful Attomey-in-Face to sign, execute, seat and acknowledge any and all fronds, recognrzances, conditional undertakings and other writings obligatory In the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. ��irri�iy� a/�Yy.. sYo T �r ry i a lSA9rrbeil � ryui7f.OfL7, �!` Crp.YhlYl �^ Slate of Connecticut _01;" By: City of Hartford ss. Robert L. Raney, Senior Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal, �T My Commission expires the 30th day of June, 2021 Tut iiOJ�tfAu�l�lt _ �'°rrea�p�* Marr C. Tetreault, Notary Public �'Mr:c+� This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surely Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any /Assistant Secretary may appoint Attorneys -in -Fact and Agents to act forand on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a ropy thereof is filed In the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which It is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St, Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of APR 1 2018 ���� ha• Sb � T 1 4I(evin E. Hughes, Ass tanl Secretary To verify the authenticity of this Power ofAttorney, please tail us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. SECTION C: PROPOSAL FOR 2017-18 Annual Slurry Seal Project Bid No, ENG-17-18-MO124SS Project No. M0124 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals 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 quantities 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 Bidder's 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: Sierra Nevada Construction Inc. Company Address: P.O. Box 50760 Sparks, NV 89435 By: Marc T. Markwell Print Name Title: Secretary/jTreasgrer Signature: Date: aril 19, 20 C-1 '�IHEDULE Slurry Seal Project -15 -16 -M0124 -SS No. M0124 Clarita, California UMMARY M,950.�2 ,it4W A*i-KtndVVd eightq eight- �Fh turd llars and a'ghfi fwa an�S MR. � y hundred sevw q+housU Seven hw r Mars I eight +hotA%M Ebur hone Sever/ I A ign qW�r 39 Lf. CO Wya n +hwund seven h and r 6" l.rs a i43, UO} .00 ii t l i o h i•htpt h"rkr-y }-hyze vn dplS price column, the unit price will govern. The basis for award of contract shall be the Contractor's Base Bid plus the alternates. The Agency reserves the right to award the contract for the base bid and those alternatives, if any, which the City may select In its sole discretion. The AGENCY also reserves the right to add any of the additive Alternates by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices bid for Additive Alternates constant throughout the duration of the project up to the last contract working day. No additional compensation will be allowed for Alternates added by Contract Change Order beyond the amount shown on the original bid. C -2a CITY OF SANTA CLARITA 201712018 ANNUAL SLURRY SEAL PROGRAM - BASE BID SCHEDULE BIDDER: Sierra Nevada Construction, Inc. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE 'TOTAL COST 1 Mobilization, Bonds & Insurance F2.1 LS 1 2 Traffic Control F2-2.8 LS 1 a 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 0 4 AC D2 PG 84-10 F2-7 TN 28 Q(� 5 ICrack Fill and Seal Coat F2-10.3 SF 1 283,912 l 1 b Crack Seal and Slurry Seal (Type II) F2.9.4 TN 2,052 7 Crack Seal and Double Micro Surface wl Black Rock F2-8,10 TN Z1190 W 8 Digout or Remove & Replace 4" AC F2-5.4 SF 58,834 9 Oigout or Remove & Replace 8" AC F2-5 4 SF 2,190 Q 0 10 Remove Roots Under Concrete or Pavement Repairs F2-14.3 SF 1 11 Lower Manhole Covers F2-11.3 EA 1 5 I]0 12 Lower Gas Valve Covers F2-11.3 FA 1 04 .tw 13 Lower Water Valve Covers F2-11.3 E4 4 {?0 14 Adjust Manhole Covers to Finish Grade F2-11.3 EA 4 bD 15 Adjust Gas Valve Cover Finish Grade F2-11.3 EA 4 .0 18 Adjust Water Valve Cover Finish Grade F2-11.3 EA 1 0.ou 17 install Blue RPM C Fire Hydrant F2-12.4 EA 151 TOTAL BASE BID TOTAL AMOUNT IN FIGURES: BASE BID TOTAL AMOUNT 1N WORDS: jwwro e I i�rLij�/1►1�LGT u,, &i d 'NOTE In case of error in extension of price into the total price column, the unit price will govern. 0 1 (�5 �A � w O t CITY OF SANTA CLARITA 2017.2018 ANNUAL SLURRY SEAL PROGRAM - N8 (ALTERNATE 1) BID SCHEDULE BIDDER: Sierra Nevada Construction Inc. ITEM NO. BID ITEMS UNIT UNIT PRICE 'TOTAL COST REFERENCE QUANTITIES 1 Mobilization, Bonds & insurance F2-1 LS 1 2 Traffic Control F2-2.8 LS 1 I o0 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 4 AC D2 PG 84-10 F2-7 TN 185. 5 Crack Fill and Seal Coat F2-10.3 SF 0 e Crack Seal and Slurry Seal (type II) F2.9.4 TN 884 W 7 Crack Seal and Double Micro Surface w/ Black Rock 172.8.10 TN 0 0 Digout or Remove & Replace 4" AC F2-5.4 SF 5,988 C{ 9 Di out or Remove & Replace 8" AC F2-5 4 SF 0 10 Remove Roots Under Concrete or Pavement Repairs F2-14.3 SF 0 11 Lower Manhole Covers F2-11.3 EA 0 12 Lower Gas Valve Covers F2-11.3 EA 0 13 Lower Water Valve Covers F2-11.3 EA 0 14 Adjust Manhole Covers to Finish Grade F2-11_.3 FA 0 15 Adjust Gas Valve Covers to Finish Grade F2.11.3 EA 0 18 Adjust Water Valve Covers to Finish Grade F2-11.3 EA 0 '17 Install Biu* RPM a Hydrant F2-124 EA 18 .O 18 12- White Crosswalk/Lrmd Line (Thermo) F2-12 4 LF 1,800 S DO 0 19 12' Yellow Crosswalklt lmit Line(Thermo) F2.12 4 LF 0 20 Yellow Continental Crosswalk (Thermo) F2.12.4 EA 18 21 Striping,Detail #2 (Therrlto & Markers) F2-12.4 LF 2 100 00 22 Striping Detail 08 (ThernsD) F2-12.4 LF 0 23 strip! 9 Detail 89 (Thermo & Markers) F2-12.4 LF 0 24 Striping Detail 012 (Thermo & Markers) F2-12.4 LF 0 25 Strlpi22 Detail #21 (Thermo) F2-12.4 LF 432 0 28 Sldping Detail #22 (Thermo & Markers) F2-12 4 LF 518 -2-75 1 27 Striping Detail #24 (Thermo) F2.12.4 LF 0 28 Striping Detail #32 (Thermo & Markers) F2-12.4 LF 0 29 Striping Detail #38 (Thermo & Markers) F242A LF 137 1.ID 30 Striping Detail #38A (Thermo) F2-12.4 LF 179 I 0 31 Striping Detail #39 (Thermo) F2-12.4 LF 0 32 Striping Detail *39A (Thermo) F2-12.4 LF 0 33 Strip! g Detail #40 (Thermo) F2-12.4 LF 0 34 Arrow Type I rmo F2-12.4 EA 2 O 35 Arrow Type III (UR) (Thermo) 172-12.4 1711 3 bU 36 Arnow Type IV (UR) (Thermo) 172-12.4 FA B 0 b 37 Arrow Type VI (Thermo) 172-12.4 EA D 38 Bike Lane Arrow Thermo) F2-12.4 EA 0 39 "STOP" Legend Thermo) F2-12.4 EA 58 40 "SLOW' L end (Thermo) F2-12 4 EA 8 10 .Do 41 "SCHOOL"Legand Thermo F2-12.4 EA 6 215.C)0 42 "XING" Legend (Thermo) F2-12.4 FA 2 .00 p 43 "KEEP" L nd hermo) F2-12.4 EA 0 44 "CLEAR" L end (Thermo) F2-12,4 FA 0 45 "BIKE" Legend (Thermo) F2-12.4 FSA 0 48 "LANE' Legend ermo) F2.12.4 EA 2 00 47 Railroad Crowing Legend Normo) F2-12.4 EA 0 48 Install Headerboard F2.13.3 LF 0 49 Over -Excavation (Revocable Item) I F2.5 4 1 SF 1 299 1 0-00 . . TOTAL ALTERNATE 1 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 1 BID TOTAL AMOUNT IN WORDS: Ig.sa UA I/1 A , itillign VIA �A ``n�n-1, Brei 6�ill "NOTE: In case of error in extension of price into the total price column, the unit price will govern. Jh� a l �^ YS a ld b r.{e t I VB fDV r CMfS. CITY OF SANTA CLARITA 2017- 2018 ANNUAL SLURRY SEAL PROGRAM - N9 (ALTERNATE 2) BID SCHEDULE BIDDER, Sierra Nevada Constructio ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE 'TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 3f2D -00 2 Traffic Control F2.2.8 LS 1 2.00o.00 3 Storm Water Pollution Prevention - BMP Plan F11-9 LS 1 Cj 47 D2 PG 64-10 F2-7 TN 0 5 Crack Fill and Seal Coat F2-10.3 SF 0 6 Crack Seal and Slurry Seal (Type II) F2.9A TN 207 C). 017 7 Crack Seal and Double Micro Surface w/ Black Rock F2-8.10 TN 0 8AC Di out or Remove & Replace 4" AC F2-5.4 SF 6,276 9 Di out or Remove & Replace 6" AC F2-5.4 SF 0 10 Remove Roots Under Concrete or Pavement Re airs F2-14.3 SF 0 11 Lower Manhole Covers F2-11.3 EA 0 12 Lower Gas Valve Covers 172-11.3 EA 0 13 Lower Water Valve Covers 172-11.3 EA 0 14 Adiust Manhole Covera to Finish Grade F2-11,3 EA 0 15 Adjust Gas Valve Covers to Finish Grade F2-11 3 EA 0 16 Adjust Water Valve Covers to Finish Grade F2-11.3 EA _ 0 17 Install Blue RPM 2 Hydrant F2-12.4 EA 8 O 18 12" White Crosswalk/Limit Line (Thermo) 172-12.4 LF 204 -0D 0 19 12" Yellow Cfosswalk/Limit Line (Thermo) F2-12.4 LF 0 20 Yellow Continental Crosswalk (Thermo 172.12.4 EA 0 21 Striping Detail 02 Thermo 8 Markers) 172-12.4 LF 0 22 StripingDetail #8 (Thermo) 172-12.4 LF 0 23 StripingDetail #9 (Thermo 8 Markers) F2-112.4 LF 0 24 Stri in Detail #12 (Thermo & Markers) F2-12.4 LF 0 25 Striping Detail 021 (Thermo) F2-12.4 LF 995 26 StripingDetail #22 (Thermo & Markers) F2-12.4 LF 0 27 Striping Detail #24 (Thermo) F2-12.4 LF 0 28 StripingDetail #32 (Thermo & Markers) F2-12.4 LF 0 29 Striping Detail #38 (Thermo & Markers) F2-12.4 LF 0 30 Striping Detail 838A (Thermo) F2-12.4 LF 0 31 Striping_Detail #39 (Thermo) F2-12.4 LF 0 32 Striping Detail #39A Thermo F2.12.4 LF 0 33 Striping Detall #40 (Thermo) F2-12.4 LF 0 34 Arrow Type I (Thermo) F2-12.4 EA 0 35 Arrow Type III (UR) (Thermo) F2-12.4 EA 0 36 Arrow Type IV (L/R) (Thermo) F2-12.4 EA 0 37 Arrow Type VI (Thermo 172-12.4 EA 0 38 Bike Lane Arrow (Thermo) F2-12 4 EA 0 39 "STOP" L end (Thermo) F2-12.4 EA 8 40 "SLOW" Legend (Thermo) F2.12.4 EA 0 41 "SCHOOL" Legend (Thermo) F2-12.4 Fly 0 42 "RING" Le end (Thermo) F2-12.4 FA 0 43 "KEEP" Le end (Thermo) F2-12.4 EA 0 44 "CLEAR" Legend (Thermo) F2-12.4 EA 0 45 "BIKE" Legend (Thermo) 172-12.4 EA 0 46 "LANE" Le nd (Thermo) F2-12.4 EA 0 47 Railroad Crossing Legend (Thermo) F2-12 4 EA 0 48 Install Headerboard F2-13.3 LF 0 49 Over-ExcavaRon (Revocable Vern) F2-5.4 SF 315 TOTAL ALTERNATE 2 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 2 BID TOTAL AMOUNT IN WORDS: i 16 cm r� ' 017e 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. �� Md �r - ` The basis for award of contract shell be the Contractor's Base Bid plus the alternates. The Agency reserves the right to award the contract for the base bid end those alternatives, if any, which the City may select fn Its sole discretion. The AGENCY also reserves the right to add eny of the additive Alternates by Contract Change Order at any three during the project up to the fast contract working day. The BfODER agrees to hold all unit prices bid forAddldva Alternates constant throughout the duration of the project up to the last contract working day. No additional compensation wig be allowed for Alternates added by Contract Change Order beyond Me amount shown on ON original bid. - V8N (ALTERNATE 3) astruction, Inc. ITEM NO. 810 ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE 'TOTAL COST 1 MobilizatIon. Bonds & Insurance 1172-1 LS 1 DIT 2 Traffic Control F2-2.8 LS 1 OD 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 4 AC D2 PG 64-10 F2-7 TN 0 5 Crack Fill and Seal Coal F2-10.3 SF 0 6 Crack Seal and Slur Seal (Type II) F2.9.4 TN 152 p 7 Crack Seal and Double Micro Surface w/ Black Rock F2-8.10 TN 0 8 Di oul or Remove & Replace 4" AC F2-5.4 SF 0 9 Digout or Remove & Replace 6" AC F2-5.4 SF 0 10 Remove Roots Under Concrete or Pavement Re airs F2-14.3 5F 0 11 Lower Manhole Covers F2-11.3 EA 0 12 Lower Gas Valve Covers F2-11.3 EA 0 13 Lower Water Valve Covers F2-11.3 EA 0 14 Adjust Manhole Covers to Finish Grade F2-11.3 EA 0 15 Adjust Gas Valve Covers to Finish Grade F2-11.3 EA 0 16 Adjust Water Valve Covers to Finish Grade F2.11.3 EA 0 17 Install Blue RPM 2 Hydrant F2-12,4 EA 5 40.00 18 12" White Crosswalk/Limit Line (Thermo) F2-12.4 LF 0 19 12" Yellow Crosswalk/Limit Line Thermo) F2-12.4 LF 182 20 Yellow Continental Crosswalk (Thermo) F2-12.4 EA 0 21 Striping Detail 02 (Thermo & Markers) F2-12.4 LF 0 22 Striping Detail 08 (Thermo) F2-12.4 LF 0 23 StrIping Detail #9 (Thermo & Markers) F2-12.4 LF 0 24 Stripin Delail #12 (Thermo & Markers) F2-12.4 LF 0 25 Stripin Detail 021 (Thermo) F2-12.4 LF 0 26 Striping Detail #22 (Thermo & Markers) F2.12.4 LF 0 27 Striping Detail #24 (Thermo) F2-12.4 LF 0 28 1 Strielng Detail #32 (Thermo & Markers) F2-12.4 LF 0 29 1 Striping Detail #38 Thermo & Markers) F2-12.4 LF 0 30 Striping -Detail #38A (Thermo) 172-12.4 LF 0 31 Striping Detail #39 (Thermo) F2-12.4 LF 0 32 Striping Detail #39A (Thermo) F2-12.4 LF 0 33 Striping Detail #40 (Thermo) F2-12.4 LF 0 34 Arrow Type I (Thermo) F2.12.4 EA 0 35 Arrow Type III (L/R) ((Thermo) F2-12.4 EA 0 36 Arrow Type IV (L/R) (Thermo) F2-12.4 EA 0 37 Arrow Type VI (Thermo) F2-12.4 EA 0 38 Bike Lane Arrow (Thermo) F2-12.4 EA 0 39 "STOP" Le end (Thermo) F2-12.4 EA 1 40 "SLOW" La end (Thermo) F2-12.4 EA 0 41 "SCHOOL" Legend (Thermo) F2-12.4 EA 0 42 "XING" Legend (Thermo) F2-12,4 EA 0 43 "KEEP" Legend (Thermo) 172-12.4 EA 0 44 "CLEAR" Legend (Thermo) F2-12.4 EA 0 45 "BIKE" Legend (Thermo) F2-12 4 EA 0 48 "LANE" Legend (Thermo) F2-12.4 EA 0 47 Railroad Crossing Legend (Thermo) F2-12.4 EA 0 48 Install Headerboard F2-13.3 LF 0 49 Over -Excavation (Revocable Item) F2-5.4 SF 0 TOTAL ALTERNATE 3 BID TOTAL AMOUNT IN FIGURES: O TERNATE 3 BID TOTAL AMOUNT IN WORDS: dot ars Darla sm cmtS "NOTE: In case of error in extension of price into the total price column, the unit price will govem. The basis for award of contract shall be the Contractor's Base Old plus the alternates. The Agency r+serves the right to award the contract for the base bid and those aftemst(ves, N any, which the City may select in its sots dlacration. The AGENCY also reserves the right to add any of the additive Alternates by Contract Change Order at any Urns during the project up to rhe last contract working day, The &DOER agrees to hold all unit prices bid for Additive Alternates constant throughout the duration of the project up to the last convect working day. No additional compensation w1N be allowed for Alternates added by Contract Change Order beyond the amount shown on the original bid. REFERENCES 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 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: 1. See attached statement of experience Name and Address of Owner / Agency 2. 3. Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner/ Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 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: Liberty Mutual Insurance Company, 1340 Treat Blvd_, Suite 500, Walnut Creek. CA 94597 Contact: Ty Ruff, (925) 979-6717, ty.ruff@libertymutual.com LIP Insurance Services, Inc., 300 E. Second Street, Reno, NV 89501 Contact: Lori Jones, (775) 996-6037, lori.iones@lpins.net Sierra Nevada Construction, Inc. Contractors dame C-4 STATEMENT OF EXPERIENCE CTOT9=U= IT ^1= cvoca�c��nr BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid 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: Sierra Nevada Construction, Inc. Business Address: P.O_ Box 50760, Sparks, NV 89435 m Telephone No.: (775) 355-0420 State CONTRACTOR's License No. & Class: _ 593393, Class A - General Engineering Original Date 05/10/1990 Expiration Date: 05/31/2018 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: Kevin L. Robertson, President, P.O. Box 50760, Sparks, NV 89435, (775) 355-0420 Cram D. Holt, Vice -President, P.O. Box 50760, Sparks,, NV 89435, (775) 355-0420 Marc T. Markwell, Secretary/Treasurer, P.O. Box 50760, Sparks, NV 89435, (775) 355-0420 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: NIA C-7 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NIA IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 19th day of April 20 18 . BIDDER: Signature L V` - _Marc T. Markwell, Secretary/Treasurer Name and Title of Signatory _Sierra Nevada Construction, Inc. Legal Name of Bidder P.O. Box 50760, Sparks, NV 89435 Address 88-0245093 (775)355-0420 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 this A _ day of _, 201L. Notary Public (SEAL) ,,,,,,,,,,,,,,,,,,,�.,,,...,.....,,,.,,,,.,,.,,.,,.....,,....,,...,.,.,.,,,_ pARC[A A. CAFiP�N�'ER t�atazy Pub4le - $tate of Nevada .. Appointment FlOCtirded in Wastu� County �,.,,,,"iiifie1i,,., �+ 96„34A7,�,u E�cpir9e Au¢ue[ 1,2019 - C-8 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 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 or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. C-11 NON -COLLUSION AFFIDAVIT 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT NEVADA STATE OF C-� ) COUNTY OF L W�O�; § Marc T. Markwel] _ _ being first duly sworn deposes and says that he is the Secretary/Treasurer (sole owner, a partner, president, etc.) of Sierra Nevar a Construction, Inc. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are 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, 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, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Signa tL err' ar well Title Secret ary/Treasurer Seubscribeil rd sworn to and before me this lqi= day of ri 1 204. Seal of Notary [ . ... 'R DARCiAA, CARPENTER • � Notary Public - SlalP of Nevada € Appoinimenl recorded ill Washoe County € No: 96-3467-2 - ExplrosAugusl 1, 2Q19 ...s....tla ..... C-12 NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. DISCLOSURE OFLOBBYINGACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1, Type of Federal Action: 2. Status of Federal Action: 3. Report Type: �a. contract D. bid/offer/application 0a. initial b. grant b. initial award b. material change c. cooperative agreement c. post -award d, loan For Material C nge Only: e. loan guarantee year quarter F. loan insurance date las[ report 4. Name and Address of Reporting Entity S. If Reporting Entity' Na. 4 is Subconaultant, Enter Name and ddress of Prime: �Primc �Subconsultant Tier if known Congressional District, if known Co ressional District, if known 6. Federal Department/Agency: 7. ederal Program Name/Description: 8. Federal Action Number, if known: :V 10. 11. 12. El CFDA Number, if applicable Award Amount, if known: a. Name and Address of Lobby Entity b. Individuals Performing Services (including (1f individual, last name, fits[ name, N11) address if different from No. l0a) (last name, first name, Ml) (attach Continuation Sheet(s) if necessan) Amount of Payment (chec U that apply) 13. Type of Payment (check all that apply) actual planned a. retainer b. one-time fee Form of Paymen (check all that apply): C. commission a, cash B d. contingent fee b. in-kind, s ccify_ nature a deferred value 11 C. other, specify option of Services Performed or to be performed and Date(s) of Service, including employee(s), or member(&) contacted, for Payment Indicated in Item 11: 14. Brief 15. 16. (attach Continuation Sheets) if necessar),) /;.S,C1"3'52 tinuation Sheet(s) attached: Yea 11 No 0 rcquetred through this form is authorized by Title 31 U.S.C.. 5eciion Signature: isclosure of obhvinx reliance was placid by the tier abouc when his was made or enrerrd into. This disclosure is required pursuant to 31 print dame: '[itis information will be reported to Congress semiannually and will(� �`I be available for public inspection Any person whu fails to file the required IkIc.VC%�.►LLQ � disclosure shaU be subject to a civil penalty of not less than $10,W0 and not �4 more than $1110,000 for each such failure. Telephone No.: ri5'�' 04 0420 bate: Federal Use Only: Authorized for Local Reproduction Standard Form - 1,1.1, 12-9; CERTIFICATION OF NON -SEGREGATED FACILITIES 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 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. CT(]R 5icrra Nevada Construction. Inc. Marc T. Markwell/Secretary/Treasurer 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 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid 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: Sierra Nevada Construction, Inc. Business Address: P.O. Box 50760, Sparks, NV 89435 Telephone No (775) 355-0420 State CONTRACTOR's License No. & Class: 593393, Class A - General Eneineerin¢ Original Date: 05/10/1990 Expiration Date: _05/31/2018 _ 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: Kevin L. Robertson, President, P.O. Box 50760, Sparks, NV 89435, (775) 355-0420 Craig D. Holt. Vice -President, P.O. Box 50760, Sparks, NV 89435, (775) 355-0420 Marc T. Markwell, Secretary/Treasurer, P.O. Box 50760, Sparks, NV 89435, (775) 355-0420 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: N/A C-7 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 19th day of _April 20 18 . BIDDER: Signature u ` Marc T. Markwellr Secretary/Treasurer Name and Title of Signatory Sierra Nevada Construction, Inc. Legal Name of Bidder P.O. Box 50760, Sparks, NV 89435 Address 88-0245093 (775)355-0420 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 this �01-1 Notary Public day of 20]L. (SEAL) 'rR," "'DARCIAA.'CARPENTER'" `4 Notary Public - State of Nevada Appuineneni Reearded in fthoe County �`.No; 06.3487.2 - Expires August 1P) ,2019 C-8 CONTRACTORS STATE LICENSE BOARD ACTIVE LICENSE 1 593393 �- CORP .w.... SIERRA NEVADA CONSTRUCTION INC mow..., A F..�.G. 05/31/2018 www.cslb.ca,gov fwNa SIERRA NEVADA CONSTRUCTION - WORK IN PROGRESS Des" Agency .rob Name r......,� r......,,.. - - - -- ---a.un— %inner rnone owner Address Granite Construction Company SE Connector Underground Reno, NV RTC Brian Roll 775"Vim Uler4avenue, 351-1549 Sparks. NV 89431 Miles Construction a Sitework Minden, NV RO Anderson Jeff Rowan 61 Industrial Parkway, Carson 775-246-3722 City, NV 89706 Core Construction UNR Great Basin Hall Sitework Reno, NV Van Woen Bigofti Travis Coombs 5426 Longley Ln Ste. B, Reno, 775.5255757 NV 89511 Alston WCC Builth Sdework Reno, NV Unknown Brett Olsen 980 Sandhill Dr, Suite 100, 775-827-4631 lReno. NV 89521 Tahoe Truckee Unified School District Tahoe Lake Elements School Sitework Truckee, CA ArdJNexus Jo a Ro as 11063 Donner Pass Road, 530-582-2581 Truckee, CA 96161 Q&D Construction Co. UNR Fine Arts BuildingSitework Reno. NV Unknown Jeff VanDellen 1050 S. 21st Street, Sparks, 7755-786-2677 NV 89431 South Lake Tahoe PUD Ponderosa Waterline Under round SLT, CA South Lake Tahoe PUD Steve Caswell 1275 Meadowcrest Drive, 530-544-6474 South Lake Tahoe, CA 96150 Brown 8 City of Reno Sewer Lift Statlon Re lacernent Underground Reno. NV Caldwell Jon Simpson 775-33.42548 PO Box 1900, Rena, NV 89505 Truckee Tahoe Airport District Executive Hangar PavingRoad, Truckee. CA Reinard Brandie Unknown - . 10356 Truckee Airport 530-587-4119 Truckee, CA 96161 Core Construction Starbucks Distribution Sitework Minden, NV Unknown Don Frank 5426 Longley Ln. Ste. B, Reno, 602-6795460 NV 89511 Regional Transportation Commission Pavement Preservation 2017 Paving/Slurry Rena, NV Lumos & Associates Doug Mab 1105 Terminal Way, Suite 108, 775-3351865 Reno, NV 89502 Q&D Constnrction Co. Northern Nevada Veterans Harte Sitework Rena, NV Van Woert BigoW Neil Bartlett 1050 S. 21st Street, Sparks, 775763-7054 NV 89431 Titan Electrical North Val Improvements Reconstruct Reno. NV Traffic Ran Greenhalgh 5450 Mill Street 0100, Reno, 775-857-4500 NV 89502 Regional Transportation Commission Evans Avenue Bike Path Im rovernerds Reconstruct Reno, NV _Works Stantec Maria Paz Fernandez 1105 Terminal Way, Suite 108, 775.335.1861 Reno, NV 89502 United Construction Lemon Drive Channel A & B Sitework Reno, NV Canino Inc. Chris Silsby 5300 Mill Street, Reno. NV 775-398-1733 89502 United Construction Logisficemer II B;d . 2 Sitework Reno, NV CFR Chris Silsb 5300 Mill Street, Reno, NV 775398-1733 89502 Guidenb Coconut Bowl Phase 2 Sitswork Sparks, NV Guidenq Robb Wong 855 South Center Street, 775-3245616 Reno, NV 89501 Alston NVCC Phase II Sitework Reno. NV United Construction Urban Outfitters Sitework Reno, NV89502 5300 Mill Street, Reno, NV NDOT Contract 03708 - USA Parkway Reconstruct Sparks, NV CrfyofReno 2017 Permanent Patch Program Pavement Preservation Reno, NV City of Reno Kerrie Koski 775-334-3304 PO Box 1900, Reno, NV 89505 Nevada De artmem of Transportation NDOT aC'1675 SR338l208 Chi Yerington, 1263 S. Stewart St, Carson Slur NV NDOT Ashl Hurlbut 775-888-1432 ]Cdv, NV 89712 Carson Cq Pavement Preservation 2017 Slur Carson City, NV Carson Ci Rick Cooley 201 N. Carson Street, Ste 3. 775-887.2355 Carson City. NV 89701 C' of Carlsbad SlurrySeal 2017-2018 slurryCA Carlsbad, City of Carlsbad Emad Elias Avenue, =bad, 760.602-4677 Carlsbad, CA 92008 ADDENDUM NO. 1 April 11, 2018 2017-18 ANNUAL SLURRY PROJECT Bid No. ENG -17 -18 -M0124 -SLURRY Project No. M0124 City of Santa Clarita, California This Addendum shall be considered as a part of the bid documents for the subject project as though it had been issued at the same time and shall be incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original documents, this Addendum shall govern and take precedence. Contractors are hereby notified that they shall make any necessary adjustments in their proposals on account of this Addendum. It will be construed that each proposal is submitted with full knowledge of all modifications and supplemental data specified herein. Contractors shall acknowledge receipt of this Addendum in the appropriate space provided on the Proposal The following is hereby added and/or amended: PROPOSAL — PROJECT BID SCHEDULE REVISED PROJECT BID SCHEDULE See attached Bid Schedules. Contractor shall use attached revised Bid Schedules for Bid Proposal. APPENDIX "D" — QUANTITY SHEETS REVISED PROJECT gUANTITY SHEETS See attached Quantity Sheets (ARTERIALS, N14 and N6 ALT 1). Contractor shall use attached revised Quantity Sheets for reference. PRQPOSAl_ — PROJECT PLAN REVISED PROJECT PLANS See attached plan Sheet Al -A2 and C1-C2. Contractor shall reference attached revised plans for Bid Proposal, SPECIAL PROVISIONS - TECHNICAL Section: i=2 - Construction Matedal5 and Nbethoo F2-12,4 Measurement and Payment Replace with the following Section to the Special Provisions: The unit prices for traffic striping, in linear foot or each as shown in the bid schedule, shall include full compensation for furnishing all labor, materials, tools, equipment, sketches, striping inventory, tie -downs, layout, and placing of all temporary, including cat tracking or temporary tabs, and final traffic striping; and for doing the work involved in or appurtenant to any locations where damaged striping has occurred with equal to 1 of 2 or better, layout, and placing of all traffic striping, thermoplastic, markings and markers as shown on the plans or described in these Special Provisions. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary, to complete the work in accordance with the Standard Specifications and these Special Provisions. Section 3-2.2.2 "Increases of More Than 25 Percent" and Section 3-2.2.3 "Decreases of More Than 25 Percent" shall not apply to the bid items associated with Striping Details that are measured by the linear foot or each. Payment of "Bicycle Group Legend" will be paid for by each and shall include the "Bike Lane Symbol" and "Bike Lane Arrow". Measurement and Payment for "White / Yellow Continental Crosswalk" will be paid for by each and shall include all stripes as indicated in the City Detail. Remove and replace post and sign shall be included in the incidentals. Bidders shall acknowledge Addendum No. 1 by executing Addendum No. 1 and returning with the bid. �.� Ro ert ff. Aewman, P.E., L.S. Director of Public Works City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. Anyl I N_ .2018 Date Sir adoa CcnSfirucion , Inc. id r' ure �afG T41'1 Irewcrcr THIS DOCUMENT TO BE SUBMITTED WITH BID 2 oft Soledad Canyon Road TOTAL BID ITEM BID ITEM PAYMENT UNIT SIma Highway to Sand Canyon Road - ESTIMATED NO. REFERENCE ��870— QUANTITY STREET QUANTITY 1 Mobilization, Bonds & Insurance F2-1 j LS 1 1 -n� �T tisk ;wi` ~Water ,rr•. 8 >., AV'V' ; i ' - _:�+;:. 3 Storm Pollution Prevention - BMP Plan F1-9 LS .t}� _ �. ..4�ri ��.y..� f'� -f =`sem+ .•moi .Y,`y*? fly:: ..'�, $ice :Y. 5 Crack Fill and Seal Coal F2-10.3 SF 0 7 Crack Seal and Double Micro Surface w/ Black Rock F2-8 10 1 TN 1,468 1,468 9 DEgout or Remove & Replace 6" AC F2-5.4 SF 2,189 2,189 s ,'-4r' { r ra�sls� i! �} .d7i't ry7 r2 `r'- •i3=�l� ff -k.EK 11 Lower Manhole Covers F2-11 3 EA 4 4 2,11.3'.7-771-- 13 Lower Water Valve Covers F2-11 3 EA 4 4 15 Adjust Gas Valve Cover Finish Grade 172-11.3 EA 4 4� 17 ,F R lInstall Blue RPM @ Fire Hydrant F2-12.4 FAA 44 44 v 19 112" Yellow Cmsswalk/Limit Line (Thermo) F2-12.4 LF 0 21 Striping Detail #2 (Thermo & Markers) F2-12.4 LF 0 ~ 111'48 ft ' ' a : �4,F#r' - 7 7-7 p Stnping Detail #9 (Thermo & Markers) 4 LF 0 L23 L,Striping 0 Detail #21 (Thermo) 4 LF - 27 Striping Delai! #24 (Thermo) .4 LF 18,085 18,085 29 ,fb Striping Detail #38 (Thermo & Markers) Ff2,-182.4 LF i 2,9110 2,910 _r X31 �•� rj`� ir`^�� 7•-•i-_ ri:� ,G9�;L.�.., - - t,"ay'_ -14,370 �.ri,_ti_• Striping Detail #39 (Thermo)_ F2-12.4 LF 17.370 x:32 = _. $�r1 trip "tf39P (]'h91rnD] •� _ - � F2+17:4-�' .L�' — _ 33 Striping Detail #40 (Thermo) F2-12.4 LF 0 7 p)> : rte -x ; Y :b • �•1Z;'� .E6A. F 0 35r - lArrow Type Ill (1-111) (Thermo) F2-12.4 EA - d 0 SEA 37 Arrow Type VI (Thermo) F2-12.4 2 2 39 "STOP" Legend (Thermo) F2-12.4 EA 0 k.' A .:2..:. 1WK 41 "SCHOOL" Legend (Thermo) F2.12 4 EA 0 J3 �43 "KEEP" Legend (Thermo) F2-124 EA A 3 j 45 "BIKE" Legend (Thermos} F2-12 4 EA 1s 19 'r - 47 Railroad Crossing Legend (Thermo) F2.12.4 FA 0 49 °over-Excavatln (Revocable Item) F2.5.4 1.920 1,920 ;(r=ia6O•- QfrlR73."t�i`.a`•"- - SSF --L$:�'=°y=Xr _ R 1F CITY OF SANTA CLARITA 2017- 2018 ANNUAL SLURRY SEAL PROGRAM - N6 (ALTERNATE 1) BID SCHEDULE BIDDER: ITEM NO. BID ITEMS REFERENCE UNIT QUANTITIES UNIT PRICE *TOTAL COST 1 iMobilization. Bonds & Insurance F2.1 LS 1 2 Traffic Control F2-2 8 LS 1 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 4 AC D2 PG 64-10 F2-7 TN 185 5 6 Crack Fill and Seal Coat Crack Seal and Slurry Seal (Type 11) F2-10.3 F2.9A SF TN 0 884 7 6 Crack Seal and Double Micro Surface w/ Black Rock Digout or Remove & Replace 4" AC F2.8.10 F2-5.4 TN SF 0 5,966 9 10 11 Diout or Remove & Replace e" AC Remove Roots Under Concrete or Pavement Repairs Lower Manhole Covers F2-5.4 F2-14.3 F2.11,3 SF SF FA 0 0 0 12 Lower Gas Valve Covers F2.11.3 EA 0 13 Lower Water Valve Covers F2-11 3 EA 0 14 Adjust Manhole Covers to Finish Grade F2.11 3 FA 0 15 Adjust Gas Valve Covers to Finish Grade F2-11.3 FA 0 16 17 Ad ust Water Valve Covers to Finish Grade Install Blue RPM rant F2-11 3 F2-12 4 EA EA 0 18 18 12" White Crosswalk/Limit Line (Thermo) F2-12.4 LF 1,800 19 12" Yellow Crosswalk/Limit Line (Thermo) 172-12 4 LF 0 20 Yellow Continental Crosswalk (Thermo) F2-12.4 FA 16 21 Striping Detail #2 (Thermo & Markers) F2-12.4 LF 2 22 23 24 Striping Detail 08 (Thermo) Striping Detail #9 (Thermo & Markers) Sin ping Dalai 1012 (Thermo & Markers) F2-12.4 F2-12.4 F2-12 4 LF LF LF 0 0 0 25 Striping Detal1021 (Thermo) F2.12.4 LF 432 26 Striping Detail 022 (Thermo & Markers) F2-12 4 LF 518 27 28 Striping Detail #24 (Thermo) Striping Delail 032 (Thermo & Markers) F2-12.4 F2-12.4 LF LF 0 0 29 Stnpi22 Oetall #38 Thermo & Markers) F2-12.4 LF 137 30 Striping Detail #311A (Thermo) F2-12.4 LF 179 31 32 33 Stripin.9 Detail #39 (Thermo) Stripin g Detail 939A (TheMW) Sfriping Detail #40 (Thermo) F2-12.4 F2-12.4 F2-12.4 LF LF LF 0 0 0 34 Arrow Type I (Ther(w) F2-12-4 FA 2 35 Arrow T pe III (LIR) (Thermo) F2-12 4 EA 3 36 Arrow Type IV (L1R) (Thermo) F2-12 4 FA 8 37 38 39 Arrow Type VI Thermo Bike Lane Arrow (Thermo) "STOP" Legend (Thermo) F2-12.4 172-12.4 F2-12.4 FA FA FA 0 0 58 40 "SLOW Legend (Thermo) F2-12.4 EA 6 41 "SCHOOL" Legend (Thermo) F2-12.4 EA 6 42 "XING" Legend (Thermo) F2.12.4 EA 2 43 "KEEP" Legend (Thermo) F2.12 4 FA 0 44 45 "CLEAR" Legend (Thermo) 'BIKE" Legend (Thermo) F2.12 4 F2.12.4 FA FA 0 0 46 "LANE" Legend (Thermo) F2-112.41 EA 2 47 48 Railroea Crmin L end hermo Install Headerboard F2-12.4 F2-13.3 EA LF 0 0 49 Over -Excavation (Revocable Ilem) F2-5.4 I SF 299 TOTAL ALTERNATE 1 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 1 BID TOTAL AMOUNT IN WORDS: 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. SIEPPh WGlRWY x WMHT S W--7, � - ' - -! _�•..eg-f -�'_, ti _ ems. � � � ® J SOLEDAD CANYON ROAD LEGEND 0 0 SOLEDAD CANYON ROAD REMOVE & REPLACE 6* AC DETAIL lyL-� •wx un i iRoxsioxE PItlxE A\ SOLEDADCANYON ROAD RIYER CR&LE SOLEDAD CANYON ROAD LECENo CM c SGRLE .4v.. OST G.NYON R06O SOLEDAP CANYON ROAD c� q 0-77 -- ' """„'^••..,,—„1—�w901EE—DAD CANYON ROAD LEGEND ...e,w.mwr.m,............w o� cRFfx pavE _ //iCJ3/--�MMKnI CFS ing Mc. '°»' Orr OF SAMA CLARIIA //�* P~avernenl F �necri� lnc —_ M1.I IGL/" � ro.� — pig 1�. u�.��. �AN6 mR� RVl31Y �YENUE--------------------- LEGEND REMOVE & REPLACE 6; AC DETAIL m c sc..E A ADDENDUM NO.2 April 17, 2018 2017-18 ANNUAL SLURRY PROJECT Bid No. ENG -17 -18 -M0124 -SLURRY Project No. M0124 City of sante Clarlta, Cadilfornla This Addendum shall be considered as a part of the bid documents for the subject project as though it had been issued at the same time and shall be incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original documents, this Addendum shall govern and take precedence. Contractors are hereby notified that they shall make any necessary adjustments In their proposals on account of this Addendum. Q will be construed that each proposal is submitted with full knowledge of all modifications and supplemental data specified herein. Contractors shall acknowledge receipt of this Addendum in the appropriate space provided on the Proposal The following is hereby added and/or amended: PROPOSAL -- PROJECT 'BID DUE DATE Bid due date to be change from April 19, 2018 at 2:00 pm to April 23, 2018 at 2:00 pm. PROPOSAL — PROJECT BID SCHEDULE REVISED PROJECT BID SCHEDULE See attached Bid Schedules (BASE). Contractor shall use attached revised Bid Schedules for Bid Proposal. Contractor shall also use attached revised Bid Schedule for PlanetBid total costs. APPENDIX "C" QUANTITY SHEETS REVISED PROJECT QUANTITY SHEETS See attached Quantity Sheets (ARTERIALS). Contractor shall use attached revised Quantity Sheets for reference. Bidders shall acknowledge Addendum No. 2 by exec ting Addendum No. 2 and returning with the bid. i Robert G. Newman, P.E., L.S. Director of Public Works City of Santa Clarita 1 of 2 BIDDER'S CERTIFICATE I admowledge receipt of this Addendum No. 2 and accept the aforementioned. St. 2018 Dae Bid Consirw*on, Inc. T. Mmytwv I, Sftm " Trusutr I THIS DOCUMENT TO BE SUBMITTED WITH BID 2 of 2 CITY OF SANTA CLARITA 201712010 ANNUAL SLURRY SEAL PROGRAM - BASE BID SCHEDULE BIDDER: ITEM NO. BID ITEMS - "­ REFERENCE UNIT �""" QUANTITI 1 Mobilization, Bonds & Insurance F2-1 LS 1 2 Traffic Control F2.2.6 LS 1 3 Storm Water Pollution Prevention - BMP Plan F7-9 LS 1 4 AC D2 PG 64-10 F2-7 TN 28 5 Crack Fill and Seat Coal F2-10.3 SF 263,912 6 Crack Seal and Slurry Seal (Type II) F2.9.4 TN 2.052 7 Crack Seel and Double Micro Surface w/ Black Rock F2-8.10 TN 2,251 B Di out or Remove & Replace 4" AC F2.5.4 SF 58,834 9 Diaout or Remove & Replace 6" AC F2-5.4 SF 2,190 10 Remove Roots Under Concrete or Pavement Repairs F2.14.3 SF 1 11 Lower Manhole Covers _ F2-11.3 EA 5 12 Lower Gas Valve Covers F2.11.3 EA 1 13 Lower Water Valve Covers F2.11.3 EA 4 14 Ad usl Manhole Covers to Finish Grade F2-11.3 EA 4 15 Adjust Gas Valve Cover Finish Grade F2-11.3 EA 4 16 Adjust Water Valve Cover Finish Grade F2-11.3 !EA 1 17 Install Blue RPM Fire H drant F2-12 4 EA 151 18 12" White Crosswalk/Limit Line (Thermo) F2-12.4 LF 3.158 19 12" Yellow Crosswalk/Limit Line Thermo F2-12.4 LF 0 20 Yellow Continental Crosswalk (Thermo) F2-12.4 EA 5 21 Striping Detail #2 (Thermo & Markers_) F2-12.4 LF 1,690 22 Striping Detail #8 (Thermo) F2-12.4 LF 16,856 23 24 Sldpi2q Detail #9 Thermo & Markers) Striping Detail #12 (Thermo& Markers) F2-12.4 F2-12.4 LF LF 0 34,740 25 Slripi2q Detail #21 (Thermo) F2-12.4 LF 3,044 26 Striping Detail #22 (Thermo & Markers) F2.12.4 LF 669 27 Striping Detail 024 (Thermo) F242.4 LF 18,OB5 28 ISiriping Detail #32 (Thermo & Markers) F2-12.4 LF 1,520 29 Striping Detail #38 (Thermo & Markers) F2-12.4 LF 2,910 30 Slrlping Detail #38A (Thermo) F2.12.4 LF 14,878 31 Strlping Detail 039 (Thermo) F2-12.4 LF 14.370 32 Striping Detail #39A (Thermo) F2-12.4 LF 0 33 Striping Detail #40 (Thermo) F242.4 LF 0 34 1 Arrow Type I (Thermo) F2-12.4 EA 0 35 Arrow Type III (LIR) (Thermo) F2-12.4 EA 0 36 Arrow T pe IV (LIR) (Thermo) f2-12.4 FJi 54 37 Arrow Type VI (Thermo) F2-12.4 EA 1 2 38 Bike Lane Arrow (Thermo) F2.12.4 EA 23 39 "STOP" Legend (Thermo) F2-12.4 EA 34 40 `SLOW" Legend (Thermo) F2-12.4 EA 0 41 'SCHOOL' Legend (Thermo) F2 -12A EA 0 42 'XING" L end (Thermo) F2-12.4 EA 0 43 "KEEP' Legend (Thermo) F2-12.4 EA 3 44 "CLEAR" Legend (Thermo) F2-12.4 EA 1 3 45 "BIKE" Legend (Thermo) F2-12.4 EA 19 46 "LANE' Legend (Therma) F242.4 EA 19 47 Railroad Crossing Legend (Thermo) F2.12.4 EA 0 49 Inslail Headerboard F2-13.3 LF 116-- 49 Over -Excavation (Revocable Item) F2-5.4 SF 2,945 50 Slriping Detail 0378 (Thermo) F2-12 4 LF 675 TOTAL BASE BED TOTAL AMOUNT IN FIGURES: 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 UNIT PRICE I 'TOTAL COST ADDENDUM NO.4 April 23, 2018 2017-18 ANNUAL SLURRY PROJECT Bid No. ENG -17 -18 -M0124 -SLURRY Project No. M0124 City of Santa Clarita, California This Addendum shall be considered as a part of the bid documents for the subject project as though it had been issued at the same time and shall be incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original documents, this Addendum shall govern and take precedence. Contractors are hereby notified that they shall make any necessary adjustments in their proposals on account of this Addendum. It will be construed that each proposal is submitted with full knowledge of all modifications and supplemental data specified herein. Contractors shall acknowledge receipt of this Addendum in the appropriate space provided on the Proposal. The following is hereby added and/or amended: PROPOSAL — PROJECT BID DUE DATE Bid due date to be change from April 23, 2018 at 2:00 pm to April 27, 2018 at 11:00 am. Bidders shall acknowledge Addendum No. 4 by executing Addendum No. 4 and returning with the bid. By acknowledging this addendum, bidders are also acknowledging eAddendum number 3 published on PlanetBids. BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 4 & eAddendum No. 3 and accept the aforementioned. ftoriIJ3 2018 Date Sivra�lwadm Construcfion, Mc. Bidd s I at CTNOarV-W( THIS DOCUMENT TO BE SUBMITTED WITH BID 1 of 1 DESIGNATION OF SUBCONTRACTORS 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 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. gcontractor av +pwpff, Inc. DBE STATUS: NO Dollar Value of Workl�l 5 Age v Firm: Certi in A enc : Annual Gross Receipts: Location and Place 6f business rM7LE. Q, CA Bid Schedu e Item No Description of Work License No. 215CI51 Exp. Date: 17` / 3 1 / 2AIq Phone ON yyy - IB51 Subcontractor riSCOMIXx n9 DBE STATUS: NO Dollar Value of Work Mwo,q.0 Age of irm:;5p[ CertifyinE Agency: N Annual Gross Receipts: N f Location and Place of Business �1 01231 Schedule Item Nos.: 12 Bisi S�}c'vuI Item s.: • 0,16. .i5.21M iA 9tu 3�f yz2"��i,+�. Descrip n of Work 1 11'1Li . S License No. 3' t Exp. Date: 0151:51 / 2,019 Phone M) -7ylp - pip Subcontractor DBE STATUS: NQ ?W*r !Rd txlottkCt1us t,1ah�,ltic.. Dollar Value of Work t14- Age of Firm: 4zM5 Certifying Agency: NJ Pr Annual Gross Receipts: Location and Place of Business �1 Schedule Item Nos.: 12 Description o Work MBid -15.!2,5014Vw, alitV.I � j 1, cense No. Exp. Date: 11 / 30/ 267 Phone (114) B43 - 519 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 .M DESIGNATION OF SUBCONTRACTORS 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-M0124SS Project No. M0124 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. Subcontractor Age of Firm: DBE STATUS: Dollar Value of Work Certifvina Aaencv: Annual Gross Receipts: Location and Place of Business Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / Phone ( } + Subcontractor I Age of Firm: DBE STATUS: Certifying Agency: Dollar Value o Wor Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: Phone ( ) Subcontractor Age of Film: DBE STATUS: Certifying A enc : Dollar Value of Work Annual Gross Receipts: Location and Place of Business 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. C-3 b DESIGNATION OF SUBCONTRACTORS 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO1248S Project No. M0124 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 $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm, and annual gross receipts are required if subcontractor is participating as a DBE. Subcontractor DBE STATUS: Age of Finn: Certi in Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor Age of Firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor Age of Firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: I I Phone { ) Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract documents. C -3c PROPOSAL GUARANTEE BID BOND 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that. Sierra Nevada Construction. Inc. , as BIDDER, and Liberty Mutual Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Tcn percent cif attacbedbid dollars ($ **10%** ), which is ten percent (10%) 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, firmly 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 30th da BIDDER: Name and Title of Signatory Sierra Nevada Construction, Inc., 2055 E. Greg St., Sparks, NV 89431 775-355-0420 Address SURETY` `Lig m7' V-�6--- 1 Ad Tri -at Blvd., #400. Walnut Creek. CA 94597 4 - 7 i-nY� f+ulcs. +ltlur n.�r In i�:�el Subscribed and sworn to this 30th day of March _ 20_, NOTARY PUBLIC CW200 'Pi f'�I y (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. ..... , •.. .. •,, ,, ,, ,,, ,, ,,, •, .,, . CASSANDRA INEDINA Notary hl dta aNevadaof C In W8811" -10 No: t7.40*2 • NWAnb+r 20.2M 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 7803359 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: that The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Slate 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 under the laws of the State of Indiana (herein collectively called the "Companies"), pdrsuant to and by authority herein set forth does hereby name, constitute and appoint, Andrea M, Carillon; Lori Jones; Nicholas D. Rossi: Patricia Owens; Teri L. Wood all of the oily of Reno state of NV _ each individually if there be more Ilion one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety anis as its act and deed, any arid all undertakings, bonds, recoghizances and other surely obligations, in pursuance of these presents and shall he as binding upon the Cornpanies as if they have been duly signed by the president and attested by the secretary of (he ;Companies in their awn proper persons. IN WITNESS +WHERFOR this Powev of AnGrrmy has buten Suh9Cribed by an authorized officer lir official of 1110.Compdnies and the mrporate.seals 11 the Comparlirs have been affixed thereto Ittis 114th day of June . 2017 ilkslrn ,,� xNn r The Ohio Casually insurance �jCompany Liberty Mutual Insurance Company Int l=II r it '` West r meacaltInsurance Company ✓J `111�iiY4�r. �'•///fir By: .f"s1...c!' STATE OF PENNSYLVANIA ss Onv d Nl Carey: Acsrstant Serselary COUNTY OF MONTGOMERY co M On this 14th drs of Juno 2017 CSr Y before me persnuslty appeared t]nvid M, Carey, who acknowirdgnd himself to he IheAssisl ant Secretary of Liberty Muhlet tnsurarl u 4) Company, The Ohio Casually Company, and West Aar-rican lnsurance Company, and 1htu he, as suCh, being authorized so to do, execute lt* foregoing instrument far the purposes p .2 therein contained by signing on behalf of the corporations by himself as a duly aulhorzed officer G7 7 IN WITNESS WHEREOF, f have hereunto subseribed Aly nanle and affixed my noltir al seal al ftg ref f'rrrssia, Pennsylvania. on lh* day and year first above written p3 +0r mmoNWEALTri or PENNRYLVAHIA y //j� fes, ■ s rhurl ,ry t'�rr~r•' By: Q1 rn falxwrrN1 rex-tw tiaF p � r vnrrtM,uiryz•r,,,ury Teresa Pastelta, Notary Public Hy i r Ili nrSSfrlr, Cgxl@S Aradell l$ ;11 17"ol �.`�Y. y' tib' Alrmur'a, Ianrtr,s'hwuna nra�nNr.n .rl 4,l.nnc: 0 w �r r4 M This Power of Attorney is made and executed pursuant to and by authority of the lallrrwing Bylaws and AuThorizaticrrs of The Ohio Casualty Insurance Company, Liberty Mutual oy " Insurance Company. and West Amwicatl insurance Company which resolutions are now in full force and effect reading as follows: ME ARTICLE IV– OFFICERS - Saotion 12 Puwer of Allpmey. Any officer or otther official of the Corporalion auf ionzed for dlaat purpose in HnGrly by the ChArnian nr the Premoent. and subject w to such limitation as the Chairmen or the President may pretsrribe, shall apporn! such Altornays-fro-fact, as may be necessary to acl in herlalf of the Corporation to make: execute, seal, 0.5 acknowledge and deliver as surely any and all undertakings, bonds, recognizances and rather surely obligations. Such altomays-in• fact. subject to the limitalions sat forth in their respectiw. powers of altomay, shall have full plover to bind the Corporekon by (hell s:grratuta and execution of any such instruments and to attach Marotta the seal of ilia Colporaliati. When so w executed, such insuueu4nis shall be as binding as if slginod by tho President and attested to by the Secretary Any power or alllhonly granters to any represeritshve ear allornay in -fart under a a thn provisions of this article may be revoked at any time by the Board, the Chairman, rhe President or by the officoc or olficers gronling such power or autwily, ARTICLE XIII • Execution of Contracts -SECTION 5. Surety "sand Undortakings. Any officar of the Company aulhorized for that purpose in writing by tine sdaairman or the prasirlenl, and subject to such limitations as the chairman or the ptesidenl nrny prescribe, shall appoint such aliomeys-m-facl, as may be nccessaly to act In behalf of the Cornpany lir make, execute, p a seat, anmovrte ige and rlelrver urs surety any and alt urrderbkin. s, bonds, and other surely obligations. Such altorhllys- n -fact subject to the liniltatinnii sel forth fl+ their Z v respective powers of allorri shall have hull power to hind lha Company by !heir slgnalure. and execullon of any such utatru rel and to fapach Iharato the saal of The Company. when so executed sucli instruments shall be as bindnig as if signed by file president and attested by the scxrelaiy. Certificate of Designation - The President of lho Company, acting pursuant to We Bylaws of the Company. authorizes David %l. Camy,Assfslant Secretary to appoint such allarneys-m• fact as may ?w frrx,�rmssary To acl on behalf of 1110 Coimally le make, exerCale, seal, acknowtedgu one deliver as surety any and all vlldeifakings, boners. recogruz:ulces amt other sleety obligations Authorization - By unanimous consent of the Company's [bard of Directors, [lie Company consents that facsi rile or mechanically reproduced signature of any assistant secrelary of the Company, whefever appearing upon a certified copy of any power of attorney issuer) by Ilie Company in coonection with surety bonds, shall he valid and binding upon the Company with the same force and effect as though manually affixed, I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby oedify that the original povier of attorney of which the foregoing is a full, Irue and correct copy of the Power of Attorney executed by said Companies, is lit full force and effect and has riot been revoked. IN TESTIMONY WHEREOF, I have opreunlo set my hand and affixed the seals of said Companies this day of ✓� i_ 20Ab— rrY.4rY,y h, ,ir'�4r r. ,•taSrh!„A. Y til ;r "j*4s 7 •r'1 1 r r Y! 116T By: Renee C. I1as ggist rel Serrelary 4 160 of 250 LMS 12077 022D17 l- BID SECURITY FORMS FOR CHECK OR BOND TQ 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/,& Santa Clarita for: dollars ($ f ), this amount being not less than ten percent (10%) of the total amount of the bid.The pro eeds of this check shall become the property of said AGENCY provided this Proposal shall be ac epted by said AGENCY through action of its legally constituted contracting authorities, and the and signed shall fail to execute a contract and furnish the required bonds within the stipulated time;o erwise, the check shall be returned to the undersigned. Project Name: 2017-18 Annual Slurry Seal Program Bid No. ENG-17-18-M01245S Project No. M0124 4 Bidder's ign Mar rkwell, Secreta 'reasurer Sierra Nevada onstruc ' n. Inc. CONTRACTOR Address Sparks, NV 89435 City, State, Zip Code " Delete the inapplicable work. NOTE: If the bidder desijhs to use a bond instead of a check, the following form shall be executed. The sum of this nd shall be not less than ten percent (10%) of the total amount of the bid. C-9 TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 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. NIA 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. N/A 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 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-M0124SS Project No. M0124 City of Santa Clarita, California This bidder Sierra Nevada Co struction Inc, , proposed subcontractor hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the a al opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has A�, 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 President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Sierra Nevada Construction, Inc. By: L --� Title: _ Marc T. ll, Secretary/Treasurer Date: Aril 19, 2018 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 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 City of Santa Clarita, California This bidder proposed subcontractor RCSI hereby certifies that he has _ �J has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.1111+1, or 11246, and that he has V , 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 President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Rubberized Crackfiller Sealant, Inc. Ron Bieber Title: President Date: 04/23/2018 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 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 City of Santa Clarita, California This bidder , proposed subcontractor lI 1,.irdy & I €arper, Inc 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 President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Hardy & Harper, Inc By: --J -- Title: c= tiabn. vim oaidenTS ] .tCtiDY Date: 4/23/18 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 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 City of Santa Clarita, California This bidderproposed subcontractor U11,4 M " !t hereby certifies that he has ,has not , participated in a previ us co6tract or subcontract subject to the a uaI opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has_, 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 President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: "!5 1'e(lPol By: Title: Date: "7/2. Nate: 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 QUESTIONNAIRE 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 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: % r Telephone:(775).355-0420 Principal Office Address: 2055 E. Greg Street, Sparks, NV 89431 2. Type of Firm: a yada corporation Corporate: Individual: Partnership: Other: 3a. If a corporation, answer these questions: Date of Incorporation: 03/02/1988 State of Incorporation: Nevada President's Name: Kevin L. Robertson Vice -President's Name: _ Craig D. Holt _ Secretary or Clerk's Name: Marc T. Markwell Treasurer's Name: Marc T. Markwe l 3b. If a partnership, answer these questions: Date of organization: NIA State Organized in: NIA Name of all partners holding more than a 10% interest: N/A C-13 BIDDER'S QUESTIONNAIRE (cont'd) 2017-18 Annual Slurry Seal Project Bid No. ENG-17-18-MO124SS Project No. M0124 City of Santa Clarita, California Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR's license: Sierra Nevada Construction Inc. License number: 593393 Class: A Expiration Date: 05/31/2018 5 CONTRACTOR's Representative: Kevin. LL, Robertson Title: President Alternate: Craig D. Holt Title: Vice -President 6. List the major construction projects your organization has in progress as of this date: Owner: (A) See attached backlog (B) Project Location: Type of Project: C-14 W City of Santa Clarita 2017/18 Annual Overlay Program City Project No. M0124 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management Services - BASE BID Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. d Rate for coring technician is based on a per day basis. Estimated Double Position' Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include project 120 $150$18,000 oversite and engineering support. ---` — — — — Public Works Inspection: Responsibilities include providing full-time 480 $95 $128.25 $190.00 $45,600 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 120 $105$12,600 Assurance operations and review of test results. — — — — — — — — Laydown Inspector (8 hour day) : Responsibilities include mat inspection 360 $95 $128.25 $190.00 $34,200 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 360 $95 $128.25 $190.00 $34,200 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 360 $95 $128.25 $190.00 $34,200 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 180 $95 — — $17,100 and sampling. Compaction Inspector (4 hourday): Responsibilities include monitoring 180 $95 -- — $17,100 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 180 $95 --- --- $17,100 sampling of aggregates, binders, and hot mix asphalt. Clerical 120 $65 _ _ _ _ _ _ _ $7,800 Coring Technician: Responsibilities include the extraction of cores and the 28 Days° $760 — $21,280 filling of holes following extraction. a All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Tote) Dost $259,180 Hourly cost includes travel of inspectodtechnician to and fmm the jobsite as well as all sample transportation costs. Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. d Rate for coring technician is based on a per day basis. City of Santa Clarita 2017-18 Annual Overlay Program City Project No. M0124 Quality Assurance Testing Program Materials Testing - BASE BID • Item includes the cost of testing core specimens in the lab, ,Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day • Compaction shall be determined using the formula 100x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). Report the average of 3 tested briquettes from a single sample. Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. ^ Test must be performed by an CTM cerfi ied laboratory. No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Estimated Number of Tests Minimum Sampling and Location of K4kK Extended Test Method(s) Quality Characteristic Testing Freguency Samplin,9 ARHM Areasa D2 AC C2 AC TMO Total Unit Cost Cost CT 202 Aggregate Gradation 1 Per Week At Plant° 6 7 3 1 14 31 $200.00 $6,200.00 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum 1 At Plant' 6 7 3 4 14 20 I $150.00 $3,000.00 Per Da CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Mat Behind Paver, 6 7 3 1 14 31 $200.00 $6,200.00 Per Da Cores, Percent Compaction" Per 250 Tons, Minimum 3 Compacted Mat 18 21 9 3 42 93 $75.00 $6,975.00 Per Per Da CT 309 Rice Density 1 Per Day Mat Behind Paver 6 7 3 4 14 20 $150.00 $3,000.00 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 6 -7 3 4 44 0 $85.00 $0.00 CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 6 7 3 1 14 31 $200.00 $6,200.00 CT 3671 Air Voids Content' 1 Per Day Mat Behind Paver 6 7 3 1 14 31 $200.00 $6,200.00 AASHTO R 29 Asphalt Binder 1 Per Day At Plant — --- -- -- -- -- --- — • Sample. digout material at the regular frequency.. Total Cost $37,775.00 ^ Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. • Item includes the cost of testing core specimens in the lab, ,Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day • Compaction shall be determined using the formula 100x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). Report the average of 3 tested briquettes from a single sample. Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. ^ Test must be performed by an CTM cerfi ied laboratory. No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2017-18 Annual Slurry Seal Program City Project No. MO124 Quality Assurance Testing Program Materials Testing - BASE BID ° item includes the cost of testing core specimens in the iso. ° Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. ° Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). Report the average of 3 tested briquettes from a single sample. Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity, ^ Test must be performed by an CTM certified laboratory. No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Estimated Number of Tests Minimum Sampling and Location of Micro / R&R Seal Extended Test Methods Quality Characteristic Testing FrequencyFrequen2y Sampling Slurry Areas' Coat Total Unit Cost Cost CT 202 Aggregate Gradation 1 Per Week Stock Pile 20 8 3 31 $200.00 $6,200.00 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum 1 At Plant, 20 8 -- 20 $125.00 $2,500.00 Per Da CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Mat Behind Paver' -- 8 8 $200.00 $1,600.00 Per Da Cores, Percent Compaction" 1 Per 250 Tons, Minimum 3 Compacted Mat --- 8 --- 8 $75.00 $600.00 Per Da CT 309 Rice Density 1 Per Day Mat Behind Paver — 24 --- 0 $150.00 $0.00 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver – 8 – 0 $8&00 $0.00 CT 366 Stabilometer Value 1 Per Day Mat Behind Paver --- 8 — 8 $200.00 $1,600.00 CT 3679 Air Voids Content' 1 Per Day Mat Behind Paver 8 -- 8 $200.00 $1,600.00 AASHTO R 29 Asphalt Binder 1 Per Day At Plant - --- — --- -- -- ° Sample digout material at the regular frequency. ° Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. Total Cost $14,100.00 ° item includes the cost of testing core specimens in the iso. ° Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. ° Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). Report the average of 3 tested briquettes from a single sample. Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity, ^ Test must be performed by an CTM certified laboratory. No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. `d City of Santa Clarita 2017-18 Annual Slurry Seal Program City Project No. M0124 Quality Assurance Testing Program Materials Testing - BASE BID ° Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the Paving day. ° Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) t (Maximum Theoretical Specific Gravity (CT 309)). Report the average of 3 tested briquettes from a single sample. Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. ^ Test must be performed by an CTM certified laboratory. No testing of birder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Estimated Number of Tests Minimum Sampling and Location of roan Extended Test Method(s) Quality Characteristic Testing Frequency Sampling ARHM Areas' D2 AC C2 AC Micro Total Unit Cost Cost CT 202 Aggregate Gradation 1 Per Week Stock Pile 12 10 5 2 24 53 $200.00 $10,600.00 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum 1 At Plantb 12 48 5 2 24 36 $125.00 $4,500.00 Per Da CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Mat Behind Paver' 12 10 5 2 — 29 $200.00 $5,800.00 Per Da Cores, Percent Compaction" 1 Per 250 Tons, Minimum 3 Compacted Mat 36 30 15 6 — 87 $75.00 $6,525.00 Per Da CT 309 Rice Density 1 Per Day Mat Behind Paver 12 48 5 2 — 12 $150.00 $0.00 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 42 49 6 2 — 0 $85.00 $0.00 CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 12 10 5 2 — 29 $200.00 $5,800.00 CT 3679 Air Voids Content` 1 Per Day Mat Behind Paver 12 10 5 2 --- 29 $200.00 $5,800.00 AASHTO R 29 Asphalt Binder 1 Per Day At Plant — — — 2 — — — — • Sample digout material at the regular frequency. Total Cost $39,025.00 ° Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan, ° Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the Paving day. ° Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) t (Maximum Theoretical Specific Gravity (CT 309)). Report the average of 3 tested briquettes from a single sample. Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. ^ Test must be performed by an CTM certified laboratory. No testing of birder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2017/18 Annual Federal Program City Project No. M0124 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - BASE BID n rauaes travel, coring, and sample transportation only, testing or cores is listed as a separate nem. Rate for coring technician is based on a per day basis. 7 O O Estimated Double Position ° Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Overnite: Responsibilities include project 180 $150$27,000 oversite and engineering support. - - -- ---- Public Works Inspection: Responsibilities include providing full-time 480 $95 $128.25 $190.00 $45,600 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 180 $105$18,900 Assurance operations and review of test results. - - - - - - -- Laydown Inspector (8 hour day) : Responsibilities include mat inspection 360 $95 $12825 $19000 $34,200 and sampling Slurry/Microsurfacing Inspector (8 hour day) : Responsiblities include 240 $95 $128.25 $190.00 $22,800 crackfill, mat inspection and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 360 $95 $128.25 $190.00 $34,200 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 360 $95 $128.25 $190.00 $34,200 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 120 $95 — — $11,400 and sampling. Slurry/Microsurfacing Inspector {4 hour day) : Responsiblities include 80 $95 — — $7,600 crackfill, mat inspection and sampling Compaction Inspector (4 hour day): Responsibilities include monitoring 120 $95 — — $11,400 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 120 $95 --- --- $11,400 sampling of aggregates, binders, and hot mix asphalt. Clerical 120 $65 _ _ _ _ _ _ _ _ $7,800 Coring Technician: Responsibilities include the extraction of cores and the ° 30 Days $760 — -- $22,800 filling of holes following extraction. `All inspectors, samplers, testers, and labs must posess all current Callrans certifications relevant to their position. Total Cost $289,300 Hourly cost includes travel cf inspector/technician to and from the jobsite as well as all sample transportation costs n rauaes travel, coring, and sample transportation only, testing or cores is listed as a separate nem. Rate for coring technician is based on a per day basis. 7 O O