Loading...
HomeMy WebLinkAbout2021-02-23 - AGENDA REPORTS - 2019-20 FED OVERLAY PROJ M0136 (2)0 Agenda Item: 11 P CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:1 DATE: February 23, 2021 SUBJECT: 2019-20 FEDERAL OVERLAY, PROJECT M0136 - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2019-20 Federal Overlay, Project M0136. 2. Award the 2019-20 Federal Overlay construction contract to Toro Enterprises, Inc., in the amount of $2,764,739 for construction and authorize a contingency in the amount of $276,474, for a total contract amount not to exceed $3,041,213. 3. Authorize a transfer in the amount of $1,667,845 to 2019-20 Federal Overlay, Project M0136 from the following accounts: $880,000 in Measure M Local Return (Fund 266) from the 2019-20 Overlay and Slurry Seal Program, Project MO131 expenditure account MO131266-5161.001 to expenditure account MO136266-5161.001; and $787,845 in Measure R Local Return (Fund 264) from the 2020-21 Overlay and Slurry Seal Program, Project MO137 expenditure account MO137264-5161.001 to expenditure account MO136264-5161.001. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. Page 1 Packet Pg. 50 0 BACKGROUND The annual federal overlay projects are an integral part of the City of Santa Clarita's (City) Overlay and Slurry Seal Program. Each year, streets are evaluated and identified for pavement preservation and rehabilitation treatment needs. The 2019-20 Federal Overlay project will resurface Railroad Avenue, between 15th Street and Magic Mountain Parkway. The resurfacing treatment will provide a smoother ride for vehicles and extend the life of the roadway by approximately 10 years. This project is expected to begin construction in May 2021 and will be complete by the end of August 2021. An invitation to bid was prepared and published twice, on December 15 and 22, 2020, and was posted on the City's website. Five bids were submitted to the City and opened by Purchasing on January 26, 2021. The results of the bids are shown below: Company Toro Enterprises, Inc. Sully -Miller Contracting Company All American Asphalt Hardy & Harper, Inc. Granite Construction Company Location Total Bid Oxnard, CA $2,764,739 Brea, CA $2,776,000 Corona, CA $2,849,699 Lake Forest, CA $2,850,000 Ventura, CA $3,105,923 Staff recommends awarding the construction contract for the Federal Overlay project to Toro Enterprises, Inc., the lowest responsive bidder, in the amount of $2,764,739, and authorize a contingency in the amount of $276,474, for a total not to exceed $3,041,213. 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. This project is currently funded with $1,373,368 in Surface Transportation Program (federal grant) dollars. Matching funds in the amount of $1,667,845 will come from the 2020-21 Overlay Program budget ($787,845) and savings from the 2019-20 Overlay Program budget ($880,000). The requested contingency will 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. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in the Fiscal Year 2020-21 budget to provide for the 2019-20 Federal Overlay construction contract and construction support costs. The funding for this project is broken down as follows: Measure R Local Return - $787,845; Measure M Local Return - $880,000; and Surface Transportation Program (Federal Grant) - $1,373,368. Page 2 Packet Pg. 51 0 ATTACHMENTS Location Map Bid Proposal for Toro Enterprises (available in the City Clerk's Reading File) Page 3 Packet Pg. 52 .. .. ..... . .. 'lid ..... .... .... . ........ 1. ......... ... ............ .... ...... .. .... . . . . . . �i-IRAI u-.o C.) AdoiaoN ;i I') CI4 c 04 ....... . ... . ... . ............ fl VMIN 0-. 10 ............ . . 31J.,�..',VOM31N LU of LU cn C) IX F- aru Lu. . ....... ....... . ...... . . .... ....... ................... Lo z z 0 LLI F- c.) C. . .. . . . .. .... .............. ... Iyo 14 kp ��InA. ....................................... \ z ">> C� z 7A LL 15 I......... ... 15 .... .......... . .� 00 ....... .... ............ ............ ... . ... ......... . . . . . . .. . ... ... . .. . ... .................................... ..... .... ...... ..... . ..... ...... ...... .. ..... .. .. .. .. .. .. . .......... I ...... ... .. .. .. ............ . .. . ........ ... . . . . . 0 A C: IN E ......... . ...... �A _TI,.- ojzy, CHMSTA DONA DR vo co,� pAj MA . .. ... ..... ...... ..... .... . . ... .... . ...... N DR C"T ..... . .......... . . At 1A . ......... ...... ...... ...... �.),R GATO i, . ... ........ . ..... . ............. ..... .. ...... .......... .................... .. . ..... ..... ................. 01, .............. ...... cz.) . . .......... .. ........... ........... .......... . ............. ....... ... .. . .......... . . . ..... . . . .......... ............. ALJA DR G ZA DR .......... .. . . ........... .... .. . . . 4. Z I INA .... . ........ . .. . ... .. ......... VAQUEIRO ', C,"T_ . .. .. ... .... to D011 F 0 C"ll A ........ ... A CASDI(:'F C,ARH C) PB wo ........ . . . .. CoP DR Vaj pa VJ/ T IE J0 c➢y 0, ?, ... ... .............. .. ....... . .. . ............... A, 4h ... ........... . Zfld,) VlA ppdr . ............. . . .... I .. ............. (/,", , DocuSign Envelope ID: 404BEA93-207C-4BAA-BIC5-A9A6092FDF98 PROPOSALFORM Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No. M0136 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY'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 CITY 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 CITY 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 CITY 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 price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In 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 CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: TORO ENTERPRISES, INC. Company Address: 2101 E. VENTURA BLVD OXNARD, CA 93036 Phone: 805-483-4515 Email: ESTIMATING@TOROENTERPRISES.COM By: SEAN CASTILLO �f Print Name a Title: SEAN CASTILLO, ID d T ,,� Signature: Date: CA 1 '24 BID SCHEDULE Bid #ENG-20-21 -M01 36 2019-20 Federal Overlay Project City Project No. M0136 City of Santa Clarita, California This form must be filled out and submitted with the bid response. Please submit in the 'BID DOCUMENTS- MISC. (OPTIONAL)" section in BidNet. The total amount shall be entered in BidNet in the "Pricing" section and shall match the total amount on this form. This project will be paid by the units of measure and the prices bid on the Bid Schedule and as indicated in the project specifications. BID ITEM NO BID ITEM PAYMENT REFERENCE UNIT QUANTITY UNIT COST TOTAL 1 Mobilization, Bonds & Insurance F2-1 LS 1 60,47 2 Traffic Control 172-2,8 LS 1 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 4 ARHM GG-D PG 64-16 172-8.4 TN 8,705 0 , 50 5 Cold Plane 2" AC F2-4.6 SF 713,629 Q, 30 Q , 6 CIR Mix Design F2-6.6 EA 4, Z7 7 Cold In -Place Recycling 3-1/2" AC F2-6.6 SF 713,629 8 JCold In -Place Recycling Quality Control F2-6.6 LS 1 ., , 7,, 9 Emulsified Recycling Agent - NOT USED - - 1 p Cement, Additive F2-6.6 TN` 200 r ': 11 Lower/Adjust Manhole/Utility Covers (City of Santa Clarita) F2-9.3 EA 1941 12 Asphalt,PG 64-10 (CIR) F2-6.6 TN 400 6 o 13 IAsphaltic Emulsion (CIR) F2-6.6 TN 40 q1 14 Sand Caver(CIR) F2-6,6' TN 65 15 Remove and Install Permanent Traffic Loops F2-10.4 EA 77 16 R'emoye acid Install Temporary Traffic Loops ; F2A0.4 FA. 77 " 17 Install Blue RPM @ Hydrant F2-12.4 EA 14 18 12" 1Nhite Cros"swalk/Limit Line (Thermo) F2-12A LF 1,240 L2LZ' 19 1 Striping Detail #12 (Thermo & Markers) F2-12.4 LF 23,500 20 Striping Detail"#21 (Thermo) F2-12A LF 93 21 1 Striping Detail #24 (Thermo) F2-12.4 LF 16,665 0 . -41 , 22 IStdping Detail #32 (Thermo & Markers) F2-12,4 LF " 1,260 "••'7 23 Striping Detail #36 (Thermo & Markers) F2-12.4 LF 1,476 24" Striping"Det6il#38'(Thermo & Markers) F2-12A LF 2,100 , 25 Striping Detail #38A (Thermo) F2-12.4 LF 726 Z, j , 3 26 Str!ping Detall#40 Thermo); F2-12.4 LF" 27 Arrow Type III (UR) (Thermo) F2-12.4 EA 2 28 Arrow T pe 1U (UR)' (Thermo) F2-12;4" EA 32 29 U-Turn Arrow (Thermo) F2-12.4 EA 4 30 , Retrieve,„&s install Truncated "D"omes 172A13 4 EA ° " 2 31 Remove and Install Traffic Nodes F2-11.4 EA 12 111- 32 ]Ss, (Allowance Item - Set Bid Amount) F2-14,2 LS ; 1 $';1,20,�0 $ 120;000.00 33 AD D2 PG 64-10 F2-7.4 TN 211 ^00:00 34: C61d�Plane AC FF2-4,5; `SF" 6,732, TOTAL AMOUNT: TOTAL BID AMOUNT IN WORDS: W, In the case of a mathematical discrepancy or discrepancies in the bid submitted, the City shall apply the following Rules to correct the bid amount: 1) Unit prices shall govern overextended item prices. 2) The total of the extended item pricing, if corrected by Rule #1, will govern over the Total Amount of the Bid. 3) If the Total Amount of the Bid, as submitted by the BIDDER, has a discrepancy between the number amount and the amount written in words, then words shall govern. This Rule shall not apply if the City has corrected the Total Amount of the Bid pursuant to Rule #1 and/or Rule #2. Addendum No.6 January 22, 2021 Addendum No. 6 BID # ENG-20-21-MO136 19-20 Federal Overlay Project This addendum must be acknowledged via BidNet and should be included with the proposal response. The purpose of this addendum is to address the following: I. CHANGE TO BID SCHEDULE Remove and replace the bid schedule provided with Addendum No. 5 with the attached. ATTACHMENT Revised Bid Schedule END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. lal I i' %/,171 Contractor's Representative 5 G P• Date Company Name BID # ENG-20-21-MO136 DocuSign Envelope ID: 1B27F207-3F5C-430B-8DD6-1AE3646435B2 Addendum No.5 January 21, 2021 Addendum No. 5 BID # ENG-20-21-MO136 19-20 Federal Overlay Project This addendum must be acknowledged via BidNet and should be included with the proposal response. The purpose of this addendum is to address the following: I. CHANGES TO SPECIFICATIONS The following sections have been replaced, as noted below, in order to adjust the maximum gradation of the RAP, due to using CIR with Foamed Asphalt, from 1.5 inches to 1.0 inch. 1. Section G2-6.2.6 Cold In -Place Recycling Replace the CIR Quality Control Test Results Reporting Table with the following: CIR Quality Control Test Result Reporting �. Quality Characteristic Maximum reporting time allowance Water sulfates (ppm, max) Before work starts Water chlorides (ppm, max) Asphalt expansion (volume, min) 24 hours Asphalt half-life (seconds, min) Moisture Content (%) 24 hours Wet gradation (% passing) Sieve Size 1.00 inch 24 hours Wet field gradation (% passing) Sieve size 1-inch 3/4-inch No. 4 5 business days In -place wet density (lb/cu ft) 24 hours Relative compaction California Test 231 24 hours (%, min) Thickness (inch) Each Core Average thickness of cores 24 hours BID #t ENG-20-21-MO136 DocuSign Envelope ID: 1B27F207-3F5C-430B-8DD6-1AE364643582 Addendum No.5 January 21, 2021 2. Section G2-6.3.3 Quality Control Replace the CIR Quality Testing Frequencies Table with the following: CIR Quality Testing Fre uencies Minimum sampling Location of Quality Characteristic Test method and testing sampling frequency Water sulfatesa (ppm, max) California Test 1 per source Source 417 Water chlorides a (ppm, max) California Test 1 per source Source 422 Asphalt expansion California Test Each Tanker Recycling (volume, min) 213 Truck Equipment Asphalt half-life Califo213 Test Each Tanker Recycling (seconds, min) Truck Equipment Moisture Content (%) California Test Test strip and 1 per ot lot Wet gradation (% passing) California Test Test strip and 1 per Sieve Size 1.00- 202 lot inch Wet gradationb,c (% Recycled mat passing) Sieve size 1-inch Califo2002 Test Test strip and 3/4-inch No. 4 every 3rd lot Indirect dry tensile strengths (psi) California Test 1 per lot 371 Section J s Indirect wet tensile strength (psi, California Test Recycled mat min) 371 1 per lot Section J Tensile strength ratio (%) California Test 1 per lot 371 BID # ENG-20-21-MO136 DocuSign Envelope ID: 1B27F207-3F5C-430B-8DD6-1AE3646435B2 Addendum No.5 January 21, 2021 3. Section G2-6.3.3 Quality Control Replace the C/R Quality Table with the following: CIR Quality Quality Characteristic Test method Requirement Wet gradation (% passing) Sieve Size 1.00- California Test 202 100 inch Indirect tensile strength wets,b (psi, California Test min) 371 35 Section J Relative compaction (%, California Test 231 9$ min) Thickness (inch) d Each Core ±0.75 inch of the thickness shown Average thickness of cores Core measurements > thickness shown 4. Section G2-6.4.3 Reclaimed Asphalt Pavement Replace the second sentence with the following: RAP must be processed by mechanical means to pass the 1.00-inch sieve. CHANGES TO BID SCHEDULE 1. The electronic Bid Schedule in BidNet has been removed and a separate PDF of the Bid Schedule has been attached. Complete the attached Bid Schedule and upload it with your bid response on BidNet. You may upload it under the "BID DOCUMENTS - MISC. (OPTIONAL)" section of the "Documents" tab. The Bid Schedule includes a line item for SCRRA (Allowance). This is a set amount that will be provided by the City to cover SCRRA Permit and Flagging fees, as outlined in the Special Provisions. Each bid submitted will have this set amount included in their bid. It cannot be modified by the bidder. III. CHANGES TO DUE DATE 1. The bid opening date has been moved to January 26, 2021 before 11:OOAM. ATTACHMENTS Revised Bid Schedule Approved: FcuSlgned 6y: L , (kun,ln W" 447E A3FE44F4. Mi�Ce ennaway City Engineer BID # ENG-20-21-MO136 DocuSign Envelope ID: 1B27F207-3F5C-430B-8DD6-1AE3646435B2 Addendum No.5 January 21, 2021 Ia1►�1�Z�l�e�� r � � ►� This addendum mint be acknowledged via BidNet and should be included with the response. Contrac'tor's Representative Sep, N P IZE 5 ,�Fo,�FN Company Name I / 1-,?- 611 ( Date BID # ENG-20-21-MO136 Addendum No. 4 January 15, 2021 Addendum No. 4 BID # ENG-20-21-MO136 19-20 Federal Overlay Project This addendum must be acknowledged via BidNet and should be included with the bid response. The bid opening date has been moved to January, 22 2021 before 11:00AM. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Col tractor's SEAN CASTII TORO ENTERPRISES INC. Company Name p1/I�f� 1 Date BID # ENG-20-21-M0136 Addendum No. 3 January 14, 2021 Addendum No. 3 BID # ENG-20-21-MO136 19-20 Federal Overlay Project This addendum must be acknowledged via BidNet and should be included with the bid response. CHANGE TO SECTION E - AWARDEE SAMPLE FORMS Replace the existing Federal Prevailing Wages document in Section E of the bid documents with the attachment. ATTACHMENT • Federal Prevailing Wages document (26 pages) END OF ADDENDUM This addendum mus�,be acknowledged via BidNet and should be included with the response. Representative LLO, PRESIDENT TORO ENTERPRISES, INC. Company Name 0crl�o� Date BID # ENG-20-21-MO136 DocuSign Envelope ID: 974AAA1D-54D6-4B55-B74B-24C7DC721581 Addendum No.2 January 14, 2021 Addendum No. 2 BID # ENG-20-21-MO136 19-20 Federal Overlay Project This addendum must be acknowledged via BidNet and should be included with the proposal response. The purpose of this addendum is to address the following questions submitted via BidNet: RESPONSES TO QUESTIONS 1.Question: Page 205 of the specifications indicate that all work including CIR must be performed during the hours of 8:30PM and 4:30AM. Due to the lack of data supporting the success of CIR using emulsified asphalt during nighttime operations, would the city approve a change to allow the CIR work to be performed during daytime working hours? This is would ensure that the CIR mixture is being placed in more optimal conditions that historical data shows to be more favorable for this type of work. Another viable alternative would be to allow the use of foamed asphalt in lieu of emulsion. Using foamed asphalt would allow the CIR to remain night work as this method is proven to be successful during nighttime operations. The foamed asphalt method would increase the amount of cement that is required for the CIR mixture but would eliminate the need for secondary compaction. Response: CIR has been updated to use foamed asphalt in lieu of asphalt emulsion, see attached revised Section G - Special Provisions. Work hours remain at night between the hours of 8:30 PM and 4:30 AM. 2.Question: Regarding the road sections at Drayton Street and Oak Ridge Drive, where the proposed CIR section begins to turn up those respective streets, due to the length of the CIR train and its mobility limitations those area would be better treated with a conform grind rather than being recycled using the CIR train. This would also apply to the bridge crossing between stations 91+00 and 93+00. Those transitions are typically treated with a conform grind as well due to the CIR equipment not being able to get the large mill up tight to the edge of the bridge section, the angle at which the bridge section crosses the street would also further complicate getting the CIR treatment tight to the bridge section as shown on the plans. Utilizing conform grinds in these areas will result in a more efficient overall CIR operation and therefore likely a more favorable unit price to the City at bid time Would the city consider utilizing conform grinds in these areas? Response: BID # ENG-20-21-MO136 DocuSign Envelope ID: 974AAA1 D-54D6-4655-B74B-24C7DC721581 Addendum No.2 DATE OF PUBLISHING The plans have been updated at Drayton Street, Oak Ridge Drive, and the bridge crossing with sections of mill and fill in place of CIR to promote efficiency. See attached revised plans. 3.Question: Can you please clarify the spec for the CIR mix design referenced on page 213? It specifies LP-8, with that spec this could be LP-9 2005 or LP-8 2018 and there is a substantial price difference between the two. If the project is revised to allow the use of foamed asphalt in lieu of the emulsion then this spec wouldn't be relevant but we would need to what specification to follow for the procedure on the foamed asphalt mix design. Response: The Special Provisions have been updated with CIR foamed asphalt (G2-6) and test method CT 313 has been included herein. See attached documents. 4.Question: Is a material transfer vehicle required for the placement of the ARHM? Response: A Material Transfer Vehicle (Shuttle Buggy) is required for the ARHM placement. 5.Question: How many CMS boards are required? 8 or 6? Response: A total of ten (10) Changeable Message Signs (CMS) are required. The Contractor shall, for the duration of the contract, supply eight (8) CMS to be placed at locations at the direction of the Engineer. Two (2) additional CMS shall be on standby and available if needed. 6.Question: Western Emulsions has developed an engineered emulsified asphalt that can be used for night time CIR that will meet and exceed your current specifications for this project. Since the city has been historically reluctant to perform major work on arterials during the day, will the city consider keeping the current specifications and allow the use of emulsified asphalt for this project? Response: The Special Provisions have been updated with CIR foamed asphalt in lieu of emulsified asphalt. See attached documents. Question: In the provided bid items the CIR Mix Design has a quantity of 4 listed. Can you please confirm that the city intends to get 4 separate CIR mix designs for this project in lieu of 1? Response: Four separate mix designs are required as shown in the Special Provisions G2-6.2.2. 8.Question: BID # ENG-20-21-MO136 DocuSign Envelope ID: 974AAA1D-54D6-4B55-B74B-24C7DC721581 Response: Delineators can be used forte mporarytraffic control. Construction signs, temporary guide markers, barricades, and other temporary traffic control devices shall meet the requirements set forth in The California Manual on Uniform Traffic Control Devices (MUTCD), latest edition, and the project Special Provisions. The Contractor shall provide temporary striping per the final striping plan on the Cold Planed, CIR, and surface course. II. CHANGES TO SPECIFICATIONS 1. Removed the entire following sub -section from Section G — Special Provisions: • COLD IN -PLACE RECYCLING (CIR) WITH EMULSIFIED ASPHALT 2. Added the entire following sub -section to Section G — Special Provisions: • G2-6 COLD IN -PLACE RECYCLING (CIR) WITH FOAMED ASPHALT 3. Added Appendix E — Final Striping Plans 4. Added Appendix F —Test Method CT 313 III. CHANGES TO PLANS 1. Delta 1, 2, & 3 for Addendum #2 on sheets 2, 4, & 5. IV. CHANGES TO BID SCHEDULE/LINE ITEMS 1. Bid schedule and line items uploaded on BidNet have been revised. ATTACHMENTS Revised Section G — Special Provisions Revised Plans Appendix E — Final Striping Plans Appendix F — Test Method CT 313 Approved: �Doco SIg-d by: M.il<c, lkwvn,aw� I�7 F 3FE44 F�... 01kle r naway City Engineer BID # ENG-20-21-M0136 DocuSign Envelope ID: 974AAA1 D-54D6-4655-B74B-24C7DC721581 This addendum must be acknowledged via BidNet and should be included with the response. r tit / l ej 7 l Contracior's Representative Date s F- AN CA -S-c -,Vc.c ) p'22 c Company Name BID # ENG-20-21-MO136 Addendum No.1 January 6, 2021 Addendum No. 1 BID # ENG-20-21-MO136 19-20 Federal Overlay Project This addendum must be acknowledged via BidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on January 5, 2021 beginning at 9:00 AM. The meeting was conducted via Zoom. Attending City Staff: • Mary Alice Boxall — Administrative Analyst, Public Works • Dave Ramos — Supervising Public Works Inspector, Public Works • Julia Regan — Project Manager, Public Works • Christine Saunders — Administrative Analyst, Administrative Services • Amy Weight — Clerk, Public Works • Ramiro Fuentes — Project Manager, Public Works Attending Vendors: • Grace Fry, Granite Construction • Amir Ghavibazoo, Twining • Carla Hernandez, Sully Miller Contracting • Sam Ho, Pavement Engineering, Inc. • Josh Kennedy, Pavement Recycling Systems • Eddie Perez, Twining The following was reviewed: • Bidding Guidelines and due dates o Questions are due before 11:00 am on Monday, January 11, 2021. o Bid opening is before 11:00 am on Tuesday, January 19, 2021. o City requires hard copies of all bid bonds and non -collusion affidavits per instructions in bid documents. o Each document to be uploaded separately. o City recommends all bidders allow a "buffer" to accommodate sufficient time in case there are any difficulties in submitting bids or questions on the process. o Any applicable addenda will be posted on BidNet. • Labor Compliance overview BID # ENG-20-21-M0136 Addendum No. 1 January 6, 2021 o Since this is a Federal project, there are additional forms required. o All contractors must be registered with the DIR and be in good standing. o Certified payroll will be required for all contractors and subcontractors. o Any questions regarding labor compliance can be submitted in writing through BidNet. • Schedule, Phasinq, Working Days, Traffic Control o Scheduled to be awarded at February 23 City Council meeting. Construction scheduled to begin after contract is awarded and SCRRA Permit has been obtained. ■ 4.1.1 The City would like to start ASAP; however, the schedule may need to be adjusted due to obtaining the SCRRA permit and the temperature since work is anticipated to start in early spring. o Hours (working and Traffic Control) as noted in plans and specs — 8:30pm — 4:30am o Night work 0 40 working days in the contract • Federal Funding o Project is Federally funded through FHWA with Caltrans oversight o All federal forms will be required o All federal processes will be followed o Includes LDs for violations o Project has a DBE Goal of 10% o Will be utilizing the Caltrans review process. o Please carefully review and follow DBE instructions contained in bid documents • Materials Testina / Quality Assurance o The City uses a Quality Assurance documents. o City will be working with Twining to assurance. Program, which is included in the bid perform materials testing and quality • Submittals and Notices to Proceed o The City will issue the NTP in 2 parts. o The Part 1 NTP will be for submittals and other pre -construction activities - 30 working days. o Part 2 NTP will be for construction — 40 working days. o If exceed the thirty working days allowed for Part 1 NTP work, any additional days needed for this work will be deducted from the Part 2 NTP for construction. o Labor Compliance requirements pertain to Part 1 NTP and Part 2 NTP work. BID # ENG-20-21-MO136 Addendum No. 1 January 6, 2021 • SCRRA Permit o The City has made the initial submittal to SCRRA. Permit has been approved and can be found in the Bid Docs; however, contractor will need to pull the permit. ■ No work in proximity to the SCRRA right of way is to be done until the permit has been obtained. o Contractor is to submit remaining required documents to SCRRA, pull the permit, and coordinate Railroad safety training. ■ Prior to any work being done on this project, all of the contractor's staff, all subcontractors staff, and all City staff (all persons working on this project) will be required to attend SCRRA training. o Includes paying fees — to be reimbursed with Allowance Item. o No work is being done in the SCRRA ROW— only TC through their ROW. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Contractors Representative Date SEAN CASTILLO, PRESIDENT TORO ENTERPRISES, INC. Company Name BID # ENG-20-21-MO136 DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No. M0136 City of Santa Clarita, CA 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 CITY, 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. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractors registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's 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; CLASS A, C-31 DIR No.: 1000002410 Original Date: 11/03/14 Expiration Date: 06/30/22 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: SEAN CASTILLO, PRESIDENT, 2101 E. VENTURA BLVD, OXNARD, CA 93036; 805-483-4515 DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 TRENT ROYLE VP OPERATIONS 2101 E. VENTURA BLVD OXNARD CA 93036.805-483-4515 JERRY HANNIGAN, SECRETARY, 2101 E. VENTURA BLVD, OXNARD, CA 93036; 805-483-4515 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint 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 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 day of - w.L.20'Z-i . BIDDER: Signatu SEAN CASTILLO, PRESIDENT Name and Title of Signatory TORO ENTERPRISES, INC. Legal Name of Bidder 2101 E. VENTURA BLVD, OXNARD, CA 93036 Address 805-483-4515 Telephone Number 77-0396663 Federal Tax I.D. No. DocuSign Envelope ID: 404BEA93-207C-4BAA-BlC5-A9A6092FDF98 SIGNATURES MUST QEMADE AND NOTARY ACKNOWLEDGMENTS OFEXEC ONOFBIDDER MUST BE ATTACHED Subscribed and sworn to this Notary Public. day of 20. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California, County of Ventura, On _ January 14th. 2021 before me, Collin J. Hobson Notary Public _ Date Here Insert Name and Title of the Officer personally appeared Sean Castillo Name,bf Signer(s)— who proved to me on the basis of satisfactory evidence to be the personkWwhose name(Wis/,pre- subscribed to the within instrument and acknowledged to me that he/0,50erexecuted the same in his/hdr t authorized capacity(os)"; and that by his/l f/Urelf"signature,(s) on the instrument the person &) -or the entity upon behalf of which the persons} acted, executed the instrument. COLLIN J, HOBSON COMM, #2332785 z z ` o Notary Public • California o Ventura County My Comm. Expires Se . 1, 2024 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature Signature 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 Documentpidder's information for Santa Clarita, project no. M0136 2019-20 Federal overlay Date: 01/14/21 Number of Pages: _1 _ Signer (s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name Sean Castillo ® Corporate Officer — Title(s): President []Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: 4 Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑Guardian or Conservator ❑ Other: Signer Is Representing: Toro Enterprises Inc. Signer Is Representing: ©2014 National Notary Association`• www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 BIDDER'S QUESTIONNAIRE Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No. M0136 City of Santa Clarita, California 1. Submitted by: SEAN CASTILLO, PRESIDENT Telephone: 8.05-483-4515 Principal Office Address: 2101 E. VENTURA BLVD, OXNARD CA, 93036 2. Type of Firm: M C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 12/22/1994 State of Incorporation: President's Name: SEAN CASTILLO Vice -President's Name: TRENT ROYLE Secretary or Clerk's Name: 1ERRY HANNIGAN Treasurer's Name: N/A 3b. If a partnership, answer these questions: CALIFORNIA Date of organization: N/A State Organized in: Name of all partners holding more than a 10% interest: N/A Designate which are General or Managing Partners. N/A DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No. M0136 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: TORO ENTERPRISES, INC. License number: 710580 Class: A, C-31 Expiration Date: 08/31/21 D.I.R. Registration # 1000002410 5. CONTRACTOR's Representative: JERRY HANNIGAN Title: SECRETARY Alternate: TRENT ROYLE Title: VP OPERATIONS 6. List the major construction projects your organization has in progress as of this date: A. Owner: CITY OF MOORPARK Project Location: DOWNTOWN MOORPARK SHASTA AREAS Type of Project: SLURRY SEAL, PAVEMENT REHAB, STRIPING B. Owner: CITY OF OXNARD Project Location: RICE RD, ROSE AVE, SAVIERS RD, OXNARD CA Type of Project: STREET RESURFACING C. Owner: CITY OF VENTURA Project Location: WALKER ST, MOON DR, VENTURA CA Type of Project: STREET RESURFACING DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No. M0136 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER 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 BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors priorto the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. TORO ENTERPRISES, INC. BIDDER 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). DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment 1. Local Agency: EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT CITY OF SANTA CLARITA 3. Project Description: 2019-2020 FEDERAL OVERLAY PROJECT 2. Contract DBE Goal: / 4. Project Location: SANTA CLARITA, CA 5. Bidder's Name: TORO ENTERPRISES, INC. 6. Prime Certified DBE: ❑ 7. Bid Amount: ;),l/ - � 38. 9 2 a 8. Total Dollar Amount for ALL Subcontractors: Z' d)q 4!g%9. 9. Total Number of ALL Subcontractors: 10. Bid Item Number 11. Description of Work, Service, or Materials Supplied 12. DBE Certification Number 13. DBE Contact Information (Must be certified on the date bids are opened) 14. DBE Dollar Amount 3/ A1'6V4 �' Z,ti/S �/ /79, A -�.�� �91G3//7G �o��L or40 S/,gLi�.Si b M:x /'>s,o AZ-4 Go•v �S� '396, /S -4/, COP, M , .fig 39 m S S�o6L lg -- 3ga5 l� i Local Agency to Complete this Section upon Execution of Award 15. TOTAL CLAIMED DBE PARTICIPATION 21. Local Agency Contract Number: 22. Federal -Aid Project Number: 23. Bid Opening Date: sy 24. Contract Award Date: IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above must be consistent, 25. Award Amount: Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. where applicable with the names and items of the work in the "Subcontractor List" submitted with your bid. Written confirmation of each listed DBE is required. 26. Local Agency Representative's Signature 27. Date (' 01/26/2021 16. ignature"y 17. Date JERRY HANNIGAN 805-483-4515 28. Local Agency Representative's Name 29. Phone 18. Preparer's Name 19. Phone SECRETARY 30. Local Agency Representative's Title 20. Preparer's Title DISTRIBUTION: 1. Original - Local Agency 2. Copy - Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de -obligation of federal funds on contract. 3. Include additional copy with award package. LPP 18-01 Page I of 3 January 2019 DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49 CODE OF FEDERAL REGULATIONS PART 29 Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No. M0136 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 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. '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. DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 DESIGNATION OF SUBCONTRACTORS Bid # ENG-20-21-MO136 2019-20 Federal Overlay Project City Project No. M0136 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 or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add additional sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work `�Zi 33J ��P/'1'!P /dDbc�f� 37jG� Age of firm: DBE: Yes N Annual Gross Receipts: F.9, VeA+L f Certifying Agency: Location and Place of Business 4 / Bid Schedule Ite No's: Description of WPrk 7,io, License No. Exp. Exp. Date: / hone ( ) 19�- �_31)2_6 Subcontractor &L_C,- 1AJ, DIR Registration No.* DollarlValue of Work iLvvk l7 'S i3W J,_A) D o ov o ILA _ 'op bol o Age of firm: I_,a IDS DBE: 7 No Certifying Agency: (,(,A JGkv\5 Annual Gross Receipts: a / 0 0 D -' Location and Place of Business �6.� �-� G v-i P-crA Bid Schedule Item No's: Description of Work 31 / l50/ Zus�uu Per %cwT-fr�,.� C���S License No. Exp. Date: / / Phone ( ) -�- �>- o(,/11 ?, t-/ Subcontractor DIR Registration No.* Dollar Value of Work C,)AY Age of firm: DBE: Yes Certifying Agency: Annual Gross Receipts: JO J a00 1 p CU 0 . Location and Place of Business 1—v �,0 G9\ Bid Schedule Item No's: 25-1 /c/ /6 /6)/ /$� (� Zoe/�,'Z i15 Description of Work 'n ,� .Sk-r t t / U License No. Exp. Date: / / Phone ( ) 7(5 v NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: N/A ❑ a. contract N/A ❑ a. bid/offer/application ❑ a. initial b. grant b. initial award b. material change c. cooperative agreement c. post -award N/A d. loan For Material Change Only: e. loan guarantee year_ quarter_ f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, N/A Enter Name and Address of Prime: Prime ❑Subawardee N/A Tier , if known N/A Congressional District, if known 6. Federal Department/Agency: N/A 8. Federal Action Number, if known: N/A 10. Name and Address of Lobby Entity (If individual, last name, first name, MI) N/A 12. 13. 15. Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable N/A 9. Award Amount, if known: N/A 11. Individuals Performing Services (including address if different from No. 10) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) N/A Amount of Payment (check all that apply) 14. Type of Payment (check all that apply) $ El actual El planned a. retainer N/A b. one-time fee Form of Payment (check all that apply): c. commission a. cash d. contingent fee N/A b. in -kind; specify: nature e deferred N/A Value f. other, specify Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: N/A (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: N/A Yes No 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. JE R ANNIGAN. Print Name: 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any Title: SECRETARY person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Telephone No.: 8054834515 Federal Use Only: Jmanaara rorm LLL iCev, a4-G6-U0 Distribution: Orig- Local Agency Project Files Date: 01-26-21 Authorized for Local Reproduction Standard Form - LLL Page 1 LPP 13-01 May 8, 2013 DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No. M0136 City of Santa Clarita, California This bidder TORO ENTERPRISES, INC. , proposed subcontractor , hereby certifies that it 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 it 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 th are under the applicable filing requirements. Company: TORO ENTERP fSES, I By:Z Title: SEAN CASTILLO, PRESIDENT Date: 61 16�-� `tA 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/BIDDER 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 BIDDER 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. DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE 1� I P SUQCOPJ.TRACT0R1� I . MaKtaJEMM IF6 NO: IFB TITLE: Name of Frime L�,dder's firm -. / , Address:— 'L City: �XAIAQ- State- c Z:,P: Name of DBE firm: Addresz:— 6,2 Jr-15 7- City: AZ State: Zip: : W— Tatepnone, Desc6ption of work to be performed lay DBE Fare: geZZ B-24DAL-& (�Q, The bidder is committed to utili7e the above -named DBE firm for the won, described above_ ThedoHarvalue of this worle, 4 1.3g; 0450. The percentage value of this worf (in comparison to the total contract value) % Affitrmation The alcove -named DBE firni affirms that it Will perform the portion of the contract for the values as stated above By "-4,4AV <4(em Title 44. If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affimnation zhali be nuU and void- DocuSign Envelope ID: 404BEA93-207C-4BAA-BIC5-A9A6092FDF98 lFB NO: IFS TITLE: Name of Prkne bidder's fimi-I - XSRO F^41F-AvAc,., -Y -j e Addrew: City. State� z i P: Name of DSE fimx.,Aragon Geotechnical, Inc Address: 16801 Van Buren Blvd City- Riverside State - CA 7jo.- 92504 Telephone: 951-776-0345 Description of work to be performed by DBE firm: Mix Designs; QA/QC for CIR The bidder is committed to utilize the above -named DBE firm for the vmrk described above The dollar value of ltiis work $ $86,390.00 The percentage value of this work (in comparison to the total contract value) 5G Affirmation The above -named D13E firm affirms that it will perform the portion of the contract for the values as stated above By Title President If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and v6d. DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 LETTER OF INTUIT AND AFFIRMATION TO PERFORM AS A DBE IFB TITLE. Name of Prime bid.der's firm: Address: C12- 115 a4v'o City:State��- Zp: l"Ianic of DBE flrrn: Global Road Sealing, Inc. Address: 10832 Dorothy Avenue City: Garden Grove State: CA ZYp: 92843 Telephone: 714-893-0845 Description of work to be perfornied by DBE firni: The bidder is commr tted to utilize the above-narned DBE firm for the vial, described a—bove- The dollar value of this work $ ��C? *'(Ab - The, percentage value of thiswork (in comparison to the total contract value) % Affirrnition The above-narned DBE firm affiTms that it vMfl perfomi the portion of the contract for the values as stated above ell, By — ::�� . Terri La Tifle Secretary If the bidder does not receive award of the prime contract, any and afl representations in this letter of Intent and Affirmation shall be null and void. DocuSign Envelope ID: 404BEA93-207C-4BAA-BIC5-A9A6092FDF98 PROPOSAL GUARANTEE BID BOND Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No. M0136 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that TORO ENTERPRISES, INC. , as BIDDER, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as SURETY, are held and firmly bound unto the Ten Percent of Total 10% of Bid City of Santa Clarita, as CITY, in the penal sum ofArnountBid dollars ($ Amount ), which is ten percent (10%) of the total amount bid by BIDDER to CITY 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 CITY 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 CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 11 TORO ENTERPRISES, INC. BIDDER: Signature Day of fanuara4 20 21 St IA tlS (-IN s K -r t.A__C:> , 1' Q- � S Name and Title of Signatory 2101 E. Ventura Blvd., Oxnard, CA 93036 PH: 805-483-4515 Address SURETY*. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Fazzini, One Tower Square, Bond/5PB, Hartford, CT 06183 PH:203-277-0111 Subscribed and sworn to this tr day of .. )L) 20 V NOTARY PUBLIC See attached furat (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. ) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, orvalidity of that document. State of California, County of Ventura, On January 14th. 2021 before me, Collin J. Hobson Notary Public Date Here Insert Name and Title of the Officer personally appeared Sean Castillo Name, s) of Signer(s)- who proved to me on the basis of satisfactory evidence to be the persorks-)- whose name(s) is/are" subscribed to the within instrument and acknowledged to me that he/sloe/tlJe executed the same in his/f eVtlierr authorized capacity(ie,6), and that by hislhefftheir signature(s)-on the instrument the person.(&~) Or the entity upon behalf of which the persons) acted, executed the instrument. COLLIN J. NOBS0 COMM. #2332785 z Notary Public - California o z s±� " Ventura County 0 „'i`;:v M Comm, Expires Se . 1, 2024 Place Notary Seal Above --------------------------------------------- I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature Sign ure 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$id bond for city of Santa Clarita 2019-20 Federal Overlay Project Date: 01/11/21 Number of Pages: _1 _ Signer (s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name Sean Castillo ® Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑Guardian or Conservator ❑ Other: Signer Is Representing: Tore Enterprises Inc Signer Is Representing: ©2014 National Notary Association - www.NationaiNotary.org • 1-800 y -US NOTARY (1-800-876-6827) Item #5907 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 a Subscribed and sworn to (or affirmed) before me on by Samantha Fazzini , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature —L-- 77� Ethan Spector, Notary Public o. r ETHAN SPECTOR Notary Public -California z Los Angeles County Commission ; 2308417 My Comm. Expires Oct 11, 2023 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS i 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 Samantha Fazzini, of Los Angeles, California, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, 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. J NAR�rr'orro, y CDNN. State of Connecticut City of Hartford ss. By:x'� Robert L. Raney, Se or 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. G.T My Commission expires the 30th day of June, 2021 TAiI mC1J1�1- Q. �o�iLk�L1d1 0* tp$ Marie C. Tetreault, Notary Public 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 Surety 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 for and 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 copy 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 JAN oWcARTFOM ,(T 4&,, CO" R'. CONK. esm Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power ofAttorney, please call 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. DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No. M0136 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. DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 NON -COLLUSION AFFIDAVIT Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No, M0136 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/she is the PRESIDENT (sole owner, a partner, president, etc.) of TORO ENTERPRISES, 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 its 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 CITY 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 CITY 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 busine Bidder: Signature Title SEAN CASTILLO, PRESIDENT Subscribed and sworn to and before me this k0% day of jC , 20"'..�. Seal of Notary CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 �s O'See Attached Document (Notary to cross out lines 1-6 below) 11 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 (or affirmed) before me County of _ Ventura on this 14th day of. January 20 21 by Date Month Year COLLIN J. HOBSON EEO; COMM. #2332785 XL Notary Public - California ;0 0 z My Ventura County Corn — Corn- F ?124 Seal Place Notary Seat Above (1) Sean Castillo (and Na m efs� of Sign e rW proved to me on the basis of satisfactory evidence to be the person(s)--who appeared before me. Signature 6Yt4r60A_- Signature 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: Non -collusion for Santa Clarita, 2019-20 Fed Overlay Project Document Date: 01/14/21 Number of Pages: i Signer(s) Other Than Named Above: @2014 National Notary Association - www.Nationa]Notary.org - 1-800-US NOTARY (1-800-876-6827) Item#5910 ooxuoignEnvelope ID: 4o4esAoo-2o7C-4BfA-B1oo+mxsnooFonm NON -LOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS Bid#ENG-20-21-K80136 2019-20Federal Overlay Project City Project No. yNO136 City of Santa Clarita, California i SEANCASTLLO,PRESIDENT . hereby certify (Name and title nfofficial) On behalf of TORO ENTERPRISES, INC. that: (Name of Bidder/Company Narne) *Nofederal appropriated funds have been paid mwill bnpaid, by or on behalf of the undersigned, toany person for influencing or attempting to influence anofficer oremployee ofany agency, aMember nfCongress, and officer urmmp|oyaeofCongress, nranemployee nfeMember 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 ofany cooperative agreement, and the extension, continuation, renewal, amendment, urmodifioaVonVfany federal contract, grant, loan, or cooperative agreement. o |( any funds other than federal appropriated funds have been paid orwill hepaid to any person influencing orattempting toinfluence onofficer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form toReport Lobbying."inaccordance with its instructions, « The undersigned shall require that the language ofthis certification bmincluded inthe award documents for all sub -awards a(all tiers (including sub -contracts, sub -grants and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. 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 31 U.S.C. $ 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than S10,OGO and not more than $100,000 for each such failure, The undersigned certifies oraffirms the truthfulness and accuracy ofthe contents ofthe statements submitted onorwith this certification and Name of Bidder/Company Name TORO ENTERPRISES,YC. Type or print name SEAN CASTILLO, PRESID�NT Signature of notary and SEAL ZV:Notary Public - California X M� Comm, Expires SZ,, 1, 2024 [ DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No. M0136 City of Santa Clarita, California SUMMARY OF CONTRACT REQUIREMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). Contract language will be negotiated upon acceptance of proposal and prior to commencement of work. Work cannot begin until the contract has been fully executed by both parties. 2. SUMMARY OF INSURANCE REQUIREMENTS a. These are the Insurance Requirements for Contractors providing services or supplies to the City. By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. When Contract documents are executed, the actual Contract language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. b. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 3. INSURANCE a. General Insurance Requirements L All insurance shall be primary insurance and shall name City of Santa Clarita as an additional insured. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under the policy if not named as an additional insured, and an additional insured shall not be held liable for any premium or expense of any nature on the policy or any extension thereof solely because they are an additional insured thereon. DocuSign Envelope ID: 404BEA93-207C-4BAA-B1 C5-A9A6092FDF98 ii. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then Consultant agrees that the minimum limits hereinabove designated shall be changed accordingly upon written request by the Risk Manager. iii. Consultant agrees that provisions of this Section as to maintenance of insurance shall not be construed as limiting in any way the extent to which Consultant may be held responsible for the payment of damages to persons or property resulting from Consultant's activities, the activities of its subconsultants, or the activities of any person or persons for which Consultant is otherwise responsible. iv. A Certificate of Insurance, and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for nonpayment of premiums otherwise, without 30 days prior written notice of amendment or cancellation to City. In the event the said insurance is canceled, Consultant shall, prior to the cancellation date, submit new evidence of insurance in the amounts heretofore established. vi. All required insurance must be in effect prior to awarding this Agreement, and it or a successor policy must be in effect for the duration of this Agreement. Maintenance of proper insurance coverage is a material requirement of this Agreement, and the failure to maintain and renew coverage or to provide evidence of renewal may be treated by the City as a material breach of contract. If Consultant, at any time during the term of this Agreement, should fail to secure or maintain any insurance required under this Agreement, City shall be permitted to obtain such insurance in Consultant's name at Consultant's sole cost and expense, or may terminate this Agreement for material breach. vii. Without limiting any other Consultant obligation regarding insurance, should Consultant's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, Consultant must notify City within 24 hours of receipt of notice of cancellation. Furthermore, Consultant must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. Consultant must ensure that there is no lapse in coverage. b. General Liability and Property Damage Insurance i. Consultant agrees to procure and maintain general liability and property damage insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, and property damage, suffered or alleged to be suffered by any DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 person or persons whomsoever, resulting directly from any act or activities of Consultant, its subconsultants, or any person acting for Consultant or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of Consultant, or its subconsultants, or any person acting for Consultant, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect City against incurring any legal cost in defending claims for alleged loss. Such general liability and property damage insurance shall be maintained in the following minimum limits: A combined single -limit policy with coverage limits in the amount of $1,000,000 per occurrence will be considered equivalent to the required minimum limits. c. Automotive Insurance Consultant shall procure and maintain public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. If Consultant does not use automobiles in performing its work under this Agreement, Consultant shall provide a waiver releasing City from all liability resulting from Consultant's use of personal vehicles under this Agreement. d. Worker's Compensation Insurance i. Consultant shall procure and maintain Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or as will fully comply with the laws of the State of California and which shall indemnify, insure, and provide legal defense for both Consultant and City against any loss, claim, or damage arising from any injuries or occupational diseases happening to any worker employed by Consultant in the course of carrying out this Agreement. ii. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against City, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by Consultant for City. Questions and requests for modification of these terms must be negotiated and approved prior to contract execution and are at the full discretion of the City. I have read and understand the above ents and agree to be bound by them for any work performed for the City. Authorized Signature: Date: Printed Name: SEAN CASTILLO, PRESIDENT DocuSign Envelope ID: 404BEA93-207C-4BAA-B1C5-A9A6092FDF98 REFERENCES Bid #ENG-20-21-M0136 2019-20 Federal Overlay Project City Project No. M0136 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. CITY OF OXNARD, 300 W. THIRD ST, OXNARD, CA 93030 Name and Address of Owner/ Agency ALEXANDER NGUYEN 805-385-7430 Name and Telephone Number of Person Familiar with Project $2,652,665 RESURFACING PROJECT 09/19 Contract Amount Type of Work Date Completed 2. CITY OF GLENDALE 633 E. BROADWAY GLENDALE CA 91206 Name and Address of Owner / Agency SARKIS OGANESYAN 818-548-3945 Name and Telephone Number of Person Familiar with Project $2,433,077 REMOVE AND REPAIR SIDEWALK AND CURB, RAMPS, CURB RAMPS, CURB DRAINS Contract Amount Type of Work Date Completed 3 CITY OF OXNARD, 300 W. THIRD ST, OXNARD, CA 93030 Name and Address of Owner / Agency ROBERT HEARNE 805-385-7832 Name and Telephone Number of Person Familiar with Project $1,570,499 RESURFACING PROJECT 12/19 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: AON RISK SERVICES, 707 WILSHIRE BLVD, SUITE 2600, LOS ANGELES, CA 90017; 415-486-6953 TRAVELERS CASUALTY AND SURETY COMPANY, 21688 GATEWAY CENTER DR, DIAMOND BAR, CA 91765; 909-612-3654