Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2021-06-08 - AGENDA REPORTS - M0137 OVERLAY AND SLURRY 2020 21 (2)
13 of sXNTA C< U � CONSENT CALENDAR CITY OF SANTA CLARITA AGENDA REPORT CITY MANAGER APPROVAL: DATE: June 8, 2021 Ju'll J� �' Agenda Item: 13 SUBJECT: 2020-21 OVERLAY AND SLURRY SEAL PROGRAM, PROJECT M0137 - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACTS DEPARTMENT PRESENTER: Public Works Damon Letz RECOMMENDED ACTION City Council: 1. Approve plans and specifications for the 2020-21 Overlay Area A project, Project M0137. 2. Approve plans and specifications for the 2020-21 Overlay Area B project, Project M0137. 3. Approve plans and specifications for the 2020-21 Slurry Seal project, Project M0137. 4. Award the 2020-21 Overlay Area A construction contract to PALP, Inc., DBA Excel Paving Company, in the amount of $7,944,000 for base bid and alternate construction and authorize a contingency in the amount of $1,588,800, for a total contract amount not to exceed $9,532,800. 5. Award the 2020-21 Overlay Area B construction contract to PALP, Inc., DBA Excel Paving Company, in the amount of $4,260,490 for base bid and alternate construction and authorize a contingency in the amount of $852,099, for a total contract amount not to exceed $5,112,589. 6. Award the 2020-21 Slurry Seal construction contract to All American Asphalt in the amount of $866,301 for base bid construction and authorize a contingency in the amount of $173,261, for a total contract amount not to exceed $1,039,562. 7. Award a professional services contract to Twining, Inc., to provide project inspection, materials testing, and construction management support services for the Overlay Area A Overlay Area B, and Slurry Seal projects in the amount of $1,361,977 for base bid and Page 1 Packet Pg. 84 13 alternate services and authorize a contingency in the amount of $136,198, for a total amount not to exceed $1,498,175. 8. Appropriate one-time funds in the amount of $5,000,000 from the TDA Article 8 Street & Road Fund (Fund 233) to expenditure account M0137233-5161.001. 9. 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) Overlay and Slurry Seal Program. Each year, streets are evaluated and identified for the need for pavement preservation and rehabilitation treatments. The 2020-21 Annual 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 and extend the life of the roadway, depending on the type of treatment applied. This year's projects are expected to begin construction in June 2021 and will be completed by the end of November 2021. The 2020-21 Annual Overlay and Slurry Seal Program is divided into three projects: Overlay Area A, Overlay Area B, and Slurry Seal. These projects will run concurrently to maximize the work being done during the summer season. This project supports the Santa Clarita 2025 theme of Sustaining Public Infrastructure. Solicitation Process for the Overlav Area A Proiect An invitation to bid was prepared and published twice, on April 16 and 23, 2021, and was posted on BidNet. Four bids were submitted to the City and opened by Purchasing on May 12, 2021. Each of the bids included a base bid and all five bid alternates. The results of the bids are shown below: Company PALP, Inc., DBA Excel Paving Company Toro Enterprises, Inc. Sully -Miller Contracting Company All American Asphalt Location Total Bid Long Beach, CA $8,129,579 Oxnard, CA $8,527,657 Brea, CA $8,947,020 Corona, CA $9,282,729 Staff recommends awarding the construction contract for the Overlay Area A project to PALP, Inc., DBA Excel Paving Company, the lowest responsive bidder, in the amount of $4,116,674 for the base bid, authorizing an expenditure of $3,827,326 for bid alternates one through four, and authorizing a contingency in the amount of $1,588,800, for a total not to exceed $9,532,800. The City reserves the right to add or remove any of the alternates at the time of award or by contract change order during construction. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from PALP, Inc., DBA Excel Paving Company, was reviewed for accuracy and conformance to the contract documents and found to be complete. Page 2 1 Packet Pg. 85 i]R] Solicitation Process for the Overlav Area B Project An invitation to bid was prepared and published twice, on April 16 and 23, 2021, and was posted on BidNet. Four bids were submitted to the City and opened by Purchasing on May 12, 2021. Each of the bids included a base bid and all five bid alternates. The results of the bids are shown below: Company PALP, Inc., DBA Excel Paving Company Toro Enterprises, Inc. Sully -Miller Contracting Company All American Asphalt Location Total Bid Long Beach, CA $8,190,692 Oxnard, CA $8,483,989 Brea, CA $8,499,931 Corona, CA $10,418,665 Staff recommends awarding the construction contract for the Overlay Area B project to PALP, Inc., DBA Excel Paving Company, the lowest responsive bidder, in the amount of $2,668,422 for the base bid, authorizing an expenditure of $1,592,068 for bid alternate five, and authorizing a contingency in the amount of $852,099, for a total not to exceed $5,112,589. The City reserves the right to add or remove any of the alternates at the time of award or by contract change order during construction. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from PALP, Inc., DBA Excel Paving Company, was reviewed for accuracy and conformance to the contract documents and found to be complete. Solicitation Process for the Slurry Seal Project An invitation to bid was prepared and published twice, on April 16 and 23, 2021, and was posted on BidNet. Three bids were submitted to the City and opened by Purchasing on May 12, 2021. The results of the bids are shown below: Company Location Total Bid All American Asphalt Corona, CA $866,301 Toro Enterprises, Inc. Oxnard, CA $900,675 Onyx Paving Company, Inc. Anaheim, CA $1,661,000 Staff recommends awarding the construction contract for the Slurry Seal project to All American Asphalt, the lowest responsive bidder, in the amount of $866,301 for the base bid and authorizing a contingency in the amount of $173,261, for a total not to exceed $1,039,562. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from All American Asphalt was reviewed for accuracy and conformance to the contract documents and found to be complete. Solicitation Process for Materials Testing and Inspection Services for the Overlay Area A. Overlav Area B, and Slurry Seal Projects The City requires materials testing and inspection services for quality assurance. A Request for Proposal (RFP) was posted on BidNet on April 23, 2021. The RFP asked firms to identify their relevant experience in similar projects and demonstrate their approach to this project. Page 3 1 Packet Pg. 86 13 The City received proposals from four firms on May 17, 2021. Staff reviewed the proposals and based on the evaluation, scored the firms on a 100-point scale. Rank Companv Location Score 1 Twining, Inc. Long Beach, CA 96 2 G3 Quality, Inc. Cerritos, CA 88 3 RMA Companies Rancho Cucamonga, CA 85 4 Willdan Engineering Anaheim, CA 82 The scoring system was based on the following criteria: recent experience with similar projects; qualifications 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. After reviewing the proposals, Twining, Inc., was identified as having all the needed pavement inspection, evaluation, and lab resources in-house, which expedites the materials testing process and saves on construction costs by ensuring good quality control. Twining, Inc., has satisfactorily worked with the City on past overlay and slurry seal design proj ects. Staff recommends awarding the contract for project inspection and materials testing services to Twining, Inc., in the amount of $897,123 for base bid services and authorizing an expenditure of $464,854 for alternate street proposal services, and a contingency in the amount of $136,198, for a total amount not to exceed $1,498,175 for materials testing, inspection, and construction support services for inspection of the Overlay Area A, Overlay Area B, and Slurry Seal projects. California Government Code 4526 prescribes selection of architectural and engineering services to be based on demonstrated competence and professional qualifications necessary for the satisfactory performance of the services required and does not authorize the selection of professional architectural and engineering services based on cost. Total Budget for the Overlav and Slurry Seal Proiects and Inspection and Materials Testing Following is the cost breakdown for the 2020-21 Overlay and Slurry Seal Program, Project M0137: Overlay Area A Project $9,532,800 Overlay Area B Project $5,112,589 Slurry Seal Project $1,039,562 Inspection and Materials Testing $1,498,175 Total Awarded $17.183.126 The Annual Overlay and Slurry Seal Program budget will fund the construction and materials testing contracts for the Overlay and Slurry Seal projects. The original budget for design and construction of this project was $13,000,000. Additional funds in the amount of $5,000,000 were added to the project from Federal Stimulus funds received by the City. These additional funds will provide for the maximization of streets being treated, with a focus on the re- construction of streets with a pavement condition index of 30 or below. The budget will provide Page 4 Packet Pg. 87 i1c] for survey, labor compliance, staff oversight, public works inspection, and miscellaneous project administration costs. The requested 20 percent contingencies will cover costs associated with unforeseen site conditions such as potential utility conflicts and abandoned utilities not shown in record drawings that are often discovered during construction, as well as change order requests made by the contractor. Additionally, contingency funds remaining after the construction of the projects' original scopes of work may be used to add more streets from the City's pre -designed inventory. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure accounts M0137233-5161.001 (TDA Article 8 Street & Road), M0137264-5161.001 (Measure R Local Return), MO137266-5161.001 (Measure M Local Return), and MO137267-5161.001 (SB 1) to support the recommended contracts and project costs. ATTACHMENTS Overlay Area A Street List Overlay Area B Street List Slurry Seal Street List Bid Proposal PALP, Inc. DBA Excel Paving Company Overlay Area A (available in City Clerk's Reading File) Bid Proposal PALP, Inc. DBA Excel Paving Company Overlay Area B (available in City Clerk's Reading File) Bid Proposal All American Asphalt (available in City Clerk's Reading File) Proposal Twining, Inc. (available in City Clerk's Reading File) Page 5 1 Packet Pg. 88 M0137 STREET LIST 13.a OVERLAY AREA A (ADVERTISED AS OVERLAY WEST PROJECT) BASE BID NBHD ST NAME BEGIN END ART MC BEAN PY (NB) BE/G S FY /2186 SINGING HILLS DR ART MC BEAN PY (NB) SINGING HILLS DR ALEGRO DR ART MC BEAN PY (SB) ALEGRO DR SINGING HILLS DR ART MC BEAN PY (SB) SINGING HILLS DR NB 1-5 OFF -RAMP ART MC BEAN PY (SB) NB 1-5 OFF -RAMP N/S 1-5 OVERPASS V9N ASHFIELD PL ROSEMONT LN NORTH END V9N ASHLAND CT SANFORD WAY WEST END V9N BEAUMONT ST HILLSBOROUGH PY BIDWELL LN V9N BENTON CT RIVERSBRIDGE NORTH END V9N BERWICK PL LITTLEFIELD DR EAST END V9N BIDWELL LN DECORO DR SOUTH END V9N BRANBURY CT CHATFIELD WAY NORTH END V9N CAMFORD PL WEST END BEAUMONT ST V9N CANDINGTON CT NORTH END BEAUMONT ST V9N CHATFIELD WAY ROSEMONT LN EAST END V9N CHESTERFIELD DR NORTH END SOUTH END V9N COLEBROOK PL HILLSBOROUGH PY NORTH END V9N DUNSMORE LN HILLSBOROUGH PY SANFORD WY V9N DUNSMORE LN SANFORD WY WEST END V9N ELLISON WAY BEAUMONT ST PRESTON WAY V9N INGRAM CT WEST END BIDWELL LN V9N LAMBERTON PL PELHAM PL NORTH END V9N LANE CT LITTLEFIELD DR EAST END V9N LITTLEFIELD DR RIVERSBRIDGE WY LANE CT V9N LITTLEFIELD DR LANE CT FAIRVIEW DR V9N LITTLETON WAY SHELBOURNE DR HILLSBOROUGH PY V9N MERIDEN PL WATERFORD DR EAST END V9N MILLSTON CT WEST END LITTLEFIELD DR V9N NORTHFIELD CT WATERFORD DR EAST END V9N NORWOOD CT ROSEMONT LN N END V9N PRESTON WAY WEST END BIDWELL LN V9N RIVERSBRIDGE WY WEST END WILTON WAY V9N IRIVERSBRIDGE WY WILTON WAY NORTH END V9N IROSEMONTLN SOUTH END HILLSBOROUGH PY SHEET 1 OF 4 AS Packet Pg. 89 M0137 STREET LIST 13.a NBHD I ST NAME BEGIN END V9N ROSWELL CT PELHAM PL NORTH END V9N SANFORD WAY SOUTH END NORTH END V9N SHADWELL CT WEST END ELLISON WY V9N SHELBOURNE DR NORTH END SOUTH END V9N SHERWOOD PL WEST END EAST END V9N STATEN PL SOUTH END PRESTON WY V9N TRINIDAD CT WEST END BEAUMONT ST V9N TRENTON PL NORTH END BIDWELL LN V9N WATERFORD DR FAIRVIEW DR NORTH END V9N WILTON WAY HILLSBOROUGH PY RIVERSBRIDGE WY V9N IWOODBURY WAY SHERWOOD PL PELHAM PL ALTERNATE 1 ART NEWHALL RANCH RD COPPER HILL DR DICKASON DR ALTERNATE 2 V17S ADOLFO CT SOUTH END CARRIZO DR V17S CALLE ARINO ALICANTE DR NORTH END V17S CARILLO DR SOUTH END CARRIZO DR V17S CORONADO CT CARRIZO DR NORTH END V17S COVALA CT SOUTH END ESTABAN DR V17S EL GATO PL TURQUESA DR NORTH END V17S ESPINOZA DR SOUTH END CARRIZO DR V17S ESPINOZA DR CARRIZO DR NORTH END V17S LA PALMA CT CARRIZO DR NORTH END V17S LETICIA DR SOUTH END ALICANTE DR V17S LETICIA DR ALICANTE DR NORTH END V17S LUPITA DR SOUTH END ALICANTE DR V17S LUPITA DR ALICANTE DR NORTH END V17S MENDOZA DR SOUTH END CARRIZO DR V17S MENDOZA DR CARRIZO DR NORTH END V17S MORENO DR VIA TOMAS CARRIZO DR V17S MORENO DR CARRIZO DR NORTH END V17S POMITA PL ESPINOZA DR EAST END V17S TURQUESA DR SOUTH END ESTABAN DR V17S TURQUESA DR ESTABAN DR EL GATO PL V17S TURQUESA DR EL GATO N END SHEET 2 OF 4 AS I Packet Pg. 90 M0137 STREET LIST 13.a NBHD ST NAME V17S VIA PRIMERO BEGIN 0230 W VIEJO CT VIEJO CT END V17S VIA PRIMERO VIEJO CT CARILLO DR V17S VIA TEHAGO ESPINOZA DR EAST END V17S VIA TOMAS WEST END EAST END V17S VIEJO CT SOUTH END VIA PRIMERO ALTERNATE 3 V18S ALABEGA CT WEST END ALESNA DR V18S ALESNA DR SOUTH END ALTA MADERA DR V18S ALMENDRA DR S END ALTA MADERA RD V18S ALMENDRA DR ALTA MADERA RD N END V18S BAJADA DR CORTINA DR EAST END V18S CASTILLA CT W END SALCEDA RD V18S FAISAN CT ALTA MADERA DR EAST END V18S GRAVINO RD CORTINA DR EAST END V18S LAMPARA DR NORTH END SERENA DR V18S MARAVILLA CT SOUTH END ALTA MADERA DR V18S NEBLINA CT LAMPARA DR NORTH END V18S PAJARITO CT BAJADA DR NORTH END V18S PALMA ALTA DR ALTA MADERA DR RAMADA DR V18S PALMA ALTA DR RAMADA DR NORTH END V18S PASEO LAURO CT S END ALTA MADERA DR V18S PLATINA DR WEST END SERENA DR V18S RAMADA DR PALMA ALTA DR NORTH END V18S RANCHO ADOBE RD SOUTH END ALTA MADERA DR V18S RANCHO ADOBE RD ALTA MADERA DR SALCEDA RD V18S SALCEDA RD SOUTH END ALTA MADERA DR V18S SALCEDA RD ALTA MADERA DR RANCHO ADOBE RD V18S SARAPE CT BAJADA DR NORTH END V18S SERENA DR SOUTH END ALTA MADERA DR V18S SERENA DR ALTA MADERA DR NORTH END V18S VIA CALMA WEST END VIA PACIFICA V18S VIA CORTO VIA DONA CHRISTA EAST END V18S VIA DONA CHRISTA AVE NIDA VELARTE NORTH END V18S VIA GRACIOSO AVENIDA VELARTE NORTH END V18S VIA HERALDO AVENIDA VELARTE NORTH END V18S VIA IMPRESO AVENIDA VELARTE NORTH END SHEET 3 OF 4 AS Packet Pg. 91 M0137 STREET LIST 13.a I NBHD ST NAME BEGIN END V18S VIA JARDIN AVE NIDA VELARTE NORTH END V18S VIA LABRADA AVENIDA VELARTE NORTH END V18S VIA PACIFICA AVENIDA VELARTE NORTH END ALTERNATE 4 V23S VIA BORDEAUX WEST END VIA PALACIO V23S VIA CHANTILLY WEST END VIA PALACIO V23S VIA DONA CHRISTA SOUTH END AVE NIDA VELARTE V23S VIA DONA CHRISTA NORTH END VIA SALUDO V23S VIA FLORED VIA DONA CHRISTA EAST END V23S VIA GRACIOSO SOUTH END AVENIDA VELARTE V23S VIA HERALDO SOUTH END AVE NIDA VELARTE V23S VIA IMPRESO SOUTH END AVENIDA VELARTE V23S VIA JARDIN SOUTH END AVENIDA VELARTE V23S VIA LABRADA SOUTH END AVENIDA VELARTE V23S VIA LADERA WEST END VIA DONA CHRISTA V23S VIA PACIFICA VIA BARRA NORTH END V23S VIA PALACIO VIA BARRA 0250 N VIA BORDEAUX V23S VIA PALACIO 0250 N VIA BORDEAUX NORTH END V23S VIA RAMON WEST END VIA BARRA V23S VIA SALUDO VIA BARRA NORTH END V23S VIA TELINO WEST END VIA DONA CHRISTA Q SHEET 4 OF 4 ASy I Packet Pg. 92 M0137 STREET LIST 13.b OVERLAY AREA B (ADVERTISED AS OVERLAY EAST PROJECT) BASE BID NBHD ST NAME BEGIN END C14 ABELIA RD BEGONIAS LN GRANDIFLORES RD C14 ALYSSUM LN SOUTH END NARCISSUS CREST AV C14 BEGONIAS LN POPPY MEADOW ST END OF CDS C14 BEGONIAS LN END CDS E/O POPPY MEADO BEG CDS N/O CORALES C14 BEGONIAS LN BEG CDS N/O CORALES CORALES PL C14 BEGONIAS LN CORALES PL SHADOW PINES BLVD C14 CANNA VALLEY ST WISTARIA VALLEY RD GRANDIFLORAS RD C14 CORALES PL BEGONIAS LN QUEADA WY C14 CORALES PL N. END RAQUEL LN C14 DAFFODIL AV WISTARIA VALLEY RD (N) WISTARIA VALLEY RD (S) C14 DELPHINIUM AV NARCISSUS CREST AV 0220 S DAFFODIL DR C14 DELPHINIUM AV 0220 S DAFFODIL AV DAFFODIL AV C14 DOUG RD WEST END WISTARIA VALLEY RD C14 FLORABUNDA RD NORTH END GRANDIFLORAS RD C14 GARDEN OF MUMS PL SOUTH END GRANDIFOLRAS RD C14 GARDENIA LANE DR LOTUS GARDEN DR GLADIOLUS DR C14 GARDENIA PARK DR FLOWERPARK DR LOTUSGARDEN DR C14 JULIANNE CT POPPY MEADOW ST EAST END C14 MUMS DR WEST END GARDEN OF MUMS PL C14 NARCISSUS CREST AV 0340 W DELPHINIUM AV 0343 W ABELIA RD C14 NARCISSUS CREST AV 0343 W ABELIA RD ABELIA RD C14 OLEANDER CT WEST END POPPY MEADOW ST C14 POPPY MEADOW ST LOTUS GARDEN DR OLEANDER CT C14 POPPY MEADOW ST OLEANDER CT WISTARIA VALLEY RD C14 QUEZADA WY WEST END ABELIA RD C14 RAQUEL LN SOLEDAD CANYON RD ABELIA RD C14 SHASTA DAISY PL SOUTH END DAFFODIL AV C14 TULIPLAND AV WISTARIA VALLEY DR EAST END C14 VIA GARDENIA WEST END ABELIA RD C14 WISTARIA VLY RD NORTH END POPPY MEADOW ST C14 WISTARIA VLY RD POPPY MEADOW ST DAFFODIL AV C14 IWISTARIA VLY RD I DAFFODIL AV CANNA VALLEY ST C14 IWISTARIA VLY RD ICANNA VALLEY ST JABELIA RD S16 IKATHLEEN ICALHAVEN DRIVE ICOPPER HILL DRIVE S16 IDARROWAVENUE IKATHLEEN AVENUE ICALHAVEN DRIVE z 0 F- U F- U) z 0 U 0 Q Q SHEET 1 OF 3 AS Packet Pg. 93 M0137 STREET LIST 13.b NBHD ST NAME S16 KEY COURT BEGIN DARROW AVENUE END END S16 MAUCH STREEET KATHLEEN AVENUE END S16 HOWARD MARRIE COURT MAUCH STREET END S16 KATHLEEN CALHAVEN DRIVE NORTH END S16 CALHAVEN DRIVE PARK WOODLAND PLACE END S16 CROWN COURT CALHAVEN DRIVE END S16 LA PINE AVE CALHAVEN DRIVE END S16 VISCO COURT CALHAVEN DRIVE END ALTERNATE 5 C14 CALLA LILY CT WEST END JASMINE VALLEY DR C14 CAMELIA HILL WY WEST END ABELIA RD C14 DAHLIA RIDGE DR WEST END ABELIA RD C14 DAISY MEADOW ST GRANDIFLORAS RD ABELIA RD C14 GERANIUM GLEN LN WEST END ABELIA RD C14 GRANDIFLORAS RD SHADOW PINES DAISY MEADOWS C14 GRANDIFLORAS RD DAISY MEADOWS NORTH END C14 GREENCOURT DR EAST END ABELIA RD C14 HONEYSUCKLE HILL DR ABELIA RD (N) ABELIA RD (S) C14 HYDRANGEA WY WEST END JASMINE VALLEY DR C14 JASMINE VALLEY DR EAST END ABELIA RD C14 JASMINE VALLEY DR ABELIA RD 0117 N ABELIA RD (N) C14 JASMINE VALLEY DR 0117 N ABELIA RD (N) LAUREL CT C14 JASMINE VALLEY DR CONFORM S LAUREL CT NORTH END C14 LAUREL CT JASMINE VALLEY DR EAST END C14 LOTUS PETAL CT WEST END ABELIA RD C14 MUMS MEADOW CT WEST END ABELIA RD C14 ORCHID COVE DR DAISY MEADOW ST NORTH END C14 PINK PANSY CT HYDRANGEA WY NORTH END C14 ROSE COURT DR WEST END ABELIA RD C14 SNOWDROP CT EAST END ABELIA C14 SUNDANCE PL GRANDIFLORAS RD EAST END C14 SUNRIDGE PL 405 N SUNDANCE PL SUNDANCE PL C14 SUNROSE PL NORTH END SOUTH END C14 TULIPLAND AV WEST END GRANDIFLORAS RD C14 TULIPLAND AV GRANDIFLORAS RD EAST END C14 VIOLET HILLS DR DAISY MEADOW ST NORTH END C14 WATER LILY CT WEST END ABELIA RD SHEET 2 OF 3 AS Packet Pg. 94 M0137 STREET LIST 13.b NBHD ST NAME BEGIN END C14 WILLOW GLEN CT WEST END GRANDIFLORAS RD C14 IZINNIA CT IWEST END JJASMINE VALLEY DR SHEET 3 OF 3 AS Packet Pg. 95 M0137 STREET LIST 13.c M0137 SLURRY SEAL PROJECT BASE BID NBHD ST NAME COL HILLSBOROUGH PY BEGIN NEWHALL RANCH RD I4LlI37 DECORO DR ART SOLEDAD CANYON RD (EB) VALLEY CENTER DR RUETHER AVE ART SOLEDAD CANYON RD (EB) RUETHER AV FURNIVALL AV ART SOLEDAD CANYON RD (EB) FURNIVALL AV HONBY AV ART SOLEDAD CANYON RD (EB) HONBY AV LANGSIDE AVE ART SOLEDAD CANYON RD (WB) LANGSIDE AV HONBY AV ART SOLEDAD CANYON RD (WB) HONBY AV FURNIVALL AV ART SOLEDAD CANYON RD (WB) FURNIVALL AV RUETHER AV ART ISOLEDAD CANYON RD (WB) IRUETHER AV VALLEY CENTER DR SHEET 1 OF 1 AS O Packet Pg. 96 2020-21 ANNUAL OVERLAY AND SLURRY SEAL PROGRAM PROJECT M0137 For clarification and reference: Area A was advertised as the "Overlay West" project, and Area B was advertised as the "Overlay East" project. DocuSign Envelope ID: 331113131-4BDD-47E2-9371-03A5C7BB505B PROPOSALFORM Bid #ENG-20-21-MO137W 2020-21 Overlay West Project City Project No. M0137W 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: RgLp imr. nRA EXCEL PAVING 2230 LEMON AVE Company Address: Ee NI G B EAC4i, C;A 90806 Phone: 562) 599-5841 Email: By: Curtis P. Brown III President Print Name Title: Cu is P. Brown III President Signature: s:x_ Date: /MAY 7n7i F- N O (� J O o 00 O o 0 0 o O O 00 0' Lo o 0 0 0 o 0 0 0 O O O O 0 0 0 0 0 0 O N O O O O O LO � p O � 0 O O 0 W O V 0 V 0 O O M W V I� O V � N O V O O N O O p N O W p) N to O N W O pp O p Cp O I- O D O V M O �j M p oc O N O M O O N O N O O_ M O Lo �_ 0 M �_ _Lr)W O p 04 � ER ER ER (fl ER ER ER Ef) 6cJ E9 64 ff3 ffi Ei) ffl ffi ffi Ei) W O F- O O o O O O O O O O O O O O O 0 O O O Lo Lo 0 0 � Lo 0 0 O 0 Z V Cl) O O O N W O p O O O O M Cl) V O N �_ L O 6 p Efi ff3 Efi Ef-J ER ff} EFJ Ey 6ci ffi ffi Efi ffi 63 69 6q 6p, 6q � E9 � ER ER ER 6q W ~ Z D r r co N_ n CA N r N 0 0� d• ? �i O O O O O O N r` N O N r' M ~ Ln M d O r M d CA Z (f N CC) r Cl) CD CO r r r N r r r N J r r N N d r N C H U O mz F- 0 ~ cn0wzzzLLLLLL LLLL<QaaLLLLLLLLLLLLLLLLLLLLaaaaL- J J J J J J ? J J J F- �-- F- 0 CO J J CO W W W W J J J J W W W W W i1J X a_ w "D o c`a LL c m C7 •� o !n �? CL N O O ^ O N m LL N E O N 1 0 7 O L O m L N` (a o H m 0 L ? V> ~ m m ~ ul W h p U c co c a> V) L m c o6 m ( > 'd in D `1 L) m U °o °� > ° a� "= -- o E E E " .-. o U o L7 Q c Co a ° E o E "- co E°FL L ? O` O O E L L L r- N� m co m _y m m E E ("D Fv� FvH m L CD H� Z � Q 0 � � � 5 m a� m LZ 1— — c4 a0 cfl ao F"~_� m ccilk H co o O o a j a � 7 7 � � FvH � � c y a> *k *k *k *k *k *k � � co co Eaaa� ��� (D� y LLI m O 0 C7 C7 C7 0 06 r r w�� O� J J� ?> N O N O N N O Q Q CO N oU H caU�adC7 m o<m� > L O O O 0 O O F- F- O m mm °� m_ 0�0�0o0J �,>,> x J o Q L� W LU J W= !V U �= N N E 0 V o r� m m m L L } c c c c c c 3 3 o a? Q� Q D Q L¢iI Z O m O D U� O N N N i •Q- Q O O� 0 O O O N�� N N� � � F" U) a a a 0 W' Y Y d J J J � qt C (n C/) U) C/) C/) � a a� c� 0 pN IQ o LL = O Z O N M Ln CD W r M r r OC0) r r r N N N N N N N M M M J L1J Wr N om °oo :3 U O 0 m V O JQ Opp EOOfi E0 f3 0 0 0 O O_to O O O V Cl)O N OO LO NO� O OO 00 o)O O O 6 to 00 M N O O O W Oj 00 O OO OOO Cl) 00 Cd I- N 00 00O(DM W N O Cl) N E) j. N N N M4� p ER ER ER �) ffi ffi ffi Efi Ei) ER W I V O O O O d ~ O O p O 00 OO O O O LO Lo M O� M to O OLO ffi Ei) ER 6q 6p, � 6p? 6p� 6q 63 EFT Ey ER ca W QCl O M co L� Ln ti M 0 M 000 00 H z r r r � N 00 M N N r0 n � OMO O 00 0 � M N O CM Q N Ln � � r 00 CV) ~ 0 r r O Q~ [n U) fn Z Z LL LL Q Q Q LL LL LL LL LL LL LL LL LL LLLL (I) (n W W LL11JJ J J J J J J J J J J J 0 U o m Z a C7 Q t i.L rL W a N d o N m �O a) a) N a) Y i >o L L ti a� o m U ~ m m COH W c� > a) `p N otj O J ~ m aa)i U > >• ca O °� o o > Q = J - °� o o o p U) N:mL o m E E Q p m c a �p Q Q gym` E Y c O t t � . a o 4 m E Y m C O m m y to O r N N M M M Q V W o g " coo Q ¢ -0w w_ Z J _ p U' ( otS o(S -0c J ar 0 0 0 0 Z D W "' N o o m m mII a? rn 0) 0) rn' rn rn 0) cm coc c c c' c c c c c N J p 2 2 E E.a D. ;a ;a ;a 'C. CL ;a C. J W Q o (LO O U w 0 0 o O N U) () W+•� •� �•L LLQ 00 w Q Q J J CDr (n (n n (fn in in 9 N LU O r N M 0m O � w O N m [I- 00 m M LO 0 O O ~ W Q 1�- Z r r r N N N N N N M M M M M U Z m c CDO CD°o 0 o 0 O N N C) O � C M O � CO O c V) 5; W fA dJ EA N C C N O '0 O O O C O O O 7 O 00 p O O00 f O LO O Gfl M _� tlj j Efl ER O C (6 0 7 O N O M N N 00 ac Q) J J W J O CR � o � c r 0 0 � � U I T c X in aO 0 N 0LU D ~ LL o a0i Z Z E E t6 Z Z a > — ao Q Q 0 M N N Q m rn H H j 0 0 C 0 U V � r r � a a o o Q F o 0o o LO co 0 v � o0 0 0 0 0 0 Q) H o o O P- iO N v O o 0 0 00 O O O O O M N 00 N L� � N MO O M M CO N^ N O m W O O O (0 z U O O O O O O O O O O -0 Z O O O IL O O p O O Cl CD C> O N O LO C M I- m O V O to O V 00 U3 U3 U3 Ui U3 U3 U3 U3 U3 U) U3 U3 X Q~ M CDCM a N t 2) H LL Q�G�, QQ QQ QQ QQ a Z ' CO J J (n J J W W �J] J �J] �Jj m 0 0 a) t G O CY) ?- ai o Lri d 0 C coo 0. w U. x a c o p in U m.2 v, m a) o w G Z c 2 0 H E ti> w s > v r am~ N CD U LL �' J~ 0 > as = Z U)Z U CD ' m c a gyp¢ t (DFJJ E t- H a N ° 4 o(D > O ° O� 7 3 2 U) tp O O O VJ o Inr o m aa�i p a Q Q V U Q Q Q W ° ° a 0 mQm 3 H J N N > .. m as m LE 6 d !— H Q N p 0 m o a)a>i ai o o Z� It C O O co W W H U ¢¢ Y Y J J (V o M LLQV o p -J to co O N C Z �- N M Cfl ao N M ti ao O M N N LU t> m H Q Q a 0 w c rn C) v 0 0 ci o p O 0 Q o 0 o m � o 0 0 0 0 0 0 o06 CO M 0 o0 0 0 ,Lo m Q o C C M W (; cM r L M CO I� it fA V3 U3, U) fA fA fA W Q CD O d O p O O pC>p CD O O CD O p p O O O O O 0 0� 0 0 0 Z O p O Cyl_O V O OLO 'D p O� L6 04 W � vi Hi fA Ui ElJ U) LO 6f> � HJ U) U) W J ! I- O Z pMp w 0 � N � N N Q lCj ) ~ cn co cn z z LL LL LL a Q Q Q a LL Q J J J F F- (n J J W W W W W J LLI Q) p N a) C7 .0 p C6 00 N a N ,H LL C C7 O C Ef) N — N LL a) N <� U � LL C o O W t1i z E O LL w— E Q o CD In > s t w 2 w o > o j c 4) a.o U LL o G m ° mU > ;�.J = Z Z LLJw m c > m o .' o U ca o> ) m ^O H H a C U coa >t 0) >,E Z Z �1 N Co N aJV Co 0�00 ;�;� amQ ====V� a. o N -0 -0 o4O a) aQQQ U cri Jyco Ja Fa- J o/i a ��UC06 00vW aM M am: H O H0 a"o NUN�Z Ea msEot 0ja N W m 0 a) O O O O (V a Q (0 Q W Z r N M V O f, N� O J J U>m n 0 N U ao N N co LO 00 0 v N U v M W °a n a m 0 n 0 U O 0 F- V J o 0 0 0 0 0 0 0 0 0 0 0 o O v o co 0 0 0 0 c > Q o 0 0 CD � S 00 0 00 _ O 00 m N ( (o �� � � a m w U 00 d F O O o 9 0 0 0 0 0 v o 0 0 Ur 0 0 o uo x > 0 ui Lo CO N 00 Lr) Cl)eA Cn FST cA eA FSJ aa) > U) O a c U) w 3 O CD� U OZ rrTCMNOODD�MMU;MNOD a N a cu C a ' o F= Z cncncnzzLLLLLLQQgqQq�-Q fn J J W W W J W w rn J J J w 7 O x U O U (D8 Lr) C O t f6 t, N LL N U) +' C c 0 o E U- w N o r ` 1 d L L O ' 'D Qi ti �Z ° 8 0- mU m~ LL Q r ¢ H 0 V> a J Z Z o O E 0 r J E Z Z O m H d X E 06 Coc � 'v co Y � LiJ w CDN � � N h (D a 0 O a a- Q 7 C' m J o ° Lco aQ�U CY.- J a a a H w J O cp O U' o2S r r 'a r J H O •� ° CL �Qm co mm�= CL O a a w N E Np o O ~ ~ N w p o = >, >, 3 3 y F— 0 U LL J i 2F-NQQ�YYJix � ��� J m m c O a m H w N Ma w O r N M w w T T' r coTN N O J J ~� �a a Z >m U O U (� Q o O O O O O 0 p p 0 0 0 O CD O Cl) O O O O O O p O O O O r � O O � � 6 0 O O O 00 O O O CD 9 O N O O O O Ci a (a 0 O (M r _ _ ^ _ _ _LO O is EA fA EA fR fR fA fA fR EA (B Q �W V C_ O O O O O O O OO O p O O O C O O O O O O O 00 O C) O O � O O n O O O p OO O p Q) fA fA fA U3, fA fA _O _O ER ER fA fA ffi fA E9 fA Vi vi -Q N y c W ;if0 J Z e- N In lf) In In CO � 0) O N ' � q Ld N a Q Q C� (n(n(nzLLQQQaLLaaLLLLLLLLLLaaaaa T 0 ©z = J J J (n W W W W J W J J W J J J W W W W W O > aQ Cl? a, m L J J U Y L LO J Q X _ ry c O E ` L N M E m -0 L r L G) Gi L L N Y O N /W/ G O) V ''" V O L L O N d a� y y chi E cd O� O� s 06 O OL Z zW W y� Q} m c V a o y>> EoE J E E o EEo N O L L 0 0 E 0 O H z H z ot3 N L /0 /O� � L L L O(n;t�LLH-�� 3 -,�~ a� m m co O V O O C O 7 M U U>> > co N N a *k *k *k -0 Q Q W m L1 (q a a) > N c 0) O> N °� LY L L CD y V N N N J J Q Q Z J O 06 m m N N N J ��am 7❑❑❑❑❑ 'Q J J I� O Q ^ ��Y o�� 0) cm cm�HF-�0c O N W W E E 3 m O m 2-:aQ.:a.Q-o oO =Z IxJaJQ� C(n(n0(n(nQa!/)tnX O Q V in�F- J m m } NC N m 0 H Z N M O~ o 0 cr LO rn d' w w Ln w rn o � N N N N N N N (M Ce) Q� Q J � J ci N m H Q Q DocuSign Envelope ID: 33llB131-4BDD-47E2-9371-03A5C7BB505B BID SCHEDULE 2020-21 Annual Overlay Project M0137W Bid No. ENG-20-21-MO137W Project No. M0137 City of Santa Clarita, California a,ALP= EN1O 08A BIDDER: EXC_j.! Y Qa,t tNn. (',')k1PANY' BID SUMMARY TOTAL PRICE $ IN FIGURES BASE BID TOTAL PRICE four million one hundred sixteen thousand six hundred seventy four dollars and IN WORDS ten cents TOTAL PRICE $ 1,457,499.60 IN FIGURES ADD ALTERNATE 1 TOTAL PRICE One Million four hundred fifty-seven thousand four hundred ninety-nine dollars and IN WORDS sixty cents TOTAL PRICE $ 685,861.50 IN FIGURES ADD ALTERNATE 2 TOTAL PRICE Six hundred eightyfive thousand eight hundred sixtyone dollars and fifty cents IN WORDS TOTAL PRICE $ 1,015,288.00 IN FIGURES ADD ALTERNATE 3 TOTAL PRICE One million fifteen thousand two hundred eighty-eight dollars and zero cents IN WORDS TOTAL PRICE $ 668,676.50 IN FIGURES ADD ALTERNATE 4 TOTAL PRICE Six hundred sixtyeight thousand six hundred seventysix dollars and fifty cents IN WORDS TOTAL PRICE $ 185,579.30 IN FIGURES ADD ALTERNATE 5 TOTAL PRICE IN WORDS TOTAL PRICE 8,129,579.00 TOTAL OF BASE BID AND IN FIGURES $ ALL ADD ALTERNATES TOTAL PRICE eight million one hundred twenty nine thousand five hundred seventy nine dollars IN WORDS *NOTE: In case of error in extension of price into the total price column, the unit price will govern. DocuSign Envelope ID: 331113131-4BDD-47E2-9371-03A5C7BB505B The basis for award of contract shall be the Contractor's Base Bid plus the Alternates. The Agency 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. DocuSign Envelope ID: 331113131-4BDD-47E2-9371-03A5C7BB505B NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-20-21-M0137W 2020-21 Overlay West Project City Project No. M0137W City of Santa Clarita, California 1. 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 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: 331113131-4BDD-47E2-9371-03A5C7BB505B 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. v. 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: 331113131-4BDD-47E2-9371-03A5C7BB505B 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 requirements and agree to be bound by them for any work performed for the City. Authorized Signature: _ __. Date: MAY 12 2021 Printed Name: CUrtis P. Brown III President DocuSign Envelope ID: 3311B131-4BDD-47E2-9371-03A5C7BB505B BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-20-21-M0137W 2020-21 Overlay West Project City Project No. M0137W City of Santa Clarita, California 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. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. PAM INC D13A EXCEL PAVING Bidder's Name: LONE BEACK CA 90806 Business Address: Telephone No.: 562) 599-5$41 State CONTRACTOR'S License No. & Class DIR No.: 100000�11111 Original Date: _ i VP 1,4 STATE LIC# 688659 Expiration Date: 'L2. The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners joint ventures, and/or corporate officers havi2230 LEMON AVE interest in this proposal: Curtis P. grown III President en Chief Eutive Offloof Z David A. Drukker Vice Preeldent and Chief Financial Officer LONG BEACH, CA 90806 Marcia 5 MIllwc swfifv r; Crissa A. Phillips AM, secretary 562) 599-5841 DocuSign Envelope ID: 3311B131-46DD-47E2-9371-03A5C7BB505B 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: All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: EXCEL PAVING COMPANY IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of 20_ BIDDER: 91 S *nature Curtis P. Brown III President Name and Title of Signatory Legal Name of Bidder PALP, INC DQA EXCEL PAVING 2230 LEMON AVE . 1.1-1 a 9U�s0e Address 662) 599-5841 FED. 95-M72914 Telephone Number Federal Tax I.D. No. This document must be notarized Prior to submittal. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT 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 } On before me, R. Covina}ton, Notary Public 1'!!11 L rG Lvt1 eremse-�nam an•: neo .e iicer• personally appeared Curtis P. Brown III , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/axe subscribed to the within instrument and acknowledged to me that he/sM" executed the same in his/WM3( Wr authorized capacity(ies), and that by his/box6hadr signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ^;,F'yE R. COVINGTON 1( WITNESS my hand and official seal. M 9g'" COMM. #2339692 w � _ °^ Notary Public -California LL a ,.. - LOS ANGELES COUNTY My comm. Expires Dec 8, 2024 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (rifle or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) )0( Co_sorate Officer President (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version www.NotaryClasses.com 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, f needed, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. • State and County information must be the State and County where the document sigaer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/sheldwj, is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. S Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. s Indicate title or type of attached document, number of pages and date. e Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i,e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. DocuSign Envelope ID: 3311B131-46DD-47E2-9371-03A5C7BB505B BIDDER'S QUESTIONNAIRE Bid #ENG-20-21-M0137W 2020-21 Overlay West Project City Project No. M0137W City of Santa Clarita, California PALP,1>VC OBA 1. Submitted by: EXCEL PAVING COMPANY Telephone: 562) 599-5841 2230 LEMON AVE Principal Office Address: j oW._BU.0 .i- f'A sing fi 2. Type of Firm: ❑ C Corporation d 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: 1., $i State of Incorporation: CALWORNIA President's Name: uurtis r. Drown m FrrsiJum 006 Vice -President's Name: David A. Drukker Vice President and Chief Financial Officer Marcia S. Miller �ecrwary Secretary or Clerk's Name: Crisse A. Phillips Asst. Secretar<, Treasurer's Name: - 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. DocuSign Envelope ID: 3311B131-4BDD-47E2-9371-03A5C7BB505B BIDDER'S QUESTIONNAIRE tcont'd) Bid #ENG-20-21-M0137W 2020-21 Overlay West Project City Project No. M0137W City of Santa Clarita, California 4. Name of pegtA- dLIWS R's license: Brown III President License number:p', C12, G31Class: STAAEC12NIQUon Date: \7)t D.I.R. Registration # ton 000"� 5. CONTRACTOR's Representative:A 1�1 Title: [A f . M t, M,- Alternate: David A. Drukker Vice President Title: 6. List the major construction projects your organization has in progress as of this date: SEE ATTACHED A. Owner: Project Location: Type of Project: B. Owner: Project Location: Type of Project: C. Owner: Project Location: Type of Project: I u c � I o t7 p 8 AYt�O fffzt moo �n CI �n v N ad � I C7 H M� MAN M+W W u9/ f9 M Vi �I I fd 'f�'=m m mmI m m E:z5!o? o` `No ors omn dam U O r chi F- eo O F- �I� GO m m MA! m m m m m O O O O O m 0 0 0 0 I$ 88t1i Roo E rn �: c E o�+ i FM �5 c G$i ,� $ 0 Fix w ny���+��ra�o W E m 5 2 m1IIIpc? E m QvoUpi v mr�p !� C QQQN �I�y t�� fD IO pC6pC-�I� fV �1W d O�toN YNmM NIQ Mnrr ai ?.' C en cn m I m11 L E c an d m iYiQ cpf� on> U�acSma��'ag I � I M N C pi a m c E c v c rn d ymns c y d U S. L) �° o ZJ2 mM 05SI05 n M 01O tom I,n 2 In m m�N �M',r a N M m� m m�1ff CD�MIO1 W O NIN to (of S'Q NlW M M N pp m 0 O>.Nin y� p Mi eo m N 01 St� O C7 m'm f�'N ��aD, W nInI M u-, r+�m m M GD N O 011n m m O Fcom v cQ'j N If) Oi tri r ti n m M p� 0p0f �'p� Oi.f�l In Gp m t7 iD CD �1I0�� OD C CO p GIf �I10 Io �!m M M m 'a �l O N tmD_ Go On1_ MI� i✓fi 1�m �OOP M Nl7 rOm TtoO mN nl N r N � I�lN 1t) < I 11 I ��to1.9-"-oIn I � �V eoo Ego, O F-r 1-F-F-GOC]O t� mrl'4:: mammm��OOF-rOF oc�� S'c.nocao: `8 mm _m In M rn m rn m m m Q m ^ Q m m _mmmm = _m II m m m _m m' m m m _m N m =(tea OT) ' m N � E' I � Q o � � ca _a a � O O c 0 aooc�+oor0000000 "�a"8`Scin,m_��'.r r: o om E I 1 j E E LM E E $ m z E o 6 8 0 8 p o 8 8 ! E o E ao sC7`v G9i rL L:rE ?E E c 8'iEEc�R`.S oc�i,'-c s Eo $ typ my,aGCJ£mihla $ E c + CU��JJ �` ,r}�u�-'o`°'@� ®1 • v`4 � � tG ��', g� L $�•.'� '�'_ .£�7+ a o .& c c E c c cIi r t' •c g SLR aE $ c" i E. a m ' ."i� rn O r 1. I E A2.1 Y! E E 2 2 25 m y (Mom e} N m m N 1� O~D Ob CCI dr Obr Gb�Mer�+G �pN m n n=N INm^r ` �a�ZvZK 3z c^ `.cv C c N r qqN t�oMrN MmNmG�V ME IoN `ob", G°9i N N W a6 W� ao N c�.l O n f+ vlOp ® vl�Tm 4fi - % 1O ' o `$ s' m m LG o 5 '- c U s d d y m °' SC� t` c , C.'2) o'> Q m m� mNli 80 J8 B.c mYC29 Z y `2° > c I, m .� » Y c c Ni c>> c o. E d d C ti �y •C � G3 O N .G� N fa CI 1LO N _ O m qo c c tQr ,8 Q m O 2 U C.7.2 m m d'IU � S rL C7 ml Y w LL O¢ 2 2 2 t y E U B a d m S�pELLILL (nLL m c» «IE [q E c •c g' a c- ay m ¢91269a R O O a fV Om N O l� l� N O O O GOO C�NO OpOD N N O N t7 pN..fr7 m p� N On O O f' M = Mimi== m OY O) m mm===== rn=�i��i m m = M. -SM ==Oa=Of Cf �tpp k L �� .52 - c , '0 O Q G] QC @ d C C C U (p E E c Ey m m a t �I vm Q c.8 'c � c c� c m Gs c d o+ d G1 o c c Gs d tU aI o r.+Iom=m.v��i,.r_O`i,aar`�3rnv�CnmrPia�J�v� �pi •� d � my3 'y y�ON �jj dp IG� 2_a 'a ¢ Q`cN Qy Emcb/7 to c5moZ2mcccLLm�dZ�GQi�m�vdoii ism m,EG mLL�LL r¢¢uia5mm�cm£o`° U N 0 ui CO co p vi CO) 2 U n ��G(W� M O N 00 I- C C] r 3t. In lla .r..-.. tii � Q� r N= Cv fH r_ r= r� r r r •- � r yy r ' m d 0 0 � 0 c :3 U 333333?? po c m N LL' a� a�g E E c It d E. C7�r 3 gtLLU� III CZ M ix '.:2ya2�a3iE E d 9 v d �m a c m •oL m E LL c 2 N E E D c m E m Gci �Lp a�ppS4E (7 J Q Lee I a n Q d fS 1pp0 viR E d mco A t o v U �cm'><H&o M d C C c c � Z g' Es E rnd3 mO a �>yQ'Z" U L� L yUy M N G] m M In m `roa �'�LL d' OiGm H d 2 c2 ciGoo�+'c 8'�c`c �a c 0 R ca m c 2 m 5 2 J n i�mpp S �O tfNpp =pp (^p (Ap LO In N ll7 10 y 1l! 11') ll"J I[i �(! I174n 10 II'Y 40 40 In 4!J LL� Y7 U] 10 10 �O In to tl') l0 4'J DocuSign Envelope ID: 331113131-4131313-47E2-9371-03A5C7131350513 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-20-21-M0137W 2020-21 Overlay West Project City Project No. M0137W 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 prior to 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. PALP,1Nu 713A EXCEL PAVING COMPANY _ BIDDER Curtis P. Brown III 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). DocuSign Envelope ID: 3311B131-46DD-47E2-9371-03A5G7BB505B DESIGNATION OF SUBCONTRACTORS Bid # ENG-20-21-MO137W 2020-21 Overlay West Project City Project No. M0137W City of Santa C/arita, 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 addt. sheets if needed. Subcontractor DIR Registration No.* 1000003363 Age of firm: 48Ec yX ",Is Location and Place of Business 10240 San Sevaine Way, Jurupa Valley, CA 91752 Bid Schedule Item No's: Description of Work 7-10, 12, 13, 50, 51 Cold Plane License No. Exp. Date: 05/31 /21 Dollar Value of Work $549,280 Annual Gross Receipts: 15M Phone ( ) 951-682-1091 Subcontractor DIR Registration No.* Dollar Value of Work Chrisp Company 1000000306 $69,912 Age of firm: R%M Yrr I'll Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work 20-46 Striping License No. Exp. Date: / / Phone( ) 374600 05131 /21 909-746-0356 Subcontractor I DIR Registration No.* Dollar Value of Work Age of firm: I D=3�es Ne Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / I Phone( ) 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: 3311 B1 31-4BDD-47E2-9371-03A5C7BB505B REFERENCES Bid #ENG-20-21-M0137W 2020-21 Overlay West Project City Project No. M0137W City of Santa Clarita, California SEE A'MAG"E0 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. 2. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Name and Address of Owner / Agency Type of Work Name and Telephone Number of Person Familiar with Project Contract Amount 3. Name and Address of Owner / Agency Type of Work Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Date Completed Date Completed The following are the names, addresses, and telephone numbers of all brokers and sur ties from whom bidder intends to procure insurance bonds: AAok (� r PLOP I u c � I o t7 p 8 AYt�O fffzt moo �n CI �n v N ad � I C7 H M� MAN M+W W u9/ f9 M Vi �I I fd 'f�'=m m mmI m m E:z5!o? o` `No ors omn dam U O r chi F- eo O F- �I� GO m m MA! m m m m m O O O O O m 0 0 0 0 I$ 88t1i Roo E rn �: c E o�+ i FM �5 c G$i ,� $ 0 Fix w ny���+��ra�o W E m 5 2 m1IIIpc? E m QvoUpi v mr�p !� C QQQN �I�y t�� fD IO pC6pC-�I� fV �1W d O�toN YNmM NIQ Mnrr ai ?.' C en cn m I m11 L E c an d m iYiQ cpf� on> U�acSma��'ag I � I M N C pi a m c E c v c rn d ymns c y d U S. L) �° o ZJ2 mM 05SI05 n M 01O tom I,n 2 In m m�N �M',r a N M m� m m�1ff CD�MIO1 W O NIN to (of S'Q NlW M M N pp m 0 O>.Nin y� p Mi eo m N 01 St� O C7 m'm f�'N ��aD, W nInI M u-, r+�m m M GD N O 011n m m O Fcom v cQ'j N If) Oi tri r ti n m M p� 0p0f �'p� Oi.f�l In Gp m t7 iD CD �1I0�� OD C CO p GIf �I10 Io �!m M M m 'a �l O N tmD_ Go On1_ MI� i✓fi 1�m �OOP M Nl7 rOm TtoO mN nl N r N � I�lN 1t) < I 11 I ��to1.9-"-oIn I � �V eoo Ego, O F-r 1-F-F-GOC]O t� mrl'4:: mammm��OOF-rOF oc�� S'c.nocao: `8 mm _m In M rn m rn m m m Q m ^ Q m m _mmmm = _m II m m m _m m' m m m _m N m =(tea OT) ' m N � E' I � Q o � � ca _a a � O O c 0 aooc�+oor0000000 "�a"8`Scin,m_��'.r r: o om E I 1 j E E LM E E $ m z E o 6 8 0 8 p o 8 8 ! E o E ao sC7`v G9i rL L:rE ?E E c 8'iEEc�R`.S oc�i,'-c s Eo $ typ my,aGCJ£mihla $ E c + CU��JJ �` ,r}�u�-'o`°'@� ®1 • v`4 � � tG ��', g� L $�•.'� '�'_ .£�7+ a o .& c c E c c cIi r t' •c g SLR aE $ c" i E. a m ' ."i� rn O r 1. I E A2.1 Y! E E 2 2 25 m y (Mom e} N m m N 1� O~D Ob CCI dr Obr Gb�Mer�+G �pN m n n=N INm^r ` �a�ZvZK 3z c^ `.cv C c N r qqN t�oMrN MmNmG�V ME IoN `ob", G°9i N N W a6 W� ao N c�.l O n f+ vlOp ® vl�Tm 4fi - % 1O ' o `$ s' m m LG o 5 '- c U s d d y m °' SC� t` c , C.'2) o'> Q m m� mNli 80 J8 B.c mYC29 Z y `2° > c I, m .� » Y c c Ni c>> c o. E d d C ti �y •C � G3 O N .G� N fa CI 1LO N _ O m qo c c tQr ,8 Q m O 2 U C.7.2 m m d'IU � S rL C7 ml Y w LL O¢ 2 2 2 t y E U B a d m S�pELLILL (nLL m c» «IE [q E c •c g' a c- ay m ¢91269a R O O a fV Om N O l� l� N O O O GOO C�NO OpOD N N O N t7 pN..fr7 m p� N On O O f' M = Mimi== m OY O) m mm===== rn=�i��i m m = M. -SM ==Oa=Of Cf �tpp k L �� .52 - c , '0 O Q G] QC @ d C C C U (p E E c Ey m m a t �I vm Q c.8 'c � c c� c m Gs c d o+ d G1 o c c Gs d tU aI o r.+Iom=m.v��i,.r_O`i,aar`�3rnv�CnmrPia�J�v� �pi •� d � my3 'y y�ON �jj dp IG� 2_a 'a ¢ Q`cN Qy Emcb/7 to c5moZ2mcccLLm�dZ�GQi�m�vdoii ism m,EG mLL�LL r¢¢uia5mm�cm£o`° U N 0 ui CO co p vi CO) 2 U n ��G(W� M O N 00 I- C C] r 3t. In lla .r..-.. tii � Q� r N= Cv fH r_ r= r� r r r •- � r yy r ' m d 0 0 � 0 c :3 U 333333?? po c m N LL' a� a�g E E c It d E. C7�r 3 gtLLU� III CZ M ix '.:2ya2�a3iE E d 9 v d �m a c m •oL m E LL c 2 N E E D c m E m Gci �Lp a�ppS4E (7 J Q Lee I a n Q d fS 1pp0 viR E d mco A t o v U �cm'><H&o M d C C c c � Z g' Es E rnd3 mO a �>yQ'Z" U L� L yUy M N G] m M In m `roa �'�LL d' OiGm H d 2 c2 ciGoo�+'c 8'�c`c �a c 0 R ca m c 2 m 5 2 J n i�mpp S �O tfNpp =pp (^p (Ap LO In N ll7 10 y 1l! 11') ll"J I[i �(! I174n 10 II'Y 40 40 In 4!J LL� Y7 U] 10 10 �O In to tl') l0 4'J DocuSign Envelope ID: 3311B131-4BDD-47E2-9371-03A5C7l3B505B EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-20-21-M0137W 2020-21 Overlay West Project City Project No. M0137W City of Santa Clarita, California PALP, INC, OBA This bidder EXCEL PAVING COMPANY proposed subcontractor hereby certifies that it has ::'` 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 that are under the applicable filing requirements. PALP, INC OBA Company:/Urm) F.1 P�AVINC; COMP NY By: P. Brown III Title: riPnt Date:mAY 12 202' 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 $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DocuSign Envelope ID: 3311B131-4BDD-47E2-9371-03A5C7BB505B BIDDER'S BOND Bid #ENG-20-21-M0137W 2020-21 Overlay West Project City Project No. M0137W City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid opening date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: "qW4 1%5CJNT OFAWUNT BID dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said CITY provided this Proposal shall be accepted by said CITY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: 2020-21 Overlay West Project Bid No. ENG-20-21-MO137W Project M0137W bidder's Signature CONTRACTOR/BIDDER r 0 Address 2230 LEMON ALOE LONGBEACH, GA 90806 City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. Docuftn Envelope 0: 3311B131-4BDD-47E2-9371-03A5C7BB5058 PROPOSAL G,EJ,ARAN1g;BID BOND Bid #ENG-20-21-MO137W 2020-21 Overlay West Project City Project No. M0137W city of Santa clarita, callfarnia KNOW ALL PERSONS BY THESE PRESENTS that PALP Inc. dba Excel Paving Company _ as BIDDER, and Federal Insurance Company. _... u was SURETY, are held and firmly bound unto the ....,.,. Ten percent of the City of Santa Clarita, as CITY, in the penal sum of-,- total bides dollars ($,,,,y,,,_,Io%o ), 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 16th Day of April 20 21, ,. PALP Inc. d Excel Paving Company BIDDER: Sig Lure Curtis P. Brown. III., President...._ Name and Title of Signatory 2230 Lemon Avenue, Long Beach, CA 90806 562-599-5841. ....... ,,,,..,. ... _ Address SURETY* Federal Insurance Company, 202B Halls Mill Road Whitehouse Station, NJ 08889 Q , 908-903-3485 Douglas. A. Ira, Attorney in Fact Rapp Surety & fns. Services, Inc. 999 Corporate Drive, Suite 100, Ladera Ranch, CA 92694 949-393-0740` *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. This documerro# must .be, notirizad Oriorio. -submittal. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On April 16, 2021 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp who proved to me on the basis of satisfactory evidence to be the person(-&) whose name( is/rye subscribed to the within instrument and acknowledged to me that he/eheAk" executed the same in his/*A4*& authorized capacityjies), and that by hiss signature( on the instrument the person(s), or the entity upon behalf of which the person(e) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SEA; °F rNF DEBRA SNS WAON N Kul ` ''y COMM. # 2335630 ;V NOTARY PUBLIC-CALIFORNIA N ORANGE COUNTY N �VgL'F YMY COMM. EXP. NOV 10, 2024 r Signature .. (Seal) - " CHUBS' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance, Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations ofthe Commonwealth of Pennsylvania, do each hereby constitute and appoint Douglas A. Rapp and Timothy D. Rapp of Ladera Ranch, California ----------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for acid on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bait bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 5th day of April, 2021. Rmn M.Chlor=.,,A,, istant4ecrecary Lg� , .,;1, Tl�q STATE OF NEW JERSEY County of Hunterdon 45-� p' l 4,L� Stephen N1.Haney. Vice President ow s ce) On this Sm day of April, 2021 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JEPZL-Y No. 2316685 pff8L1 CofWlsfk- Expires July 16, 2024 Nrnary Publlr. R CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE. AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment'): (11 Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment forandonbehalfoftheCompany, undertheseal ofthe Company or otherwise. (2) Each duly appointed attorney -in -fact ofthe Company is hereby authorized to execute anyWritten Commitment for and on behalfofthe Company, under the seal ofthe Companyor otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointmentas such attorney -in -fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized. for and on behalfofthe Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authorityto execute, for and on behalfofthe Company, under the seal ofthe Companyorotherwise, such Wrinen Commitments ofthe Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, Cur and on behalf of the Company, to delegate in writing to any other officer orthe Companythe authorityto execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments ofthe- Company asare specified insuchwritten delegation, which specification may be by general typeor classof Written Commitments or by specification of one or more pa rucular Written Commitments, (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, maybe affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to bean exclusive statement ofthe powers and authority of officers, employees and other persons to act for and on behalf uftlie Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly gra rated or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNIFY COMPANY, WESTCHESTER FIRE INSURANCE COMPANYand ACE AMERICAN INSURANCE COMPANY (the "Companies') do hereby certify that (I) the foregoing Resolutions adopted by the Board of Directors ofthe Companies are true, correct and in full force and effect, (if) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this April 16, 2021 flnvwn hl.Chltxcx,..ls:wi:;tIntSr.•..r+.•fn IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER NATTER, PLEASE CONTACT US AT: Telei.hone19001903-3493 Pax �9001903-3656 e-mail: suretyachubb.com Combined: FED-VIG-PI-WFIC-ANC (rev. 11-19) CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGIVEkir 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 Anqeles On before me, R. Covington, Notary Public i, ere insert nam ane ume of trio onicen personally appeared Curtis P. Brown III who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islaKe subscribed to the within instrument and acknowledged to me that hel "executed the same in his/I ( it authorized capacity(ies), and that by his/hetbodr signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument, I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. j( ;� ,�°..'+�,. N WITNESS my hand and official seal. R. COVINGTON M ,on "` COMM.#2339692 M 1= 'T, Notary Public -California X LL 'A.. o LOS ANGELES COUNTY LL IR l �y My Comm. Expires Dec 8, 2024 Notary Public Signature (Notary Public Sea[) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT ifneeded, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document signers) personally appeared before the notary public far acknowledgment. (Title or description of attached document continued) . Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. . The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title (notary public). . Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. ❑ Individual he/she/they, is /an) or circling the correct forms. Failure to correctly indicate this (s) information may lead to rejection of document recording. X)( Corporate Officer • The notary seal impression must be clear and photographically reproducible. President Impression must not cover text or lines. If sea] impression smudges, re -seal if a i Itle) sufficient area permits, otherwise complete a different acknowledgment form. El Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney -in -Fact S Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other Indicate title or type of attached document, number of pages and date. ❑ :° Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). 2015 Version www.NotaryC]asses.com 800-873-9865 • Securely attach this document to the signed document with a staple. DocuSign Envelope ID: 3311B131-4BDD-47E2-9371-03A5C7Bl3505B NON -COLLUSION AFFIDAVIT Bid #ENG-20-21-M0137W 2020-21 Overlay West Project City Project No. M0137W City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) (:Itrtis P. Brown III being first duly sworn deposes and says that he/she is the Prorziripnt PALP, INC DBA (sole owner, a partner, president, etc.) of EXCEL PAVING COMPANY 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 business. Bidder: �Cu� _ nature Title Curtis P. Brown III President This document must be notarized prior to submittal. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT 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 Antaeles On MAY - 5 2021 before me, R. Covington, Notary Public i ere msen n s anti n:ie or me i micen personally appeared Curtis P. Brown III , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islan subscribed to the within instrument and acknowledged to me that he/y executed the same in his/l*(ir authorized capacity(ies), and that by his/hea ikxidr signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. °`�� R.COVINGTON n o COMM. #2339692 M Notary Public -California U) a LOS ANGELES COUNTY u My Comm. Expires Dec 8, 2024 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATIO (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) U Co orate Officer President (Title) ElPartner(s) [I Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version www.NotaryClasses.com 800-873-9865 N DocuSign Envelope ID: EAF007E3-9B38-4622-971C-B4CA09CB2CB1 Addendum No.1 May 6, 2021 Addendum No.1 BID # ENG-20-21-MO137W 2020-21 Overlay West Project This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. REVISED SPECIFICATIONS Please see the attached revised specifications for this bid: • Revised the entire sub -section from Section F—Special Provisions (General). • Revised the entire sub -section from Section G — Special Provisions (Technical). II. REVISED PLANS Please see the attached revised plans for this bid. III. REVISED BID SCHEDULE/LINE ITEMS Bid schedule and line items uploaded on BidNet have been revised. ATTACHMENTS • Revised Section F — Special Provisions (General) • Revised Section G — Special Provisions (Technical) • Revised Plans • Revised Bid Schedules l• 1��� C�t.Inan,cUNr) [V ike 1466`h ri ; City Engineer BID # ENG-20-21-MO137W DocuSign Envelope ID: EAF007E3-9B38-4622-971C-B4CA09CB2CB1 Addendum No.1 May 6, 2021 END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 141 Cootractoes Representative Curtis P. Brown III PALP, INC DBA EXCEL PAVING COMPANY Company Name MAY 12 2021 President Date BID # ENG-20-21-MO137W 2020-21 ANNUAL OVERLAY AND SLURRY SEAL PROGRAM PROJECT M0137 For clarification and reference: Area A was advertised as the "Overlay West" project, and Area B was advertised as the "Overlay East" project. DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 PROPOSAL FORM Bid #ENG-20-21-M0137E 2020-21 Overlay East Project City Project No. M0137E 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 AN D TO DELETE ANY ITEM FROM TH E CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the projecVs 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: Company Address: Phone: Email: By: PALP, INC DBA EXCEL. PAVING nnnn LEMON Al1A1 AVE LONG BEACH, CA 90806 562) 5M-5841 Curtis P. Brown III President Print Name Title: Curtis P. Brown III President Signature: C— Date: MAY 12 2021 4 O p o N_ o O o N • CDo C0 0 0o O CDO Ut p p O CD 0) .0 f' (A O p p p o tt) M o o coo o o O O o o N o p O tt) O CD O c) O 7 o O (, Il) p O c\i W o M o o u� N n o o 0 o oc>W r W O p N O O W a * Cl)_ Cl)to EA9. N _ O C) O 9 i (D U Z O C5 o CDO O O o OO o 0 0o O p O 'O OC CL � O O o c�i M O O t` OO o u-� a n o �n to N 0 0 0 o 0 00 o O O O O p � O O O O O Uj N O p O O Cry 7 in Ffi O Ffi F» o F» F» cM Ffi F» F» in M E!J fA p y3 N fii N N Q ~ F Z r LLO M CD 00 (o O ( M N CD O 00 000 r IT� M O 0 0 a0 LyjJ D a r r r N N co ti N r d• r r IT r M M r r r M r r M co 0 a t F- (n (n (n Z Z LL Q LL U- Q Q a Q Q Q L.L LL LL LL L.L Q Q Q J J J F fn �j] J J W W LU W W W J J J J J W W W cu t t , +s 0 w -O x Z N 0 i a a� �_' 9 LL NNN X N U c O C9 •y 0 c i d IL cc_ 8n Z (� 0C N E cc W = LL L' o H a 2> W f0OnC U-r.- c y 0 o a) L a) c os M 3L (a CL m a U> > > 06 p 0 O-ffi Vd,.�Cm aoO CIJ CO 0 O 0j o"o o V � mQm 0 a o�- a0 ~ W ❑ (p V U (7 03 r N M H Z Z y Q Q 0 d a fl a o=� y N c o O O m �- i a�ci c i U J m ` to inQ¢ Q Q -- V .0 0 (a ars OrS r r C C C C 3 0 0 J J ; U d i7 >> Q m ors m m w ns m t wQ ❑ :ii J N V N O>> �� c O c LA c a s a Q v t Q Z " Q _ m$ _ O E E �, al N a) a1 a) N m- .0 CL LLl w m O O t U a W= W -0 O U a) a) a) a) 3 3 3 3 0 iV c .CL r` .a c .CL i= H t Q N i' W 2 H —0 m Q Q Q' Y Y d O J O J O J O J r (n (n (n 05 Q 2 _ (n _ ~ ~ 1 t LL Q Q Q ° m m m ' CL I.I. U) r N M V (p COr N M It (0 r- CO M O M 0 O M r Cl) N M N M' a W W L F W z LLL r r r r r r r r N N N V V'T N N W `mom o a a c U) U 0 m U o O O O O o 0 0 J O O O 0 O O co O 0 00 LO O oo O O O O Q o 00 o C' 04 CO rn o0 0 0 0 0 r` oo Oo O r-- co 0 O 00 O 00 Cl) ( Qj 00 � O O rf? NO r� M Cl) 00 O N O Cd 4 � Efi Ef3 Ei) ER 6c, 6c, ER 6q ER ER W I V O O O O d O O OO 0 O O O O O O O O O O O O O O O Z � Cl) Cl) � � � O �O 0J (o� �vj O O Eg ER Eg ER ER ER ER ER ER Eg ER ER E.i3 Ei> Efl ca W QCl O M co L� Ln ti M 0 M 000 00 H Z r r r N 00 M N N r0 n � w O 00 0 � M N O M Q N Ln 0 � r 00 m ~ 0 r r O Q~ [n (n fn Z Z LL LL Q Q Q LL LL LL LL LL LL LL LL LL LLLL w W W LL11JJ J J J J J J J J J J J U o m Z a C7 Q t ul i.L Zj _ W a N d E —aw o N m �O 0) 0) N O) Y r >o ti a� o m U ca~ m m m COH W 0 � > O J ~ m N U > >• ca O °� o o Q > m= J - °� o o o p � > L o m E E Q p m c a �p Q Q gym` E Y c O t t a o 4 o E Y m C O m m y to O r N N M M M Q V W o g " coo Q ¢ -0w w_ Z J _ o U' Ur ad 0iS -0� � Z D W "' N o o m m mII a? rn 0) 0) rn' rn rn 0) cm coc c c c' c c c c c N J p 2 p 2 E E'a a ;a C. J W Q o (LO O U w 0 0 o O � N UJ f� •� •� W+�•L LL Q 00 w Q Q J J CD r (n cn n fn fn in in 9 N LU O r N M 0 m O oo O N M 00 d7 M LO w O O ~ W— 1�- Z r r r N N N N N N M M M M M U Z n 0 U LL LO U co m Do 0 U M W Q n Q m CL 0 c W U O 0 a c 0 o m 0 0 0 0 o L o ,ri O o o m (D COo LO -_ O LO O N O co n n o a 65 M C_ C a O O a O O O j O 'j O O 00 fA fR Ui LO LO fR fR _C � a rn c_ ( 3 00 ° p U m N N N 00 > Q t C L QQ Q J LL J W W J a c c E o O p U c N Sri o w U co__ c C a to O .r a O N W to ° O ° D c S) 0 a) � U L LL ' .�. C Q O 0 Z Z O a) E c Y N E ° ~ Q > � al co o ai a 0 T a O N a) Q m > 0 O O ~ ~ Q E U U u1 r w v v v v N i Q J Z a o, Q F o 0 0 m v 0 u? o 0 0 0 O O O CV I N L N CD CD O CD M _ N _ 'K (M EiT I. (p (M fR fA N fii _ �% EiT fR fR fR LU O 0 o O O o c Z o O 0 O� 0 0 O o o O 0 o 0 o 0 o o o o o a> c� IL o o M (D o 4 o n �n o 0 � M 0 � 0 > 64 ~ a J M CM c° L H Z W a CoS M O O V) NT N N O H I M M N CO)— o 0 T Z i . CO J J�� J J Q�G�, QQ QQ �i J Q QQ .X (n W W �J] o c m 0 o t � o G o Lq 2 N C C7 LO co �. 0 o D c N •A o c > 0. C U. fn a o p U m.2 v, m Z 2 m 0 a) H o E w M G w c s > v m U O ti> am ~ N CD U �' J iL 0 > as = Z Z m m a U ¢ t (D w' J J E ji a °� 4 � (D> O O O p � O o. 7 3 N In N O VJ m C p Q Q IZ V U c Q Q ° aai o a 0 mQm 3 Q W N m as m LE !— H H J N > .- .. 6 d O O Q N p o m o a)a'i ai o o i•, It C co H W LV H U¢¢ Y1 J J N p_ p_ LL O Q V p -J m m 0 Z N N LU �>m �a a a 0 w c rn C) v 0 0 y O ci O p O 0 Q 0 0 C O) O O 9 p p 0 0 0 0 rn L C 00 O N O O c 0 m (M r LQ n w (0 M M W it 6,i (f3 Ui wA fA fA fA W Q O O p CDp d O p O CD CDp p O O O O O p O O O O O p O O O O O 0 6 Lo 0 0 0 z O p O _O n- pLf) O O O D HJ 6, vi Hi 6q � HJ Hi U) U) U) fA fA U) W J c) ILO� O Z pMp w 0 � N 0�0 CNJ Lo CD � N N Q lCj �( ) ~ cn co cn z z LL LL LL a a a a a LL Q J J J F F- (n J J W W W W W J LLI Q) o � N C7 O o c+i N N y N �aC7 E LO LL ... N LL a) N U � LL C 0 O W t1i z E O LLo y a/ QCD� > 2 w o o> c F 4) d o V LL o G o m ° mU > ;�.J Z Z LLJw m c > m o o= .' o U ca> V m ^p o0 H H a C U i Q > J Z Z a (C ��11 N m co CD (D V J CD f� 3 a a V = = == m a. a Q- a M lqrO a) -0 -0 o a) o y5(D aQaa U cri J J Fa- J ��00a000W o aM M am: H O Fa0H- aMG NUN�Z Ea OEoaOja N W m 0 a)tO O O O (V /i a a DE Y Y J J J J c (0 J m m Q W Z r N M CO f- CO) O J J U>m v J O O O p O O O CD O cn C U- O O O (0 O O O O O O V O � Iq W O O O p O O V 00 LO M M C CV M � V) W Co O M 'O ,K i Ef3 fA Vi V) EA fA Ee W U B i O O o ° d 4 4 O O O O OO o 0 0 o O o 0 0 0 0 Lq o o g g o o Z co O o w V N U) CM � o z O Z N N N 0 � � � M N o~D M N d' , c F Q N o d cn 0 0 H Z QQ QQ QQ J J J Z J fn J J W W Lll w o N o LO c c (D rn n 6s X_ ,Cfi n _C N L.L fn C E F E 0 N ' o L o C 0O ti Cl* €q Z w a � U LL G C)7 H o U >>,J _ Z Z o +r � 0 E z z c°0 �¢ E d x «s o v m �pv^, s O O Q C 7 U "' 3 a.v U o =y Q Q w 2 J a J a H J g o mC�(7�sr� o a ��� F— H Z D N V d> Q m N f0 0] c O O N W %�U N N N O O CV 0 0 a F- CO Q Q Y Y J J__ J m m p Q U m Q N M0 w O N M tD a0 r N N ~~ d ~ ~Z oa U>m a U n ~ aM co c U00 CO a CO o� va N J U U Wa W a Z J r coo) W) W_ �U J 06 U) 0 r 0 LU V V m C 2n 7 U O . . . . . . . . . . . . . . . . . . . . . . . . . U) O 0 J O CD O 0. p O O O 00 . 00 O O a 0 0 0 N O O 9 O 6 O- cc O O- O O CDC) O O O p O O O 00 O O O p +O. O O N LQO00 ON fA Cl) 00 6q E9 E!J ER ER fA ER Eg ER ER O O W N V a lO p 0 O O cc O O O I- o o0 0 o O O o o o 0 0c c 0 0 0 0 o m O O O d1 O O O O O O O O O 0 0 0 O O Z N O O �_ OO 06 � (D O 0, CO _ N O O -O ERN 6? fi3 EFT ER E9 Z4 ER f ff3 f}} ffl ER ER L O) � N LU Q r r r O o r 25 (O N MNw 0^00 NLoTMOr-LO N N mQ Z d� d) N CO N Cl)M U)r O o _ O ~ (n (n (n Z Z LL Q LL LL Q LL Q Q uJ uJ uJ LL LL LL LL LL uJ Q Q J J J F- F- CO LU J J W J W 11J LLJ LLJ LLJ J J J J J LLJ LLJ LLJ N N _°c (6 O s O � N N M C c 'a .N N O r —_ CO L LL LQ E r_ � c t 0 0 � Li d .E N LL N y O a LL 0I o W to °- o u, E 0 m 0 m 5 m i) < W' c = > L o j c H C7 0 y o> U m o LL. i� c m a a� U>> a o Z Z C - U U o o dmC9Cd�d�Sd�tr�N>N:N:CO p-a a o4a a N *Nc~- rm aa ) H �Qj�QQQ9a M 0 0) CM OO_ Wo oaa'a'a aJJaJ FaJ- F- LUG0 — s c c c co °Z(o a v— > > O ON EL 0 O o � •9 co 3: m !2H(nQQw�YYa ���JJSio�v�in("nQ=m m O r N M q LA 0 I- M 0 0 N M CDN 0 N M d' Z r N M CO 00 r r r r r r r r r N N N M M M O J J �a a DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 BID SCHEDULE 2020-21 Overlay East Project Bid No. ENG-20-21-MO137E Project No. M0137 PALP, Itiv 013A City of Santa Clarita, California BIDDER: EXCEL PAVING C01APAN`f BASE BID ADD ALTERNATE 1 ADD ALTERNATE 2 ADD ALTERNATE 3 BID SUMMARY TOTAL PRICE $ 2,668,422.14 IN FIGURES TOTAL PRICE Two million six hundred sixty-eight thousand four hundred twenty two dollars and foi rteen IN WORDS cents TOTAL PRICE $ 1,485,919.00 IN FIGURES TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES $ 704,065.50 TOTAL PRICE Seven hundred four thousand sixty-five dollars and fifty cents IN WORDS TOTAL PRICE $ IN FIGURES TOTAL PRICE One million forty five thousand two hundred seventy-three dollars and zero cents IN WORDS TOTAL PRICE $ 694,944.50 IN FIGURES ADD ALTERNATE 4 TOTAL PRICE Six hundred ninetyfour thousand nine hundred fortyfour dollars and fifty cents IN WORDS TOTAL PRICE $ IN FIGURES 1,592,068.00 ADD ALTERNATE 5 TOTAL PRICE IN WORDS One million five hundred ninety-two thousand sixty eight dollars and zero cents TOTAL OF BASE BID AND ALL ADD ALTERNATES TOTAL PRICE $ 8,190,692.14 IN FIGURES TOTAL PRICE Eight million one hundred ninety thousand six hundred ninety two dollars and fourteen cents 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 add any of the additive Alternates by Contract Change Order at any time during the project up to the last DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 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. DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-20-21-M0137E 2020-21 Overlay East Project City Project No. M0137E City of Santa Clarita, California 1. 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 amendator r_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 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: 64EFFE48-63C7-4321-9851-726C3968F514 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. v. 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: 64EFFE48-63C7-4321-9851-726C3968F514 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�m6ification of these terms must 6e negotiated and approv�rior to contract execution and are at the full discretion of the City. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Date: MAY 19 ?IM Printed Name: Curtis P. Brown Ill President DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-20-21-M0137E 2020-21 Overlay East Project City Project No. M0137E City of Santa Clarito, California 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. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: PALP, INC DBA EXCEL PAVING 5 W AVE Business Address: LONG BEACH, CA 90806 Telephone No.: 5 E1599-5841 - - -— --- STATE LIC# 688659 State CONTRACTOR's License No. & Class: A, C12, C31 DIR No.: Original Date: Expiration Date: 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: Curtis P. Brown III President and Chief Executive Wear David A. Drukker Vice President and Chief Financial officer Marcia S. Miller Secretary Crissa A. Phillips Asst. Secretary DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 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: 0VX All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: OAL-P; J�iv DBA ^L PAVING COMR'P Ny IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of 20_ BIDDER: 9ML Sig rAture Cuft-P Elmwn III President --- — -- Name and Title of Signatory Legal Name of Bidder PALP INC DBA EXCEL PAVING 29230 LEMON AVE Address L0I4C I, 562) 599-5841 FED. 95-3672914 Telephone Number Federal Tax I.D. No. This document must be notarized prior to submittal. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGI't EN'T 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 Ancieles On _ _ before me, R. Covington, Notary Public ,ere insert namb and Of}e at the ancer) personally appeared Curtis P. Brown III who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/axe subscribed to the within instrument and acknowledged to me that he/a*o$dwy executed the same in his/IW&t�ir authorized capacity(ies), and that by his/hlex(ftdr signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. GTON WITNESS my hand and official seal. �*my MM, # 3396M COMM. #2339692Notary Public -California LOS ANGELES COUNTY Comm. Expires Dec 8, 2024 II. Nota-�NPulie Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document signers) personally appeared before the notary public for acknowledgment. (Title or description of attached document continued) • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title (notary public). • Print the names) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. ❑ Individual (s) lie/sheldiey; is /ere ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. ,10( Corporate Officer • The notary seal impression must be clear and photographically reproducible. President Impression must not cover text or lines. If seal impression smudges, re -seal if a (� Itie j sufficient area permits, otherwise complete a different acknowledgment form. El Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney -in -Fact 4 Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other Indicate title or type of attached document, number of pages and date. ❑ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). 2015 Version www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 BIDDER'S QUESTIONNAIRE Bid #ENG-20-21-M0137E 2020-21 Overlay East Project City Project No. M0137E City of Santa Clarita, California PALP, INC WA 56� 699=584? 1. Submitted by: EXCEL PAVING COMP,4NyTelephone: ZZJU LEMUNAVt Principal Office Address: LONG BEACH. CA 90$PC 2. Type of Firm: ❑ C Corporation 0 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: State of Incorporation: GAUR NIA President's Name: Curtis P. Brown III President and Chief Executive Officer David A. Drukker Vice President and Chie` F nancia: uricer Vice -President's Name: Marcia S. Miller Secretary Crissa A. Phillips Asst. Secretary Secretary or Clerk's Name: Treasurer's Name: 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-20-21-M0137E 2020-21 Overlay East Project City Project No. M0137E City of Santa Clarita, California 4. Name of persqifttfeYIT q 6Ms license: Curtis P. Brown III President License number: A, C12, CA9ss: Expiration Date: ` ?it) `j... D.I.R. Registration # \00000nil 5. CONTRACTOR's Representative: hot K�JI Title: �fb S . fa✓ Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: A. SEE ATTACHED Owner: Project Location: Type of Project: B. Owner: Project Location: --_ Type of Project: C. Owner: Project Location: Type of Project: f � _ RA O®��Mm'�iD ONi a+'b N�f NSW �I� C9 p��• �Ny� p�p�p�_ ��-� N R O 05 iD 4�i �OQ� C A m ter•-�OAi N AmA N�l'i ���ppp� Lti III {p imp �p cp' imp ^m -M p� O O ti� PW'7 ILA 0�1 t'-a W co O> CD N 4P-1 Cl t0 OD ��p� ��fF6 {�j e=rlr r N aD N Nrd'� FSN CAI' N � r wv1- Nrrr cr N N YlNN1AN N`tA�VJ N�l9 f9 to to NN,fAKENNNN' � 6p1N+4iN+N liNNNNfIiNNKNNl/tNWNNM)�NNN �m�am mQ Q mvr—i m1 °' rn 'm cT�m mm a a' ^_ _Lg� am s o y CD _ m �j r mm �� — H O � OOm m0 i0 O F m Or 00 r FH. !e 1� m m Of m m m �a0 _m ^O Oa 01 Ol _m m Q� Oa Oa Oa O� Oa W W Os Of Ca 01 T O� m Of Of Of Of 0O of SOam.$ �r a —a a ==aJ —�a�r=raa gym. T 0 0 0 O O _ F H _- N 7 yQ O ii Sid yy a C d O Y C d L p C � Oe it LM Alai .�E nn ti 4c i5- c — ai =. c, 9. o I A r 1 A gN M M r N M � Nm agi CNj t�N� 1(q n � � rn �.3 ��mp a`+i `�� �Orn ym yo' cy����PNi n�cb rpppm BM tv.3 eiyo �.� N 'n � � rM_N a•� '+n N �+t'a A N m ib N V N [N7 N R fn ti N fG l�`> ti Of N �. W Oa pmblN' N N N W Cln ID cv N N N r H �r�g,�g� �dc�,�dNi� �s8d;mQrT��� V d i*aC-�MC.2fi�`me-.e"�"nwc'`i •mry W W C uj W v pp $ pp;; �p y !0 Y �1 € N ` N �LI! �0+. .'�O A •T. C Ci m O 10 C C o>�aAoA�`�Oa=g�c�5>"day» LL �a 0 f. i W O A O 6 O e C O 1 n o M O O N O O e9 O C M — �- — - --- uj U E�Mw c.M C �' � m�r�E €c c 9 c oU5� t m RB �i t��— c � LL 3S 'S 14 au C O C C �O p C O � C c c � C v �+ _3mm€0v3`—rii, `_'Bch ,- aam 3'�ic"�iiri3-,-C-S!1 3�_�iR -"'-- iKt �i�iR�'�k z O ` N p o p I a = c .£3 Sk�i+ g+j m O jo aEv �cna �gUcn mc¢E.€E �a o cg'm Em gi d i Tm Aim 3 � c ,r arc �Sa m_ .� 2 v7 pci io 0 2 a E m �O a E'& $ j¢.€� ii '° rti�- 2 V m t LLaLL LL M m E.44LL W N c �f m �S LL G LL gga�mZ� ¢ a> rd wp uib ui a• to !' �ow�C7¢c¢cLLia}E mvk�a'U `E°ui WX S m mLLu_ g � L l.I m y N m U n A O N W g U LL LL !d n N w W l i�mpp ppm C ilfN LL'] K1 M N 1n O.lA 1� O YO �1�M 4)� O � s IAM � LL'1 Y]� co 85 '' G og�$� yQ e0 $ 01 �'c E E c mgEig R�7m� �jpn q'� oEt € 1 c scPci�``8�1`iPii�a=adXcdJ�i��3�� LL =�� c�"n���_���� --- I I 8 IM � C m IjI i I E E O= �o a Si E. Y W r 'c PS W obi N Q y. c �o E E HIE RE .17 le Ems— 3d ¢ ¢ D'Z It -�€ I _c .o Ut2Gm5�_mc a W 1"�mappm�� qucS�mRNNi`.i�`�u���rQQ�.eioe�-ti��','`om rn�o°°+oo�� cv� 4S uim uSu� wMu575 `Is`tg`t9i�i�`�i�i�1u11n 1 1`1i`1i1`1`;`11 11i �iu��irnGiGi DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-20-21-M0137E 2020-21 Overlay East Project City Project No. M0137E 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 prior to 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. PALS, INO DIM XML- PAVING COMPANY BIDDER Curtis P. Brown III 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). DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 DESIGNATION OF SUBCONTRACTORS Bid # ENG-20-21-MO137E 2020-21 Overlay East Project City Project No. M0137E 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 Y. 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 addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Pavement Recycling Systems 1000003363 $549,421 Age of firm: DBE! Yes Pie Annual Gross Receipts: 15M Location and Place of Business 10240 San Sevaine Way, Jurupa Valley, CA 91752 Bid Schedule Item No's: Description of Work 7-10,12,13,50,51 Cold plane License No. Exp. Date: / / Phone( ) 05-31-21 951-682-1091 Subcontractor DIR Registration No.* Dollar Value of Work Chrisp Company 1000000306 $69,912 Age of firm: DR& —Yee Pie Annual Gross Receipts: 41 Gems.,,. A,.... eyi 15M Location and Place of Business 2280 South Lilac Ave, Bloomington, CA 92316 Bid Schedule Item No's: Description of Work Striping License No. Exp. Date: / / Phone( ) 374600 5/31/21 909-746-0356 Subcontractor DIR Registration No.* Dollar Value of Work $116,230 All American Asphalt Age of firm: $BE, yy No Annual Gross Receipts: 51 GeFtifyi .. �..,,ne . --._..,...o..a_.._,: loom ry Location and Place of Business 400 E Sixth St, Corona, CA 92878 Bid Schedule Item No's: Description of Work 5 Slurry Seal License No. Exp. Date: / / Phone( ) 267073 01-31-22 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: 64EFFE48-63C7-4321-9851-726C3968F514 REFERENCES Bid #ENG-20-21-M0137E 2020-21 Overlay East Project City Project No. M0137E City of Santa Clarita, California SEE ATTACHED 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. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount 2. Name and Address of Owner / Agency Type of Work Name and Telephone Number of Person Familiar with Project Contract Amount 3. Name and Address of Owner / Agency Type of Work Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Date Completed Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: f � _ RA O®��Mm'�iD ONi a+'b N�f NSW �I� C9 p��• �Ny� p�p�p�_ ��-� N R O 05 iD 4�i �OQ� C A m ter•-�OAi N AmA N�l'i ���ppp� Lti III {p imp �p cp' imp ^m -M p� O O ti� PW'7 ILA 0�1 t'-a W co O> CD N 4P-1 Cl t0 OD ��p� ��fF6 {�j e=rlr r N aD N Nrd'� FSN CAI' N � r wv1- Nrrr cr N N YlNN1AN N`tA�VJ N�l9 f9 to to NN,fAKENNNN' � 6p1N+4iN+N liNNNNfIiNNKNNl/tNWNNM)�NNN �m�am mQ Q mvr—i m1 °' rn 'm cT�m mm a a' ^_ _Lg� am s o y CD _ m �j r mm �� — H O � OOm m0 i0 O F m Or 00 r FH. !e 1� m m Of m m m �a0 _m ^O Oa 01 Ol _m m Q� Oa Oa Oa O� Oa W W Os Of Ca 01 T O� m Of Of Of Of 0O of SOam.$ �r a —a a ==aJ —�a�r=raa gym. T 0 0 0 O O _ F H _- N 7 yQ O ii Sid yy a C d O Y C d L p C � Oe it LM Alai .�E nn ti 4c i5- c — ai =. c, 9. o I A r 1 A gN M M r N M � Nm agi CNj t�N� 1(q n � � rn �.3 ��mp a`+i `�� �Orn ym yo' cy����PNi n�cb rpppm BM tv.3 eiyo �.� N 'n � � rM_N a•� '+n N �+t'a A N m ib N V N [N7 N R fn ti N fG l�`> ti Of N �. W Oa pmblN' N N N W Cln ID cv N N N r H �r�g,�g� �dc�,�dNi� �s8d;mQrT��� V d i*aC-�MC.2fi�`me-.e"�"nwc'`i •mry W W C uj W v pp $ pp;; �p y !0 Y �1 € N ` N �LI! �0+. .'�O A •T. C Ci m O 10 C C o>�aAoA�`�Oa=g�c�5>"day» LL �a 0 f. i W O A O 6 O e C O 1 n o M O O N O O e9 O C M — �- — - --- uj U E�Mw c.M C �' � m�r�E €c c 9 c oU5� t m RB �i t��— c � LL 3S 'S 14 au C O C C �O p C O � C c c � C v �+ _3mm€0v3`—rii, `_'Bch ,- aam 3'�ic"�iiri3-,-C-S!1 3�_�iR -"'-- iKt �i�iR�'�k z O ` N p o p I a = c .£3 Sk�i+ g+j m O jo aEv �cna �gUcn mc¢E.€E �a o cg'm Em gi d i Tm Aim 3 � c ,r arc �Sa m_ .� 2 v7 pci io 0 2 a E m �O a E'& $ j¢.€� ii '° rti�- 2 V m t LLaLL LL M m E.44LL W N c �f m �S LL G LL gga�mZ� ¢ a> rd wp uib ui a• to !' �ow�C7¢c¢cLLia}E mvk�a'U `E°ui WX S m mLLu_ g � L l.I m y N m U n A O N W g U LL LL !d n N w W l i�mpp ppm C ilfN LL'] K1 M N 1n O.lA 1� O YO �1�M 4)� O � s IAM � LL'1 Y]� co 85 '' G og�$� yQ e0 $ 01 �'c E E c mgEig R�7m� �jpn q'� oEt € 1 c scPci�``8�1`iPii�a=adXcdJ�i��3�� LL =�� c�"n���_���� --- I I 8 IM � C m IjI i I E E O= �o a Si E. Y W r 'c PS W obi N Q y. c �o E E HIE RE .17 le Ems— 3d ¢ ¢ D'Z It -�€ I _c .o Ut2Gm5�_mc a W 1"�mappm�� qucS�mRNNi`.i�`�u���rQQ�.eioe�-ti��','`om rn�o°°+oo�� cv� 4S uim uSu� wMu575 `Is`tg`t9i�i�`�i�i�1u11n 1 1`1i`1i1`1`;`11 11i �iu��irnGiGi DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-20-21-M0137E 2020-21 Overlay East Project City Project No. M0137E City of Santa Clarita, California PALP, INC E)SA This bidder EXCEL RAVING COMP proposed subcontractor hereby certifies that it has f' 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 that are under the applicable filing requirements. PALP, INC DBA Company: pyr INr, r.n%iPANY By: Izve.A4Title: .1P. Brown III President Date: MAY 19. M71 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 $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the -delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C3968F514 PROPOSAL GUARANTEE BID BOND Bid #IENG-20-21-M0137E 2020-21 Overlay East Project City Project No. M0137E City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that PALP Inc. dba Excel Pavinn Company . as BIDDER, and Federal Insurance ComDpnv as SURETY, are held and firmly bound unto the Ten percent of the total City of Santa Clarita, as CITY, in the penal sum ofamount of bid dollars ($ 10% ), 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 10th Day of Mav 2021 PALP Inc. a Excel Paving Company BIDDER:_` /ia Curtis P. Brown. III President Name and Title of Signatory 2230 Lemon Avenue, Lonq Beach, CA 90806 562-599-5841 Address SURETY* Federal Insurance Comoanv 202B Halls Mill Road Whitehouse Station, NJ 08889 908-903-3485 Douc.I Attorney in Fact Rapp Surety & Ins. Services, Inc., 999 Corporate Drive, Ladera Ranch, CA 92694 949-393-0740 *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 theTreasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. This document must be notarized prior to submittal, ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On May 10, 2021 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp who proved to me on the basis of satisfactory evidence to be the person(-&) whose name* is/are subscribed to the within instrument and acknowledged to me that he/ehe hey executed the same in his/4@A4 & authorized capacity{ ), and that by his*eh4heif signature* on the instrument the person*, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ? �.-, �� (Seal) OEBRA SWAZN N = 4 �sA COMM. # 2335630 X =d: NOTARY PUBUC•CAUFORNIA X ORANGE COUNTY (A * � MY COMM. EXR NOV 10, 2024 CHUBBa Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations ofthe Commonwealth of Pennsylvania, do each hereby constitute and appoint Douglas A. Rapp and Timothy D. Rapp of Ladera Ranch, California------------------------------------------------------------ each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this Sm day of April, 2 021. Clown M.Chlorcxs,AssistantSecretary STATE OF NEW JERSEY County of Hunterdon -Af'-, .1,-L� Stephen Nt Hancy.1 ice President On this 5a' day of April, 2021 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, tome known to be Assistant Secretary and Vice President, respectively, ofFEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duty sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal K J. AOE[.AAR TARP NOTARYY PUBLIC PUBLIC OF NEW JEiZ3r'-Y No. 2916685 PUBLIC Carmnisslon Bxpires July 16, 2024 NotaryPublic J CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Co mmitment'): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and onbehalfoftheCompany, urider the seal of the Company or otherwise. (2) Each duly appointedattorney-in-factof the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, urider the seal ofthe Companyorotherwise, to the extent that such action is authorized bythe gram ofpowers provided for in such person's written appointment as such attorney -in -fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalfofthe Company, to appoint In writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalfofthe Company, under the seal ofthe Company or otherwise, such Written Commitments ofthe Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments ofthe Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification ofoneormore particular Written Comm itments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal ofthe Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to bean exclusive statement ofthe powers and authority of officers, employees and other persons to act for and on behalfofthe Company and such Resolution shall not I imit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANYandACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (I) the foregoing Resolutions adopted by the Board of Directors ofthe Companies arc true, correct and in full force and effect, (it) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this May 10, 2021 �`•^ �s"0`" flown \1_Chlcir<.r..ist.in! tit °rc [ lryv IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT USATr Teleohonef9081903-3493 Faxl90t41903-3656 e-mail: surery@chubb.com Combined: FED-VIG-PI-WRC-AAIC (rev. 11-19) CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACINNOWLEDG�V�E k.T 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 On MAY 10 2021: before me, R. Covington{4 Notary Public tMBre insert nam aria tale o+:ne othcery personally appeared Curtis P. Brown III , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/axe subscribed to the within instrument and acknowledged to me that he/afte executed the same in his/Wftr authorized capacity(ies), and that by his/hemigaadr signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. R. COVINGTON ` L' WITNESS my hand and official seal. N W COMM. #2339692 LL ; . Notary Public -California LOS ANGELES COUNTY LL R )1 °..°.•' My Comm. Expires Dec 8, 2024 Notary Public Signature (Notary Public Seal) x ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. Mile or description of attached document) • State and County information must be the State and County where the document signers) personally appeared before the notary public for acknowledgment. Date of notarization must be the date that the signers) personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms (i.c. he/she/they;- is /ere ) or circling the correct forms. Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. X)( Copr orate Officer • The notary seal impression must be clear and photographically reproducible. President Impression must not cover text or lines. If seal impression smudges, re -seal if a ',Title,, sufficient area permits, otherwise complete a different acknowledgment form. ElPartner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney -in -Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other a Indicate title or type of attached document, number of pages and date. ❑ °` Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). 2015 Version www.Notaryclasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. DocuSign Envelope ID: 64EFFE48-63C7-4321-9851-726C396BF514 NON -COLLUSION AFFIDAVIT Bid #ENG-20-21-M0137E 2020-21 Overlay East Project City Project No. M0137E City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) Curtis P. Brown III I `urtbeing first duly sworn deposes and says that he/she is the 1-ALP. INS 08A (sole owner, a partner, president, etc.) of F P I PAVING COMPANY 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 business. Bidder: Si ature Title Curtis P Brown ill President This document must be notarized prior to submittal. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT 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 } MAW � On before me, R. Covington Notary Public lhfare inseh nard and title o' me officer) personally appeared Curtis P. Brown III r who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/axe subscribed to the within instrument and acknowledged to me that he/sco#inly executed the same in his/Wg*r authorized capacity(ies), and that by his/hemtr signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 71 �`.". ;;.'�a� R. COVINGTON 1� WITNESS my hand and official seal. M COMM.#2339692 M Notary Public -California IL • LOS ANGELES COUNTY a My Comm. Expires Dec 8, 2024 �( Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT ifneeded, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. (Title or description of attached document continued) • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. ❑ Individual (s) he/she/they;- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. �( Corporate Officer • The notary seal impression must be clear and photographically reproducible. President Impression must not cover text or lines. If seal impression smudges, re -seal if a (Title) sufficient area permits, otherwise complete a different ackmowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attomey-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other ;. Indicate title or type of attached document, number of pages and date. ❑ } Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). 2015 Version www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. DocuSign Envelope ID: 6AC7ADE3-41C2-4208-B585-28CA7F2C14D7 QF Sp,NTA CL 9� OG � 70�p Jc DECIYiGC(+•c Addendum No.1 BID # ENG-20-21-MO137E 2020-21 Overlay East Project Addendum No.1 May 6, 2021 This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. REVISED SPECIFICATIONS Please see the attached revised specifications for this bid: • Revised the entire sub -section from Section F — Special Provisions (General). • Revised the entire sub -section from Section G — Special Provisions (Technical). II. REVISED PLANS Please see the attached revised plans for this bid. III. REVISED BID SCHEDULE/LINE ITEMS Bid schedule and line items uploaded on BidNet have been revised. ATTACHMENTS • Revised Section F — Special Provisions (General) • Revised Section G — Special Provisions (Technical) • Revised Plans • Revised Bid Schedules by: lla.i�c, ��,.►nln,au/y I ce—Wrififfiki,'City Engineer BID # ENG-20-21-MO137E DocuSign Envelope ID: 6AC7ADE3-41C2-4208-B585-28CA7F2C14D7 Addendum No.1 May 6, 2021 END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. lontractor's Representative PALP, INC DBA EXCEL PAVING COMPANY Company Name (;urtis P. Brown III resident MAY 12 707' Date BID # ENG-20-21-MO137E DocvSign Envelope ID: 5375C808-4C56-4D4C-8FAA-1C252E887882 DocuSign Envelope ID: 5375C80B-4C56-4D4C-BFAA-1C252EBB7882 PROPOSAL FORM Bid #€NG-20-21-M013755 2020-21 Annual Slurry Seal Project City Project No. M0137SS 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: ,,//��,, 46f Company Address:— • V. -Z2ZJ T r-A- 91'8 7 Phone: ( - � ( 00 Email: 9^0Ae Q 10, k d0 • �� By: 4Pjb UJ"-b S- C'.l�-rt�i-S4►�-� Print Name �� �� Title: t./t�. P,pp ��l�G� t Signature:iG-�� Date:— — C0 0OC) o�� o 00 O LO 0 6 0 O o 0 0 0 � o o °O o 0 0 J O O O LO Lo � O C) O O M 00 M O � O 00'T M 00 U) 7 5 N M O M O M O C) C� co O 9 6� O C) � N N Lo O O O O H C) 0 O O p N N L, f— 4 0� M Lo � 00 DD O O p O p co p F- N� m r- m 6 O C) O (D O O N r� aD O O 00 N LO N LO N m (D -'T'T r— M m f— O O M N T r- M'T O'T H N N M M co M (O 'T 00 'T m= M M m O M N M LO M �c LU O V o O LO V o 0 IL o O o 0 o O H O o 0 6 0 0 6 0 6 0 6 0 0 00 C) O o 0 0 0 O O LO LO LO LO 0 0L0 O(D co Lo C O Ln O � O C O D p O LO p Ln Ln Ln L M O (D Z O N f_ Lo Lo Lo N N Lo N LO M Lo = N C7 N Lo M Ln � Lo O N N� LO co M I- M (O M (O N 00 co co O = 0 0 = = 0 0 C.0 00 00 C YM ) M fl- M M M 0 0 OD O O N N (D M N M N M O M N'T� O O P == N M M O (D O OD = M � O O O O O 00 00 (D LO OD (D N LO ' LO 00 Cr rrOD '^ `1J ' ^ `1J co r U d c O CO a 7 d 'a O Cl) LL N N N N O N N N N N \ LL LL LL LL LL LL LL LL LL LL p d r Z) Z:) Z:) Z) Z:) Z:) Z:) Z:) Z:) E E E p O O O O O O O O O O U L (q N CD = = = W O O O O O O O O O O U U U LL LL LL LL LL LL LL LL LL LL L L L L L L L L L L CO NQ- m 7 0 7 7 7 O O 07 (U6 N cu N cu c co N cu N cu (U6 (U6 (U6 N Z DJ J J (n W W W W W W J W W W W J J J J J J J J J W W W W W cn W m*kQ N (n U) Y Q Q U O O m , O 04 E J J � � CDU N U L L L L L L L CU L U cu cup i N N N L N N L N N 0) � L L L L L � L L _ / N to to s= U � � co DZf OLL LL c = O E E O U 0 `m m v� E E o= E E E E E E E E m p m i= U ,cu cu a)>> W J E N L L N N N N N N N O O>>\ � L L O L �' O� >> U U p p 1 LL IL d H H H H H H N C- m~ m a)O O>> U U N H Z L N N (0O N f— ao O~ N N N N N N M M M -j j- UU U U U U 0 x m d U N N> —� z� N� d OL � > � 2 06 06 cu � � � � i i � Q' O O ca ca ca ca ca ca ca ca ca p) J N U Q N N N N N N N N N N N N- > J •� O >� (B (B (6 J 7 m M 0 0 0 0 0 0 0 0 0 Q Q J O U�(n(n 0223>C9C9 °' °' 0 m a)0)0)a)0)0)0) 0J d m E 1 1 = C� U U O (6 O Lu N L E E .Q .Q .Q- .Q .Q . D .Q .Q .Q O o z p (B O (B (B 0 p p p co _ O N (j C (n (n (n U (n U (n (n (n Q Q (n (n X Q = c m * N M Lo O 00 Cr O N M'T LO Cfl r- CO M O N M"t LO Cfl r— OD O O J Q H O N N N N N N N N N N M M O U H DocuSign Envelope ID: 5375C80B-4C56-4D4C-BFAA-1 C252EBB7882 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-20-21-M0137SS 2020-21 Annual Slurry Seal Project City Project No. M0137SS City of Santo Clarita, California 1. 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 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: 5375C84B-4C56-4D4C-BFAA-1 C252EBB7882 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: 5375C80B-4C56-4D4C-BFAA-1C252EBB7882 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 i. 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. 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 requirements and agree to be bound by them for any work performed for the City. Authorized Signature: ��Date: Printed Name: V . �• DocuSign Envelope ID: 5375C80B-4C56-4D4C-BFAA-1C252EBB7882 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-20-21-M0137SS 2020-21 Annual Slurry Seal Project City Project No. M0137SS City of Santa Clarita, California 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. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. ,� + ' Bidder's Name: AU AIRETU 04 Business Address: A. 0 • 2-2-2-9 - l�r l ^Ile Telephone No.: 95L,--23 4 on State CONTRACTOR's License No. & Class: -A .7 DIR No.: J ocno rf o- Original Date: —7 — 1 ~ Zo 7-0 Expiration Date: (a r30 -?�0�� 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: W,-� 'i�� ..0 Pf�74�1r - 004P. V � ALL AM E RICAN ASPHALT ;<1,,i at ,,rt,rr:1, %,Il I�i,I,-1,I .- a4A ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES C.: V IN 1 KM; I V KU � <� :j`G# STATE LICENSE WADO ACTIVE LICENSE 267073 .coRrn At-L AMERICAN ASPHALT A C'2 01r3V2022 .A. r www cslb 1a co\, 4r. T 951-736-7600 F 051 739-4M71 P.Q. Box 2229 COPLONA. CA 92879 2224 CONTRACTORS 1.14ZFNSE 9267071 A.02 DIR *1000001.051 DocuSign Envelope ID: 5375C8o8-4C56-4D4C-BFAA- IC252EBB7882 1 Cw" r Y�3 r . 4 l c.�,�t — - � ��a OC3 % 34 lbw T. C,�tt,Sa�,'I%tc.�,�l�-��► �.�'` ��- N PACV*O,A4,�K40WTU� 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: All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N�yt� IN WITNESS WHEREOF, BIDDER executes apd submits this proposal with the names, title, hands, and seals of all aforementioned principals this I i day of"20_". BIDDER: SignatuKe Mv T� I 56k) VICC, L5 . Name and Title of Signatory rT C- %.- Leg I/N�ame Bidder 92,& Y .66 Address ` � ".7 = L C) 2, Telephone Number Federal Tax I.D. No. This document must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 : p „ 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. accuracv. or validity of that document.. State of California County of Riverside On May 11, 2021 Date personally appeared B. ROYSTER y y Notary Public - California x + Riverside County is z Commission M 226035L My Comm. Expires Oct 26, 2022 Plane Notary Seal Above before me, B. Royster, Notary Public Here Insert name and Title of the offEcer Edward J. Carlson Name{ venignert+ r_ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/&he44ey executed the same in histher4thia' authorized capacity(ies), and that by his/he#tlieir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS m and a official seal Signature SignAlure of Notary Public OPTIONAL. Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bidder's Information and Certification— City of Santa Clarita Document Date: May 11, 2021 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson ❑ Individual X Corporate Officer — Title (s): Vice President ❑ Partner ❑ Limited ❑ General Attorney in Fact Trustee Top of thumb here ❑ Other: Signer is Representing: All American Asphalt Number of Pages Signers Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited E: Gen ❑ Attorney in Fact Tap of thumb hers ❑ Trustee ❑ Other Signer is Representing: DocuSign Envelope ID: 5375C80B-4C56-4D4C-BFAA-1 C252EBB7882 BIDDER'S QUESTIONNAIRE Bid #ENG-20-21-M01375S 2020-21 Annual Slurry Seal Project City Project No. M0137SS City of Santa Clarita, California 1. Submitted by: �hone: � — 6 7 �-7 (00 Principal Office Address:JW 6 1 X7H %it, u to k*! 6o+ 113 ? f 2. Type of Firm: ❑ C Corporation 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: '"1 1 - ret State of Incorporation: President's Name: Lae * +� Vice -President's Name: muj�"J `1 " `- 4 UM4A) Secretary or Clerk's Name: S Treasurer's Name: 3b. If a partnership, answer these questions: Date of organization: _ State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Mana/-P a rtners. DocuSign Envelope ID: 5375C80B-4C56-4D4C-BFAA-lC252EBB7882 BIDDER'S QUESTIONNAIRE (conVd), Bid #ENG-20-21-M0137SS 2020-21 Annual Slurry Seal Project City Project No. M0137SS City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: License number: 74*a77Class:Lcpiration Date: D.I.R. Registration # [ `oftoipirl 5. CONTRACT O 's Representative:t4 Title: Alternate: Co., Title: r 6. List the major construction projects your organization has in progress as of this date: A. Owner: Project Location: K {f Type of Project: B. Owner: Project Location: Type of Project: C. Owner: Project Location: Type of Project: Pi o� _p 0000000400 000�oa �000000$00000000000000000'0'0�000�0000�0 0 0 m000�000m000 04000000000000000000000000000°0°00000000000o dooa o000 V a(s�oo o�c�ca coou�`�c�c�c� --moor a----�� - -- O � oho 0 0 - m a a c c =¢¢ c c a `o a y 'o,� S'Y m' E E E E o E E m` o p` m ' _E a °' E E p g m @'� w m o E?E$ E Y E P E 3 w r E a a m' m c�I [7 °I mU� 02 m' m19 C9 y W cjm f' �» (7 a G Q U 0 Ff € o ao os,0000000000�gooQrr oo T000—oo 000 o"a rrroor.A❑_o. _ g m'wf�g ao3 3oa 3oo3'i i3ci; 333u�333°33'3 3ci 33m H �i333333333 3333°33333;33 ul e SSISISSPS18.18 s �C Q-T VNoo .m..ry M� Sop �o Sm �m w�rvvto m n� b rai t�iM m�� W m�i 'm��uWi �i �i or O&O ry m � ^ www ww wow ww ww .^.0 - w S m u c o - E a= a a c ° QQQ o din°ua m E ^`gm we ° NtFp n 2 a_ -orc Pew<4 mtl @�o'a`mi mSuwi c` b ta Ema9 £ E m¢ € m omaE,m ga o3 am of?,� �o �m8rc sr�,rc mm caSmmeml`�E4�, my'2av�oa�E�m wea�c3' F c���^_ `b It i.zQo''y m''E�m� cmRWvc a m aP 6QEm"�'m�m =$�a�"�a$� ac�a•o��`Eo_ amaoo�mo`mc�v'o��o5c ao 000 Wo�mo' rvf" �S�Nua^- 'o .9 Sci'��°,Q'o mpu Rm og��mm o;rg m. a'.. zi 000'�v=m-���N`5°„-; ^°m=„= E$�„ AR �md�E�'s,�o8,ind `� w��o=3„ dtm'-mmA„'„ m - zsz=ovarvu�'i��- - ,mrc^ouua_�,�`.,T.ammz" �OciRiw3w�Rai�ciwo`=°oarc5600c�o'¢au'i�arc� a 5r n = a a 2 m '0 2 m?2 ° a' mDa2A c e Aw "mu m 2 o, E�°cE,'a=�n�= Pad mmmffiw�_ow°'oo Sc>; T"�'6 a` "a` oS^SSuE^Z'S=„S?S o�o'o oo�0000>�o m'SSS �w��SSS�Eooaoo"'�ooS�� oo ocq"U-�ao aQwa�r0voa-aoaawo0500r-"-'Q�_ �azz�;�m anr�.srrrrrr �rz;m _ 0000c��G�uG�, u.ou_u•o�-vv.c�8_3uo��_-,GG66_o6mmo_cD�ii�G,buo_u a�ciGo Ga �GU6G,G o�G, �. v.o ci �000 o ryoryo ory0000 00 0^^.- ^ __ - - -- - gCC�ac���o��"� J 'v L iLL „xx«vwxa a ww > >w ''t wx u'j-' a v dim E x x & gE& LL d8wg' a ��C CC C�C���L"cL": WC L`i Cook RJR N ooP oho C R rvCC C � " C" CAL" mR S �m �` a ���'��� co ��❑m o�m ����� ��o � = ma mmNc""�a�`a� � mm aM M a Y0000000000000000000d0000000000000000000000ao�0000000000000000000000000000000o d00000000 gig Rm$ '$amm " m� meo �$�mo��oo8;0 8ge oommmoo_oo"000aa000000e0000'000ae00000 000000000 Gm� EGG uv�u Gc�d•- =mmmm � ud�2 �0aG3 a a 8 °m (5 r= s ❑ o ❑o ❑ o og no c�❑ ❑ ❑om og ❑ a o00 yQE" c E E E c E E c c =t m_ -�rcQ���m '-.__aQa''oo'm'❑a�-i-i -. -iam -.��KK E6 ` EOa RES. po'°po��•P:P�EmoEE�m ' PP m m Q�msssmu�(m'Jaw t7 mf(7m!`aaa��f'�Y�f7C7(7w�aG'�YC7[7E�»MM(7aa�wai�-+Q C7EUo'E'iC7w�,' Q E w 55 QC7w U''� F ❑"ono a, r 0",00 oa ro oo>' o o"o o❑m oa rrrr000 omoo o rrrrr19 ora a op r oa PP000P o $o o Po �o ❑"o❑mo aPo PP oo� ao P❑� w Poo m o @8W8 8800880� m 808 �0 '1 d f8da88 808 m000888880 88'080808888 T.�o `33 i333��3333❑ 03 33333°3 �' u u o eSSv m� = m 3333o3a33333 m8$ -mSMRS80 � mg 3 _ r to 0000000;,o ion❑0000"o"o a00000aooz ❑mooa�0000 o"on0000zoo o$000 omo❑m❑"0000❑ooa❑❑0000❑❑aooao❑❑,-ioo ao oamoPoho��o P SS„BoSRS�$o 0,4,80008 mR�mv�o 00000""oo Sul omoso Ng�os� oe �$�o�asrva< "���oassmommm�Ro�sm asm"sNmpAexam�oxo��saoP�po�omam,^ry BE So 88888 S88S m888oS 888 SS o88S8SNoo�^mSm88008 S8 S88 8s BE g3�09 8, ��oe ma�smti r$ a� �s cl T - m ............................. w ."w . ww wEwEwuwww........... _° . vts -m�Ye � E ��mE9 = cb qmm a -u-ci, a` " u E amo > cdmc mcymi m c �: `u Etta cIE my na m -a 4Pm d me-,aa m "�m@m - '- o �U KmnPEm •-� ..q v= m E - N¢z d V yEc E bb E in'mm 01cm=��a mmc P�r2� 2 W„=s i`_a.�m.Qa a2 'E'er a.a `a%"o ad m P E _>n.P _�`°a=E=b Ex¢E-�•E', sbce.� mm c�m�c acP c2 rNa ma oo ynm Ala ec r:'°'cinw - vS dm vdcg m'3"'m= Eq ici m Yib-Nm;EEum ff'c�m� mwaucm_'E�m �� `wE `�° _ �ts.y °F',Et Gw❑�ovKnin o�ab�mmma „dry E E.-Ea @ -Qa aEo Hm. -o° ux� _ - mC- eft` �hE-n cin a.v°m oEa o�iu oink -i a �dm �a��am ���Q�S'a mWcLL�mQalyr E, Em- Go¢dor ba =mm�@.�,-_ yw� mEU m8omaca `m n"¢EaEi �`mr° �y Ewinwv won Evia_c$xm _Eamt �'n cP= o: �UP EWE vy$�m em`i-ax3�m'a�"ma_ 9�m AEQ¢NEmx m a.E NsQc�EcUo mfCC+��`/l p�amal-c�ao�?aCCa ",mm za o`F- ,,m r¢�yo�EcZW�mUQ EN R;O'rt mCR�K 62. SIN a�. ;'m1Cn �Um' _ _ 'E" ° c W m W i� '^ y m a c -_ �,, Grrmi ¢cy a'¢'m m36'$m.x�a �E mB o(7=a _w °�^o mmmm a.cey m�v Ea a'm d�aV';c>°�°�--m�maQn E Q�aoa E��m�❑om'@�N,a:R=`a`„`go"gv¢ D�`�maiw��m,o. =o wl'm� a'm"o��$z rv>n ❑m`R>w�o�v, ._wwamm'.ra�o=me 3qaum°mmm �£4a oop vm'z�>�m�_m"-aaci�ci a--���na�Y ��cni'-rw_ 9a_wm_ cowcwm a''�o'`-zwn 8- ° -mmmrFv;n,�'UY'mmWma o'ca;yka o-w.m3gEEmE e Own=EoLLz2❑?iPrwm- =i00 E E �agz3zma,^5rc�`a2n ci�i, - c r e E zE eT 3� =E �°x= v ArA 3 m AQo E U2 ,ac'D-�aZm�a-`GDo°<`GDmocWwim.oUwrv� Uowm=vE�EwiovdCaEU�;eEa2="Wrcu'aGpE°.V_3-�Nua(deOG2m�62°V62mici°E6bu��•�UsjyGz,w�m GL`�s,wmEbowmEm�awoV0�"m i`ro€-wmmubZoo,,o;co`.F. U.vSy,mxEVat�m', SSGZZmu�Sb Wmm0o�•S`bcnirbG2`ioem°o',u-m`''�gEy�'JDom_6LmU��°UE�eG��"mmt1'�tdi Y2G`EO2Gx 'aC'u2°7 `�Ec r�aE�JpGGcd'•G2cUuo Uud...�cD.5 -w-m.vio;USamm'l'mo`b>Vi'mn cE �mZo �a.1 0 opmm<mwm❑amaY<.�zW- mamdmu=2E' pA'' -djEm LLC o ao 2 1151 "oS6eb o, ,2colu,2m r& ID`oob �o V65cSaymuu�m E bLLi�¢a`�xo 0 o a P oRnoNoa0000�'o'+ry rvH Ri�No F«oRo R,-„n--Rf �n r $c`cCc�ccccc,C'Cc emQm�"oC�cc��`cc���Clc��occ'SS��a�������rccc:�c�c�Sa $�aaAaa a nnnnnnnwnnnnnn nnnnnn nnnnnnnnnnnnnnnnn nnnnnnnnnnnnnnnnnnnnnnnnnmm�nnnnnnnnnn co C C C n 3 m z SI xxx xx �'xx x xx ❑ x xxx m x ❑a oa xtlK I oS ccc$'' c& cc $mc gcnc,c,cc c ccm�,�ccc �c wn�n� nIcic C o �c c ogc''m ccc n c rvrvrvrvrv �`j Rm�'CmC.� CmaCm�o `•' m'mn_e �vn_c C;�r. CcCv°S CCc C rvmo�onN_o,rmaC rvl�E CmrvCsmjl ryC'QC� H C Hc �M,m o �C "L^cCm bra-aio 00000 o�o oo��00000000000000000000000000000000000000000000000°e a'0000����000��000ap000000 a8.'S'im 8i$o:�O1imm'am'^mmmmornmmm rnrvammmrnmm"'�a...ommmmmmmmmo°'ivo,$m�'�n'ma��m o°'i�,'oS'im°a'oo8i �immnmmmmommnti �Immmm�a�:m rvvi�m . . . . . . . . SIS ED o`�a` S d��d���jaa 5�151.00 `0��� 08 ❑�❑� sSsE S s s I I mmmffq ❑mm vo a $ 8 ❑m o ❑ o ❑ ❑o" •�x�3P s 3333 - P 33333xP s sEs33 x3 � 33,�y33yi E .� �3 - o,-- --3P3s� Pxi3 °,s Ic CC u LL c E c c u= E c u= c E$ C E c c E_ u E u E u u c E t N o�¢fLdoo�ao �5❑°-+ o¢SCS 'C OK'�K�oK�c pCLK ppK''�o -'-fCGSpQ6�'��L SLGc�'�O,�o So QmcoQ v QgIC E c- Z Z E E E E a° @ E E- E p> j E �� a c E c" E E E c'c w a a E E E c E EE E E E _' E E '» >> u E E>> E_'c 3 W C = _ =rnb 6 �'� _ _ _ P P P - _ ` c �2 = � � � = n ` = Y Y = Y P w ww f�f www���f�Qm c7'a�fa -�- •°J�Q�mc '�mc�ac�c7a�mE ��w mQ"� �' a=aip =f ¢= a'a''���a' �❑�.p'',i❑>o2ro»oo0o0o. .❑i-❑T❑;PoT'HP �Pm`PPPcPamP"P�p PnmaPP�aP`;P"PPP,"°'°`TP 3P0P0P oPo�SP o ooS!oP o ❑"ooS„ ❑r❑r 000�Po�owoo"ao�aa o c. f 2oe2'Ta OFFF �3'3�3�333� 333�3�33'33m�ci333°33ou3�3;303333° 3�3i3°O„3,33333°3°°� 33; 3ci3 3 ��3�333333v 33�330333333� �umigmvm'e$�ry v�R$�S�S<Sv�moag'mago�e��$$Q$ BR�N��SMM$Se� rn� n m m mevm Prv�SS3S�8eQS� z =! a'o a"oz� oa0000" 00000i omo 000 000000000z 000 SSzzi��0000SOSomr❑mS00000SSSS000000aoSSo"'om0000 1 QS3a ry mFa ry 28.P ma �S�T e ry m m - 8 n ry r$mgmg�orvmm'gonmry �S<m m�o� �SBPn Sm,SeSSSSM R Srvrvnrvogrvmg sA8 §mgN gNm mSo`_ongoN o oSmgmWSBNm<Sm v ry ry S8S a8800SSSSSSSSS8�S8SooaSoSS888�8SSSoogmSoS=>58888SSSSSSSaS,a$BR�SoSS�SHoSS!8S8 m w w«.wwwwwwww.wwV.wwwwwww.nwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww.nwwwwwwwwww u @ c F -c- rvo m m `cE oZ. t 1O ; c .,�d um m w =v 2 oo* �i9 LLn� az��TET U pm d m� a$ n`o m mo m au ❑ a -Q, moN m E<o a« 'm_ _ oa as $moo S�a�aEp u W� o� mE =p m-ya�� m Q�' E U o o n- > c ->_2 Z c u a r cv':uC��Ut�aa m2iQ'cca�9� act o o'n ino m¢-=n`.E �xm� EpN m% P�c�m m « pUcEaQps mK �� mEcamSR mm o - m �m 4 R�`jt m mac '@ TaaCQ t7 cc v'ffm mm �pGac af¢E QU9tm um 5mo oaEE 2 u�mwc °'• mm -com - tE - �_ mi 'm0 U. t9db .gym c'Eaa�a'E o_ mEU �'£;Kn 2an c m� arc;L ymwb®jE ¢¢js°mEw cE�dc`min <-, U Sm �EEo9 r�UvEimwmmv M"��m¢,>mm'm@n- a^ m c`Sw oNfaH 5,.Siowim��'ms^>;a 2mdm�Y'��m�9'Q T�'``S �,a9a)a e,OPFa'£m as ffia¢ >V. 'c..ma -am>ry rcYb�NE 5°¢'o �a�Elrcm.,P ¢q - .a c d�v m-'�. 3 �omE �$�w TTrc°�m mN'a`,i ca �n�mmP'�ccx m''-a �8,m d, tea=�='^wo �iEzv S�=a_wc�z'aa`3.'F,ENs o<m `mEms¢° �N$m Smm- dm¢m EamS CE��m_o'Sa `OVA Lcai>^xVrvvjry ocV�_Obt�oli Sip o�eh Q. '=W❑c2 Nm LL=p>so�""A�o��oeE�;gye %=xS'EW�marmW^m�rv"mam, s" =gRvrs'_"da�c,€m ����� aSRW-"„m" _rcNoN azdni d- -u>-m -aFEU z �a mim u3"v�w�wmori a°o°Qa� Y'>a9LLm¢ o - - ❑❑ ¢` „= m u�RmioamQao oU oEEEo E9y-"co5=`a°c.'o��i��O�P da>e Umcyq o2 �f U. ,�'ro "=>Vo E �LS vC¢9"o cE m� > o .EmYEQ>>" mccwc �mAoa".��'ca�Ei�i�fzz'�x=>-.'-�m�3mv,ci�z3�ciwr3m`awrcaaa�n°�a°m='o`3i'�m�:A'�33rc°gym ���omrc:nrc8�" c`m'Se"seomao8Eoc5 o6o�c q'o o5 oa`moroSmSSooE`oosSB o'��m e000`mo58;00oo5 o5aa q' �88ocoEo;B oSEmoo"o� ''Ez'�'�'.zm>r=ra an',=rr__d;x�zxz`=a�n�-rr-'� rn�Fx 'y==rran�rr�oaaz��ar,vEm rrr;xg�xz-a uia��= H. �¢ooUorrcua'uooGGuvG�G�oopoopu�u3oo�oom�ooG,0000 ci ciuGbowouoouoom"000moo_ ouuiT vo�op ub$c�000vm PocmOR oanmPggg 00000m o mnN rv,m,, ,o,�ory mo Ho �cmccc�SCS"�c cc c��ecmc°ccc�c�Cc"�'m�N�n�cc�ccm�mmccccCccaco : "sd„Z vaEElz'ea_�n.w esaa ann nnnnnnn..w..n.wnnwPnnn wwnn nn.-.wnnn n.-. r.Pn nw n nnnn....wnn wn.+wnnnwe+.o ..wnnnm...+nwnwnn nn nnn J -p V J T L55 R S m o m n w � m a C � 'C CIS CC�o CC o o � uCi � _ � o � om CC CC C CC C mC SIC C m m^ m oc+aimi . . . . . . . . .. .m. q, . . . . . . . _ _ N NN N N c �Ncc°gcc ccc�-- c occc ccoNC. o c e m'm2,oa ;a c c co cr ry �N- Wye o �� aN - N_ N ��;�ai����oa�ae�a°o a����a'o ;e� �ooa��a�a'o���� �oa��a'a��i0000000a"�a�a�000'o 000a`aa� o�a�aaa��0000do���a°�oo E m wmmmmmmmmmm mm mmmmmm m m mmmmmmmmrnmrmmSm�m �'e w.SmSm&8m mm �mmwm wmmww Nmmmmmmw�N mmmmwmmm E'E d E E m E .m o m m m q. c o c c c c v V r H344 r�H34$33r dr 4E 4�3 `44 .'E` .32.3 c c c c c c c acavvvvovv & 7 v a vv F 0cova F cam Omovv ass ;s33s i 3 3 3sy w3 s 3 3 s3 i3m��s s si 33 3 33 E cT c°3� E E E o Ow EE a Eu o u E E y 'OK��_'Q6° tt��''K'�''�'-','oKK�p��'�Sa�Ka¢kK¢'¢�'=,'m-�c`��o'o�a-- ?¢rc gocc cc _ c p �&� wm Epp- -E -2 _ c-w_ c mpc - cepu c- 2¢�� p aE -na>> °wE�E Jc va �n��E a VU W' w.m 2C7 ES [7'ww U'� wC7'.._=•w�6>' 'G>'w aaw a (9w �(7 C7 'Sw' -'cw �'m �a'a'�c� F'®per°mo w o g�0 O�W oa a.gg o �000�00000 Wlz O oo- gg0000� p�Op�00 �oOaDooDaoopf O-f C 'aieo°a��m Saone o$oovaoaoo�00000000;o,; a000 a�2€4o oaoo'�aoYoo in3mmwo�m3�m333SSo"Sooa3Noom�oN 3 "SR"'o�� N...mw3""SM3no8nOON " N >omgo"ao"ooz'o"oo"roomoangogo"ggo"gggggzggozggo"oo"zz0000'g0000"a"ooggn"z.00mo"oa'o"oomomoo" oizZgoggzzz 02 _ g o 0 m��; m .m-Nmo o Nwaow N w — o - ogmgo N m o0 owoo _ so ���mso�o moo rvs��mm_�m�oe�mS'M so gmowsm�s �� ss � u ai ��' S`aS885�8Mm m>S�S8888 m888$8 w S$8�$SSSS mmoS8Sn8 S w wBSS� Big g - N mmammOedm�wm�m�mo�s N- m ww'". .....wwww""..... .......W.....Www-w------""aswwn----"""---- ------w-""ww---- E P " E zf > a >. _ a _mom Emac S c m o F 'E cl m= m'd v LN N..F..o U U9° dycc v ° <o mE w �� = N =o Vc2do '12m2- 2mLLy aC` m; em ot�nyNo `�0uc m - m' a' tea 2om c�. rcm'u ommEii °tlempQtgm pi�tQS mVm- _E o�aWZ Er off` 'm .c]oomvlK�m Owm E ai'�smE 'Q ww�:cm >co 'o EEG bra^m v a rcNi,°=v % `�arc3=•x�o<.aa °e>..E3� a mceoee'mo�>dia `c am �''e ffpmwo e(7 v _� uim' >rb ..� r m ��lm _.��'-pE E'EZ> i z 2Q o c E Z o ¢m �K w m - "2E'momom �'cQa m mflvvc ✓+o GaC Pc�E' ov=ngo _ ? w m3 ;, `m c'¢�a�mmmS _a v=r��� mho Nm¢o `�m�n m'>E[jwrm`m4m m�a m2,��3<¢ v m ism _ic m¢>>� >v¢>om�!� -m 'np �mm ¢>m'>�W-w`m� .Rom myr"v �aAmv.v,�uRm awr=`m ma>9 �w c i� a` �" mNw- mo 'aEs°m8o�o o=oa aNA,h�-- - aov go cm m °c h5 m J °3m .c "-Eaa'_amom"^tm�o9E�c SnrLL �EimcE=S�viSm aE.L m€ 'moo�+ E! c a'�mm w'�` a c y ¢'aaa¢°'w>c7[�w�nf¢aocia z°wm`>'°rc,i min�saRaErcur3Gci��'3 iJnwc>mnwc�vi o i�aa�uYd R�x¢i�m� z5 m o N� o omc Eo °� s5=o E - �o E *n.. c`uc .:- -° wE m�2-T E221. _ m o� atj2. m2 m o� EiE wpm mm mZv:, w w�cm „,s -m _°i m°yo.- as oa` m "=Wam`�m 8s2 amQ�Im�E eLL��w" ,romp Sz zrw �s ga SQ-mrE�oo o3'_ z::n" € wO�@UmLL3 1=.z N�x°o 9 °e,ow��f> ;aci3 a2� 8o�"=ci @`_` z°e_�- w �Z.o cia ncam�o >.�mm��mUB mn min So,Y,� oo min'g wPm¢ wmmE€ }'wcJ >m'E� E a�E=oow'6 :J 2Usmocc7mrz min `o �- °`,E€Uw °,z c7 Sb �x wc°ax�E=y o'SOSEa o SS rove -5om ',aa-E a`mm a a ouu g_ocim ci5uo�i c�iuox��m��o°ciu'uuu�guu,vv.o��,c�io E'v�m,mo3 uuuci,:ff.' o,wmuviuS�g��uN O o 0 0 o rn o N mry '• N f' m m Q o w m m w ON N 4 N CCc oL" CCC mL"E' CC 'C CC LvCCoC4Ci"CeCCCmaoCC'C C CCC,CC ZieCCCP �"mNCC cCPC�oCac&�c CCc�ccc�vcC� a� 'tea mm m� mm wWw�Mm'm_';gMm is a �f c ill z° C C ^ zmE CmC C C c3 a m 3 0 r rn m m Y x., xl x Q c xrtxn c QQ= KX� x xrtx 111 �W '�W Ix C�W9 IWW W WW= ix �y � �W Igo 'dC m C ,RM H SC cc § m o nPC§9C c Co m� C 4 C m ,S � n C Ci � N, N ��=�S>�` mm �e m�R e��a g g g�mS m �2 .Ci Q.2 ,CC Co CC CCC1 CainC °mv�H v�uia uCi` mm �m '�mci m e` ° m m�mA r m S nc07 c S §HHU cc c ��� N m m m S m cc &cCc c c gS m ma � '>< �m<;Se�> Sa �m a�� � aZ S m �m amCmry m� m g�000a'00000'00000'al00000'0000000000000000000000000'00000000000000000000000000000000a0000000 Elmmmwmm��mmmm�mMm�mm�mmmmmm���mmmmmm��mw�m� mmmmw�maA�A�m�������m�mA� 4 E EEE E m E E m o E g- E E E v E m-.-.E -. E E m E m E E E E- E$ E E E E E E o m E E E E E m E E E EEEEE E E E V 3 222 r 2,22, 212]2 2,2 rrY .24 2r2244rYr4Y`22Y`2 `1-a�YY�Y-2 YR—R 2Y Y 3y�s3 333m, Eu EcE� m °, �E33yY� �x3 t 3m --t�x ¢t 'E�aE3 Ea¢a� E ° uEuE�Ec 3cd cc��_'a -- ¢¢ao-r88 `o-@c _Ec _cEc iaa�tt �Ec-¢¢<ct cc°a C qqoo ggq. p� gav `B EBB " „PPBc P mmP=_goB>.000�P� cBP��P mBB�od`ao� F. E'E'Y�Yc'a'Ea'mP �E EE�E EPE Ec" vv ovov - E�mEo E�-�cmv rn322 2 �mc�'a a�v 3EE a QQID � � �m �� m� � ss �� �000 F�M'�' �''�OOw OD wOOm ODOOO��pm�Opm�pmOOpm pm 00 O� �O O OPoFaa p ro pOOppp0�000 �p •p Op pmop00 DO 0000 S. `2u 'ci'ci33� 33 --mci cio' zc �33 0 ooN6o3W33 ' '"33 3�333°333^�0 333 r...rttsm �00000ma000 a000a�oZOZ000noza000000ia00000S oo i000m°o$o 'oia0000zZ$000000 oi00000zoom aozzz� �S $RBSm �e BSSoa?oa8oN�m8m o8go�aaoao8mooa�o ooa��o� _ ���, � �?- m� � o ��oo r o m n8NS8g ,0, err�$�Sm �.g000 m rmmm° oMw��gg.g����rvm8�8a8 08�"�rve rym;8Qa8�8 88ae,oNNlN888$S88'�88000�S88888rv88�8So8om888�o8,Qom000aeo$8�888<aSSeSSmSB'8r�8�8'888Sooeo8888 ��aoog��s� � �� �W� aa2S. ooo � � s;m��m�� mmroo m m omm a" R. �I m dam .4Rm$rm�-gym_ m wcwwww .N. o - 2. > ry m a y n EU ttc`n m 2 m� O wm�a � e� tom Icom Wco n�-99SBa Ec E 12 >c° mc°e am m'mc ."E [7 Ed>>o ma oa d¢mrcao cm` vEN�, Lola vci Sao OE omrtn `mm ecE% E __WEB om a'm �E F-'��Ez°mm @_ c m oma E �a'm m E�i c2' v EEW E'_9 c c6J> E� LLmNn�a. - w-E °° m `o"p 'E$;EJ uo mA"E> a°..'_n` rcab�m m- Ega �a E Qc¢1Ovm m�Eae 'c `WNN°i'E v m_,a�c� c mi_ -DEB -Yad Qcv a$$ h� ciEw ¢EEm `m L° c cn E Noz vc� a' n$w --, Ea ca'c_ `�vy aE 'co c-tides %a Em - ° tti m2tac 'm m =-uEm N$,rtl1c �FEm`�9-_ ram"- t„rta�m $�w��mo° nya> ue m'�w mmA���a�mdD"'b_�`m mBa s�W3>" o,o Na3mwt =Bo3=om $ eam�yaZTw yo,vn =m�'m o m _a ywc-N^NpG=y°w'am o�_,'a8' a N m rc w c N R O m u m E m d m' m o m v e o e 9 m- a m a m mm m S,c € w m= = 3 c m v= ��RE��m cmvE m "S,u 7uc >=xN>mi. Tic B aSmBE�'BW� O� .a LLr�iouiwrvariz�3n i�i.H>"=��$�u do uaa w'faa_w LLoti m"�ammg o�✓"i�°is in�ziLLnz a`d`m°¢'LLi'.aNa¢ci�a�wo �°,w'nua?c>HwZ�a'�au^,o¢o - 5 0 � BE"2 v a"Q° m LLo �mEy mm -.E m 3 > e Em m 2 r�pEaw &c BLm c W p «mE - m�W c B m E u° E,N 02 m¢u w m''cwc_y m$�ww c cmamQ� wm=o9>ma _ c0_wE� m B ccUmcUm cE mQ a° c = 5�ccq Ui�E=cE ESP c '.mcO'c m>c9c OD cE > 'w Ed cm cmti_ oEOU �'9 m� V -' o cia�m S$`a x� °zEmws°No�ic�Hm °in�wtm�mnUc '55��'c��°o3B9a3a�$ci�w8` >_ci?IA-- a ob ooc- �ooa�^oo�,`-SASooaoeooN'�oo��dc c�'cwo -boon N��o bb5 b85bWmbbw mbo�o�000b'o�o ao=r'r;8�dzr�a�a=Frrrr�r�a'a�=uo'ob'wmm'ro"°. ITasz'-z•rrr�A�'-�:r=`rro=>aFrrr �mc�uooao o_V oam'�°n�68 E.o 500006G�LLGoux�Ggciow o� �,6uo�w��66vouu0000�oc�aoowo�000G�000uo5�>Wc7�Orc6 w CC C'��'�nCCCs_"�L"4CCCComCw�saC'�veCCCCC�C��"gC C G'C'oCCC'CCm`�,'+nC�C CC N�'moSoC CCCCo L"C L'+oC L"C'CC �'Co �P��anSSS S mmS�Smaa�-a»aSm« �����mN���"�5�����>'��ee�S����r�S��reoe - - w x x "x"'uinu �c w as w w; w a a a m a a „ m u LL.LL —LL w C LL' vaa m S Co�SSS ccC Sc� ono Hoo cRa H �o'�I& c cc & mod ry �F 'm mmmm m�oC a� aidC oa 000 _ a " N CS a� 999, gem se 3w�m���aaa �� �CQ mmm s o o _ _ a - ary Hmzz to aao o•o o b.,a000 a o oa000000 o o ooanaoacoo'oo p�o00�0000000000P oa oo o oa° a o o o o o o`o`oo o o o'o" o o o ooa•o o'oo 8;8�m�Sm�mmmm8;m'��Smmwm'm'mmmSmS',mmmmmmmmmmm�S8;8mm�mSB�mmm&'8ammmmmmmmmmmmmS;wmmm'mmBmQ�S;Srnmrnrnmmm U ul mss3yf 333333 3�x �s ��x 3a333 33 s ix ����3 333 �. .mom `4ic u E ¢¢¢Di 'Cw_E�u`E Ew Zm u�m VT�E „ ,° muEm �'` 2Ew2 �mm �mV �:oo°�o ol'°"nom°mo°"I'Oomo ono oo„000So"o"oo o'o"000 moo°Oa„oo"o0. a„„000 000°o'o o°o o'° o9°'a �00000nomo°o mew o, a,ww� o.mm`°,m.m.o'o'O1�o.mmamwwo,m w°1 m'wwwwr„, o,�@ a, m,aaa„ oa am>, �a, e,a�pmm -'. 7'„, wm °,@wrwwm8. �331V333133V333333°;3333000033m°03333033°333°°3�ii"3°3��i3333333333° 3�o3o3V3;3 33m3 c 3° 3° 3333 33 3 3 33 3 3 3 3 30 3 u gnw � a ME °' ya z0000000°o°.mZ000000zy R00000Q000000000ao�o o 0000000 000 o a000 oa°m000 o"a""000"oi0000000 ;000 0 0 2rvo',S" wSBoom° oa SB�aMo rv8me�<� 088. o o r Nry ry e ��o� ^�,meg'8o��< n��.�� 08�88 �8� e�omh�000 88�oS80000�8�008 ry 883 888<on'rv�o e rvB�mN M U I 6 _ S8;8MoS'S880088S8,SSSS,S�m888S8SSS8tiSS888SS�8�8S8888SSS8n0000S<�SS88S8oSSS888om�88Soo888SS _ m �o mamgmsmN�RR �.Em � �mso^`s �w �.�-�--"sl�.mo .. 6.6 .arvW'��'s�eSm"mm_ ww w - ez a Eg E' E- E aac -n. _..' E mV'_ w;Em >.c OEz E na 2am orv�>am o�„�?`co E zo v a -m>��ryzm E c=aw °`q-ID2m "v ma mom nw Ee„", c R> -c ,�,E_ ^c __moo mm orc a ca c� �uLLmgo wEb�m€$"$��O1QN'�oww msc�c �E�E3 c8<`OLLVo _ <EY¢¢e°V ----_ m3 Ew EcmmEa mo w"WEeY mEA a uEamv v7>-.EEm€'� na .>.Q oo�j �ffi O1D _ wa=�wm m iro9d _m.6' QmmE=..."-a=a mm om__ 8o £a'�3�s�naSv€��a"arc mo_w�cw @YVa ��'amc�Tmm�°m Emo r�r a m�mm xcg a>m'�-ma�ic8 ?u dN �'>2o ma¢ = €,Qm�Dm`m�°z8m��aoE_,3aot;mm=,�X "z We°°So v=cmco- oF�m E--`< i�,^ua��R�=oaia.n cnmz tea'=oa�°o�$o���o'O3im3rvRm�a ��n zn _=ua'urca¢a m-"-�nn gg _ 5 co p T m n m -� _ma m IWa Gom „� „"� Y m �c " �cc v '2 Esc � EEC - " jy m a�EYQm mmEmc,cEcE _ <v"[2��cmU'y 4"tiocmn cmV =,A w8E�c9nK z9omm Qii _m- "8g " mm aa`�vmi�¢ $e FU1Om pm`a�.85 =rc Et �;cciw m: E 3�Sco e au2eeE QaEoer ¢m a�OmH O o.° AYE s°st8 u8 " Q.1-Eo'v w8mim �� �cin-- co mj E su suu oo��.a uua`v'cYU�5�f',d z,A ss a°siogrossE=marsumgoc5�gau omc���c>t F�EvsozotE i°> ti cw�p�?v�iscQ°ndsa->y' cmoo.z°•sr �`8�cm(70 o�ii�U0 Z.0 �w,oz•E�mo�>. u wsmmccc C„c C � �c �� �Mm ��C sPC $ c cC�Cc cCc c�� C CCm�CCCCsCcc�ccccccoo�Q�°ccc'�- cm�C��mmmwml<mmms�w�W «- - Z$�'�M wm -�mm w m. -�ma m m m m 8LL w ❑°OLLwB � m LLLL m,�, w a •$ LL'LL u m v33 c& c cpc cm 1co a 0000000`�� 4�0 00;0 0 0'0 o v v v O o v o o v o 0 0 0 0 o v v o o v o 0 0 0 0 0 0 0 o p v v o v o 0 0 oa o 0 0 0o p p a d a� p �n C p gi''mmmm m,mmm 8i$i,m owi�mmwmmwwm �i oWigwmmw°�wwmrn �im rnmOrwmmwwwmmtlwiw S�iYTO"r °rniA °mi Tm�p�p"jq mmmi �i�PPN S�Pp�q mmm�immmmmme"pm 8 U x�.x.�. 'E€���rcrcad >?Em��a ❑'o o��❑'o��o�c c��Qoo�zaEEQ'E�'o °��&o,�y �rc ��rca�o�p �3 'fsm��mgE�sg04'���s`s 5Ef�E� EE00 ,�BE am.r>.r� mw i. �,w wS"O ❑w�a�„a p PO 000 n� 0❑rOm 000❑0000000w OOp00OD0°o00mN0 ���$❑"i ❑m3.000w'$0 zo"aevooa sarn Q❑m"� mwowo r`Smwwmwwwwa;,ww�wwww rn 3 tc'� ooz c zN c �voa f�9 �E,.w rnw oR o�,N a '�wmr$m `a°85333m�3 3'° 33��-- 3 i3 33 m3°m m m 3$ � ���❑o� u .-m_ '"3 " � 3 3 uo mm �'m ci3333�3m33°3p '3330�00�o333°a'°'3 O r000i0000000 p'00�0000000$0000000000000Q00� r200 ❑m0000 ❑m000000 3aa'raa 0i 0 i0'210 ZOO 0020 i10 ap g'8�8a o8 0 �� o or So°m o°ne� m8.m. N " rmN_ g..8 NpoNammao 8"•gmS„SaB�a N v °�rvm-mCNNN��Noirvnmv�m N,.. �.- ov�p CtO - Nn'- rv8<m�$m�80gmNm vpi�g g gn mN vmm o�� Qv$wo �ip$u�io dn��gudi '$so mm PiAm �$$gPOOm�Vpi ao 8�"(JON og go odo �g4 n$O�vO1i - - W�CYmpON�gmO$�MrP���goONgb �mNN n, �r yr'l m cpiv �.- b"i� N�p u� Uvm�i�+�ioPnN ��r m�sn�Cmvpig�� <mm w:o<NmN om�"N�M° mr�mamnr mom" :m "��_ w w wwwwwwwwwwwwwww»mmwww--wwwwwwwwwwwwwwwwwwwww«wwww--ww-- w www w w w w w w w wwww w w w w w..w " - 0-m o �- v Es: a a`c } V".�9c` m cc c m m: cbc nc c m m mm i .1 rcc Raa _m o 0 _ �vo �, ° m£mmmvm `gym > S ° v pmm mao crJ m 22 x �$ -o 3 cmo>�'2L Ec E=EE N a ¢'o d ¢a mQE�vc amrcr� m£� N SN -E E _ V w° __ E _ oeES m mE y W u E E E E E m m - o m m m c m E 0 3 C g- Q m B= E d mmm °a`�"�d �o od--mv�bm v " Qua v �EnEm mEaVmeW °' gc u"�i viy �usim Ea°i'�mFtii m3�$EEOu v _m'� EfiGa w�EP°v�vov m m L a" m m E m c m > P ° m m fL M V 5- m��0� .S0'�azzz222E�Ea-S�d is nry m^E mQ �EC'a m�LLL wl-miijK oi= �''i �n cmao'gEmmnm..mmt`m Ec�$ mmy�d `�d, I���'>o�pz,`'9''"mdnnP°'g �EPa'm^`m uimc¢mm mew Wmw "�<°maaa aNay Egrm `om Ec^m WUwry - mom c D -+c c n mi°mc u¢'i.cm`t�n'v"ao¢°e cv�mA��rvhE<� �oE�W� mt^�m rvm a'�m�am°�-", E�cw��-_>�ec.a _ u�i ciarc$o�o Sri-i�n�o�rmoo O`°o0�¢Q`��^oom'$fm�aF¢a"a'U¢c7 ULL$inom<rtnaa°O¢"o¢o�w'�¢'a`'�LL^.�nomom m°�m°ar�rcLLc�ci�w'$ oln sau e2 v _� z, m vm o ova mgg4}}}�ee a E E E E E ❑" a 9 cm _ E m w w r® > E eUUU Ua2�� x 2°� comWm°m2 sE� o=� coa 31E>rt owVw�n-mm)ViOmm nU❑ao� �O w w ve m oo c �'z22 _"� - x3c"�zigi� mom m`-i ao m �Z oaaa.°,❑aoo m�_z U$o '�ap¢U-mm'�=oO.To mL i'°dy = oz Sof '� z, mows-�a€w mNO, O°U LLUVUUUUm "�c� -,, O, VVm v-E L� w U°E� -005❑'oU ao' mob o'm aim`o o���o ->2t�W L_`❑o�i❑❑ ❑❑ 9 >. Z,ia a 3 O> me=6�m2�m ❑c`_� rrU Df �'mm >`L`a. U nULL1i4QUlLUULLVU�UVauu_VVVUUU��UU�&S�✓�i�66(�ii�V ��pmV 2�Amd000 N`UYVVLLVh�yNU�U U'Umni�u�GGg;u um`aG�Sa��u Illlssne"mmm�mmmmmmmm�'mmm„rrr_rnnnrrrrrmmrrr^rn^r^^rr^�=w"e��m�mC^mm^mmmmmmmmmm^mWmWmmmmmmWmmmm +p„cccc�o�„�o�cc�5c�camommccc�cc�m'�QCmc�c�macR�na�m�o�"p"-c'cco��`�c�c-"ssNcc �&cc'�! ccooc�� " pw 8".'mwna nw «« ««Rn DocuSign Envelope ID: 5375C8013 4C56-4NC-SFAA-1C252EBB7882 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-20-21-M0137SS 2020-21 Annual Slurry Seal Project City Project No. M0137SS 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 prior to 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. WU M P--U BIDDER„% %f [ C'e tK Required by the May 19, 1967 order on Elimination of Segregated Faali ies, 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: 5375CB4B-4C56-4D4C-BFAA-1C252EBB7882 DESIGNATION OF SUBCONTRACTORS Bid # ENG-20-21-M0137SS 2020-21 Annual Slurry Seal Project City Project No. M0137SS 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 Yi 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 addt. sheets if needed. Subcontractor DIR Registration No.* Cal -Stripe 1000001100 Age of firm: DBC: Yes No 27 years GeFtifyi g „geme . Dollar Value of Work $88,887.15 Annual Gross Receipts: 10 Million + Location and Place of Business 2040 East Steel Road - Colton, CA 92324 Bid Schedule Item No's: Description of Work 13-15, 18-31 Striping License No. Exp. Date: lJ / Phone { } 685387 1-31-22 909-884-7170 Subcontractor DIR Registration No.* Dollar Value ci! Work Rubberized Crackfiller Sealant 1000010726 $42,425.00 Age of firm: D99;_ye5 _ Pie Annual Gross Receipts: 7 years Geoify`ngAgene" 1-5 Million Location and Place of Business 800 E. Walnut Ave - Fullerton, CA 92831 Bid Schedule Item No's: Description of Work 4,5 Crack Seal License No. Exp. Date: / / Phone ( } 998877 11-30-22 714-843-5194 Subcontractor DIR Registration No.* Dollar Value of Work Smithson Electric 1000001610 $27,300.00 Age of firm: 913FVes Ne Annual Gross Receipts: 30 years cen4r`-gAm-v 1-5 Million Location and Place of Business 1938 E. Katella Ave - Orange, CA 92867 Bid Schedule Item No's: Description of Work 16, 17 Long/ License No. Exp. Date: / Phone { } 614518 3-31-23 714-997-9556 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: 5375C80B-4C56-4D4C-BFAA-1C252EBB7882 DESIGNATION OF SUBCONTRACTORS Bid # ENG-20-21-MO137SS 2020-21 Annual Slurry Seal Project City Project No. M0137SS City of Santo 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 Y. 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 addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: DAP. yeg N Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( J Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: DR& Yes N e Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: D99: --Yes No Annual Gross Receipts: Genill�ing Age neyL� Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / I Phone( J 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: 5375CSOB-4C56-4D4C-BFAA-1C252EBB7882 DESIGNATION OF SUBCONTRACTORS Bid # ENG-20-21-MO137SS 2020-21 Annual Slurry Seal Project City Project No. M0137SS 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 34 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 addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: DBE: ?Iles No Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / I Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: Dot, „` Ila Annual Gross Receipts: G Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: Location and Place of Business Bid Schedule Item No's: License No. Description of Work Exp. Date: / / Annual Gross Receipts: Phone ( ) 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 203.03.5 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: 5375C80B-4C56-4D4C-BFAA-1C252EBB7882 DESIGNATION OF SUBCONTRACTORS Bid # ENG-20-21-MO137SS 2020-21 Annual Slurry Seal Project City Project No. M0137SS 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 Y 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 addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: 4)-KC yu lla Annual Gross Receipts: GeFtifying Age.._,, Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: BB&Yes Ne Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: P99i 4es No Annual Gross Receipts: Genifying AgeneV�- Location and Place of Business Bid Schedule item No's: Description of Work License No. Exp. Date: / / I Phone( } 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 172S.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: 5375C80B-4C56-4DaC-SFAA- 1C252EBB78V REFERENCES Bid #ENG-20-21-M0137SS 2020-21 Annual Slurry Seal Project City Project No. M0137SS 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. ►01 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project ,` J&Fda:4-�W4d5 illf 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 tele hone numbers of A br s d ureti s fro whom bidder intends to procure insura ce bonds: —CAS C'a�l" _l ov f U6 a`Q 2020 PAST WORK REFERENCES City of Victorville Third Avenue Road Improvements 14343 Civic Drive Contract Amount. $1,790,000.00 Victorville CA. 92393 Start Date: 5/2020 Contact: Bruce Miller 760-955-5085 End Date: 10/2020 bmillerb.victorvilleca.aov Orange County Cemetery District 25751 Trabuco Rd. Lake Forest CA. 92630 Contact: Jim Mickartz 949-450-1088 mickartzarch(M-omail. com City of Alhambra 111 S. 141 Street Alhambra, CA. 91801 Contact: Robert Bias 625-580-5000 rbiasCdtcitvofal hambra.ora City of Ontario 303 E. B Street Ontario, CA. 91764 Contact: Ariana Kern 909-395-2129 a kem Ca7o nta r i oca . q ov City of Loma Linda 25541 Barton Road Loma Linda, CA. 92354 Contact: T. Jarb Thaipejr 909-799-4400 ithaipeiarfcalomalinda-ca.aov City of Jurupa Valley 8920 Limonite Avenue Jurupa Valley, CA. 92509 Contact: Chase Keys 951-332-6464 ckevs(5iurunavaIIev. orq El Toro Memorial Park Curb & Dr. Project Contract Amount: $416,999.99 Start Date: 08/2020 End Date: 11/2020 2020 HUD Street Improvements Project Contract Amount: $300,433.00 Start Date: 0612020 End Date: 10/2020 2020 Fall Pavement Rehabilitation Project Contract Amount: $2,499,333.00 Start Date: 07/2020 End Date: 12/2020 Pavement Rehabilitation —Barton Road Contract Amount: $768,677.00 Start Date: 04/2020 End Date: 12/2020 Granite Hill Drive Pavement Rehabilitation Contract Amount: $999,777.00 Start Date: 04/2020 End Date: 10/2020 2020 PAST WORK REFERENCES City of Camarillo 601 Carmen Drive Camarillo, CA 93010 Contact: Thang Tran (805) 388-5345 ttran0cftvofcamarillo.orq County of Ventura 800 S. Victoria Avenue, #1600 Ventura, CA 93009 Contact: Matt Maechler (805) 477-1911 matihew. m eechlerOventu ra. orq City of Westminster 8200 Westminster Boulevard Westminster, CA 92683 Contact: Theresa Tran (714) 548-3460 ttranr5 westminster.ca_aov City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Contact: Patricia Kharazmi (949) 644-3344 pkharazrni neygDortbeachca.qov City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Contact: Joe Fuentes (714) 536-5259 ifuentesbsurfcity-hb.orq County of Orange 601 N. Ross Street, 4th Floor Santa Ana, CA 92701 Contact: Albert Rodriguez albert.roddqueg(cDocaw. ocoov, com Earl Joseph Drive Paving Contract Amount: $681,901,50 Start Date: 06/2020 End Date: 0712020 Yerba Buena Rd. (South) Pavement Resurfacing Contract Amount: $2,298,467.40 Start Date: 03/2020 End Date: 0612020 Citywide Overlay Street Improvements Contract Amount: $1,131,621 Start Date: 0212020 End Date: 06/2020 Cameo Highlands Street Reconstruction Contract Amount: $2,425,694.00 Start Date: 07/2020 End Time: 11 /2020 Arterial Rehabilitation of Graham St, Slater Ave, Newland St and Atlanta Ave Contract Amount: $5,181,955.00 Start Date: 0512020 End Date: 1112020 JOC Pavement Maintenance Contract Amount: $2,584,747.69 Start Date: 0712020 End Date: 08/2020 2020 PAST WORK REFERENCES City of Orange 300 E, Chapman Avenue Orange, CA 92886 Contact: Martin Varona (714) 744-5563 mva rona(Mcitvofora nae.orq City of Norco 2870 Clark Avenue Norco, CA 92660 Contact: Sam Nelson (951) 270-5607 snelson &..ci.norco.ca.us City of Compton 205 S. Willowbrook Avenue Compton, CA 90220 Contact: Brittany Duhn (Z & K Consultants) bduhriftandkconsultants. com Annual Slurry Sea[ EY 19-20 Contract Amount: $377,737.78 Start Date: 06/2020 End Date: 12/2020 PY 2019.2020 Slurry Seal Project Contract Amount: $147,708.97 Start Date: 0612020 End Date: 12/2020 Annual Residential Street Rehab — Phase 1 Contract Amount: $5,295,068.00 Start Date., 0512020 End Date: 11 /2020 2019 PAST WORK REFERENCES City of Simi Valley 2929 Tapo Canyon Rd. Simi Valley, CA 93063 Contact: Sarah Sheshebor (805)583-6792 sshesheb('a.simivallev.orq County of Ventura 501 Poli Street Ventura, CA 93001 Contact: Christopher Solis (805) 654-2054 chris.solis(aWventura.ora City of Stanton 7800 Katella Avenue Stanton, CA. 90680 Contact: Guillermo Perez (714) 890-4204 aoerezO-ci stanton.ca.us City of Compton 205 S. Willowbrook Avenue Compton, CA. 90220 Contact: John Strictland (310) 605-5505 istrictland(8cornntoncity orq City of San Clemente 910 Calle Negocio San Clemente, CA. 92673 Contact: Darra Koger (949) 361-3138 koger©(a.san-cemente orq City of South Gate 8650 California Avenue South Gate, CA. 90280 Contact, John Rico (323) 563-9594 .irico0soaate.orq Simi Valley Minor Street Rehabilitation Contract Amount: $510,124.25 Start Date: 07/2019 End Date: 08/2019 Yerba Buena Area Resurfacing Project Contract Amount: $3,919,808.95 Start Date: 06/2019 End Date: 12/2019 2019 Citywide Street Resurfacing Contract Amount: $1,206,869.00 Start Date: 10/2019 End Date: 12/2019 Road Repair Service (Pothole Repair) Contract Amount: $1,019,100.00 Start Date: 08/2019 End Date: 11/2019 Street Rehabilitation for S. Avenue LA Esperanza Contract Amount: $384,055.00 Start Date: 09/2019 End Date: 10/2019 Circle Park Driveway Project Contract Amount: $268,576.00 Start Date: 06/2019 End Date: 09/2019 2019 PAST WORK REFERENCES Pardee Homes 1250 Corona Pointe Court, Ste. 600 Corona, CA. 92879 Contact: Nick Lasher (951) 428-4442 nick. lashereDardeeh omes . corn City of Fontana 8353 Sierra Avenue Fontana, CA. 92335 Contact: Kimberly Young (909) 350-7632 kvounge,fontana.orq DR Horton 2280 Wardlow Circle Ste. 100 Corona, CA. 92880 Contact: Keith Alex (951) 830-5872 kalex fnr.drhorton.com City of Ontario 303 E 'B' Street Ontario, CA 91764 Contact. Kavous Emami (909) 628-6234 Irvine Community Development Company 550 Newport Center Dr. Ste. 550 B2 Newport Beach, CA. 92660 Contact: Mike Morse (949) 720-2560 City of Downey 11111 Brookshire Avenue Downey, CA. 90241 Contact: Desi Gutierrez, (562) 904-7110 dra ut ie rra,,downeyca . e rq, Railroad Canyon Widening Contract Amount: $5,062,746.00 Start Date: 1112018 End Time: 0812019 Citrus Avenue Improvements Contract Amount: $502,730.00 Start Date. 08/2018 End Date: 1012019 Singlton Road Contract Amount: $1,684,000.00 Start Date: 07/2018 End Date: 12/2019 Eucalyptus Street Improvements Contract Amount: $1,580,580.00 Start Date: 312018 End Date: 10/2019 Portola Springs PA-6 Enclave 5B Phasel, 2 Contract Amount: $2,055,055.00 Start Date: 0912018 End Date: 12/2019 FY 18119 Slurry Seal Project Contract Amount: $313,425.87 Start Date: 06/2019 End Date: 12/2019 2019 PAST WORK REFERENCES City of Chino PO Box 667 Chino, CA. 91708 Contact: Dustin Postovoit (909) 334-3415 aoostovoit5-citvofchino.ora City of Lancaster 44933 Fern Avenue Lancaster, CA. 93534 Contact: Greg Wilson (661) 570-8003 awilson(a7citvoflancasterca . ora City of Colton 650 N. La Cadena Dr. Colton, CA. 92324 Contact: Victor Ortiz (909) 370-5099 vortiz(d�ccltonca. qov City of Cathedral City 68700 Ave Lalo Guerrero Cathedral City, CA. 92234 Contact: John A. Corella (760) 770-0349 icorella(&cathedralbtv.aov City of San Clemente 910 Calle Negocio San Clemente, CA. 92673 Contact: Gary Voborsky (949) 361-6132 voborskva an.san-clemente.orq Slurry Seal Maintenance Work Contract Amount: $372,805.00 Start Date: 1/2019 End Date: 12/2019 2018 Pavement Management Program Contract Amount: $2,720,103.65 Start Date: 3/2019 End Date: 12/2019 FY 18-19 Asphalt Paving Project Contract Amount: $1,377,700.00 Start Date: 3/2019 End Date: 1112019 Ortega Road Widening Contract Amount: $459,998.00 Start Date: 212019 End Date: 12/2019 Arterial Street Pavement Maintenance Contract Amount: $1,187,187.00 Start Date: 3/2019 End Date: 7/2019 rr2018" PAST WORK REFERENCES City of Moreno Valley 14177 Frederick St. P.O. Box 88005 Moreno Valley, CA 92552 Contact: Henry Ngo, P E., (951)413-3106 hvurVnCZDriicrvcri.orE City of Aliso Viejo 12 Journey Street Ste #100 Aliso Viejo, CA 92656 Contact: Mari Shakir, (949(425-2556 ��Shakar>?act�re�tal�scr�a�J�;--�.c�i. City of Laguna Niguel 30111 Crown Valley Parkway Laguna Niguel, CA 92677 Contact: Frank Borges, (949)632-4300 F fSe.r �#"+�tii{. it�•� fl,� troTdrit , tr,, � , ,. City of Jurupa Valley 8304 Limonite Avenue Suite M Jurupa Valley, CA 92509 Contact: Chase Keys, (951)332-6464 [KNyS�j,«r dv�rl 'Ley c3rk Ailessandro Blvd. Street Improvements at Chogall Court and Graham street Contract Amount: $445,821,50 Start: 0512018 Complete: 1112018 Aliso Creek and Road Rehab Contract Amount: 5657,770.00 Start: 05/2019 Complete: 10/2018 FY 17-18 Alicia Parkway Arterial Pavement Rehab Contract Amount: 52,211,700.00 Start: 08/2018 Complete 11/2018 Van Buren Blvd. Pavement Rehab. - PH2 Contract Amount: 5781,845,00 Start: 08/2018 Complete: 09/2018 "2 D 18" FAST WORK REFERENCES City of Irwindale 5050 N. Irwindale Avenue Irwindale, CA 91706 Contact: Richard Corpis, (626)430-2200 r(.or Ls i0mrwind,alpCA_g_qy County of Los Angeles P.O. Box 7508 Alhambra, CA 91802 Contact: Hoda Hassan, (626)458.3144 HHASSAh 0pyv lacount)LpS1y City of Rolling Hills Estates 4045 Palos Verdes Drive Rolling Hills Estates, CA 90274 Contact: Scott Gibson (909)210.0548 s§StJeam{ r_n_c_c?m City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Contact:Jim Escutia (714)536-5525 iesCutiaC�surf6ty hb_or, Irwindale 2017-2018 Resurfacing Project Contract Amount: $285,503.10 Start: 0712018 Complete: 08/2018 Pine Canyon Road Contract Amount: $3,288,999.00 Start: 06/2018 Complete: 11/2018 2017-18 Street Resurfacing Project Contract Amount: $1,203,292.50 Start: 03/2018 Finish: 09/2018 Heil and Main Street Contract Amount: $2.285,562.00 Start: 11/2017 Finish: 06/2018 !! 2 O 1 8 " PAST WORK REFERENCES City of Fontana 8353 Sierra Avenue Fontana, CA 92335 Contact: Jazmine Pena (909) 350.6648 ena fontan<i.ar City of Lake Forest 25550 Commercentre Drive Lake Forest, CA 92630 Contact: Taylor Abernathy, (949)461-3490 tabernathv@Iakptorestca_fn� City of La Quinta 74-495 Caile Tampico La Quinta, CA 92253 Contact: Ubaldo Ayon Jr., (760)777.7051 udy a7n �Ia-guir ta.org City of Canyon Lake 31515 Railroad Canyon Road Canyon Lake, CA 92587 Contact: Kenneth Bailey, (951)244-2955 kennethbarleyL caaprofessk+ilscnm Valley Blvd. Median Improvement Project Contract Amount- $164,715,00 Start: 03/2018 Finish: 05/2018 Bake Parkway at Trabuco Road Contract Amount: $121,621.00 Start: 02/2018 Finish: 06/2018 FY 16-17 Phase 2 Desert Club Contract amount: $697,474,76 Start date: 06/2017 Finish date 12/2017 Slurry Seal FY 2017-2018 Railroad Canyon/ Canyon Lake Drive Contract amount: $263,241.63 Start date: 03/2018 Finish date: 12/2018 "201 N PAST WORK REFERENCES City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Contact: Alfred Castanon, (949) 644-3314 ACd�tanot)Co)riewportbea()ca?.av Town of Apple Valley 14955 Dale Evans Parkway Apple Valley, CA 92307 Contact: Rich Berger, (760)240-7000 ext 7530 rberRer(Wapplevalley.pr,q City of Indian Wells 44-950 Eldorado Drive Indian Wells, CA 92210 Contact: Ken A. Seumalo, P.E-, (760)346-2489, kseun,ailo a I0d1-dt)VJe11s LOW West Coast Highway Landscape Improvements, Phase 1, Contract No. 7189-1 Contract amount: $604,284.50 Start date: 06/2018 Finish date: 11/2018 Navajo Road Rehabilitation Contract amount: $849,182,00 Start date: 07/2017 Finish date: 12/2017 Cook Street Rubberized Pavement Overlay Contract amount: $599,599.59 Start date: 05/2018 Finish date: 12/2018 DocuSign Envelope ID: 5375C80B-4C56-4NC-BFAA- iC252EBB7882 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-20-21-M01375S 2020-21 Annual Slurry Seal Project City Project No. M0137SS City of Santa Clarita, California This bidder QAM r osed sue# ,- , hereby certifies that it has mil' . its-me4-- 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 A' , F , 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 tthaat�are ` under the applicable filing requirements. Company: AS[id' TT/'[ .(. LAu &L*&r By: Title: �IW r s.l t C�Ir1�/V/lJ•r Date: 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 $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. R DocuSign Envelope ID: 5375C84B-4C56-4D4C-BFAA-1 C252EBB7882 PROPOSAL GUARANTEE BID BOND Bond iNo. 08597423 Bid#ENG-20-21-M013755 Bid Date:05/12/2021 2020-21 Annual Slurry Seal Project City Project No. M01375S City of Santa Clarlta, California KNOW ALL PERSONS BY THESE PRESENTS that All American Asphalt as BIDDER, and Fidelity and Deposit Company of Maryland as SU RETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of Ten Percent' dollars ($ 10% of Bid ), 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. *of total amount bid 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 29th Day of April 12021 All American Asphalt BIDDER: •-�' Signature afv",b x . OAUUL) V L U Pke�. Name and Title of Signatory 400 East Sixth Street, Corona, CA 92879 - Phone (951) 736-7600 Address SURETY* Fidelity and Deposit Company of Maryland 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 - David Wei (213) 270-0600 Wi ' rkin, Attorney -in -Fact *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and te;ephone 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. This document must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 Riverside On Mav 10, 2021 Dale personally appeared 9. ROYSnR Notary Public - California Riverside County_ - Commission N 2260352 My Comm. Expires Oct 26, 2022 ■ Place Notary Seal Above before me, B. Roy_ ster. Notary Public Here Insert name and Title of the officer Edward J. Carlson Name*-&fSigner*i— who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshelt#ey executed the same in his/heOtheir authorized capacity(ies), and that by hisl", 'r�r *;ei signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my nd and fficial seal. Signature, _ Signaturof otary Pub is OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Proposal Guarantee Bid Bond — City of Santa C larita Document Date: April 29. 2021 Number of Pages: 4 Signer(s) Other Than Named Above: William Syrkin. Attorney -in -Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson ❑ Individual X Corporate Officer — Title(s): Vice President ❑ Partner ❑ Limited ❑ General Ei Attorney in Fact • ❑ Trustee Top of Thumb here ❑ Other: Signer is Representing: Signers Name ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner ❑ Limited General,- RIGHT THHI11BFR!N1 ❑ Attorney in Fact OF t Top of thumb here ❑ Trustee y ❑ Other: Signer is Representing: All American Asphalt t 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 Orange On 04/29/2021 before me, Liliana Gomez, Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin NameNLof SignerN who proved to me on the basis of satisfactory evidence to be the persons} whose name* is/axe subscribed to the within instrument and acknowledged to me that he/s4e/they executed the same in hisAtsuthsir authorized capacity, and that by his/hsUThsir signatureZ.on the instrument the person('s), or the entity upon behalf of which the person(s). acted, executed the instrument. a. LILIANA GGMEZ 4 h Notary Public -California i 3 orange County m Commission 0 2243326 My Comm. Expires May 20, 2022 i , I . I 1. I Place Notary Seat Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, WITNESS my hand and official seal. Signature Signature r f 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: Bid Bond Document Date: 04/29/2021 Number of Pages: One(l) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: William Svrkin Ll Corporate Officer — Title(s): ❑ Partner •-- ❑ Limited rJ General ❑ Individual W Attorney in Fact ❑ Trustee ❑ Guardian or Conservator 7- Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: 0 Corporate Officer — Title(s): ❑ Partner — t l Limited General ❑ Individual ❑ Attorney in Fact ED Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: rso�v��+aww.s�c.ra. - - - �..�.:.soap._�.��:ts�s.�xc.�;t=x,s�,�v.�,.keo� � ra •• @2014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) item #5907 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By - Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: 'That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 29th day of April . 2021 . w s t� SRAL By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surely Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reDOrtsfelaims(&,zurichna.com 800-626-4577 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint William SYRKIN, Rebecca HAAS-BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine, California, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this l lth day of June, A.D. 2019. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this I Ith day of June, A.D. 2019, before the subscriber, a Notary Public of the Slate of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. "l,,,p u,lrr: Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 No. 2479-4 STATE OF CALIFO"U DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Fidelity and Deposit Company of Maryland oflUinois, organized under the lases oflllinois, subject to its Articles oflncorporation orotherfundamenlal organizational documents, is hereby authorized 10 transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or may hereafter be dgfrned in the Insurance Laws of the Stale of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all. and not in violation of any, of the applicable lints and lawful requirements made under authority of the lases of the State of California as long as such laws or requirements are in effect and applicable, and as such lasts and requirements now are, or may hereafter be changed or amended fit WITNESS WHEREOF, effective as of the 12"' day of .lfiarch, 2019. 1 have set my hand and caused my official seal to he affixed this 12'' day of March, 2019. Ricardo Lara insurance Commf esroner By Valerie Sar€aty for Catalina Hawes -Bautista Insurance Chief Deprert NOTICE - Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance Code section 101 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. DocuSign Envelope ID: 5375C80B-4C56-4D4C-BFAA-lC252EBB7882 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-20-21-M0137SS 2020-21 Annual Slurry Seal Project City Project No. M0137SS 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: 5375C80B-4056-4D4C-BFAA-1C252EBB7882 NON -COLLUSION AFFIDAVIT Bid #ENG-20-21-M0137SS 2020-21 Annual Slurry Seal Project City Project No. M0137SS City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA } COUNTY OF LOS ANGELES } gb1Nf 0 - rl -104' being first duly sworn deposes and says that he/s+re-is the 1%Ie_.r P LAEStQ cm .�T (sole owner, a partner, president, etc.) of AU _ 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 business. Bidder: /�`f{-- 5ignatur (/wy/ n Title _ L�LJ � ,+ This document must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 Riverside On Mav 10, 2021 before me, B. Rovster, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(11jQr8ipneri�Jr f who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/are subscribed to the within instrument aB.ROYSTER and acknowledged to me that he/ts#e/they executed the same in Notary Public - California his/her/their authorized capacity(ies), and that by his/hed#t eir Riverside County signature(s) on the instrument the person(s), or the entity upon behalf Commission # 2260352 of which the person(s) acted, executed the instrument. My Comm. Expires Oct 26, 2022 1 I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my' and an official seal. Signature Place Notary Seal Above Sign re o Notary Public OPTIONAL Though the information below is not required by law. it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Non -Collusion Affidavit — City of Santa Clarita Document Date: May 10. 2021 Signer(s) Other Than Named Above: None Number of Pages: 2 Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson Signers Name: ❑ Individual ❑ Individual X Corporate Officer — Title(&): Vice President ❑ Corporate Officer — Title(s): ❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ Gener RIGHT THUMBPRINT RiGHT THUMBPRI ❑ Attorney in Fact OF SIGNER ❑ Attorney in Fact OF ❑ Trustee Top of thumb here ❑ Trustee Top of thumb here o Other: ❑ Other: Signer is Representing: Signer is Representing: All American Asphalt DocuSign Envelope ID: AE036C2B-DEE9-4F83-A852-167004DF1278 Addendum No. 1 May 6, 2021 Addendum No. 1 BID # ENG-20-21-MO137SS 2020-21 Annual Slurry Seal Project This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. REVISED SPECIFICATIONS Please see the attached revised specifications for this bid: Revised the entire sub -section from Section F — Special Provisions (General) Revised the entire sub -section from Section G — Special Provisions (Technical) II. ATTACHMENTS Revised Section F — Special Provisions (General) Revised Section G _ Special Provisions (Technical) �c by: Mike ennawy, City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. �Z Captractor's Representative � Vr P.����j,i c.1 ,Oka 1 A;Q-A* eutA-k—) fivg&T Company Name BID # ENG-20-21-MO137SS Date City of Santa Clarita Materials Testing and Inspection Services for Overlay and Slurry Seal Projects Proposal ENG-20-21-M0137M r •+r COST FILE STATEMENT OF OFFER This proposal is a firm offer for a 90-day period, and the proposed work will be performed at a "not -to -exceed" price. Twining has reviewed the City's professional services agreement (Exhibit 2) and finds the agreement acceptable as written. Twining'sA.M Best Rating is A.M. Best Rating isA-/IX(a point beIowyour requirement). Edward M.Twining,Jr. Chairman (Authorized to bind the firm) Twining, Inc. I City of Santa Clarita 20 COST FILE 1 I Table # Project Task Fee 1 East Inspection, Sampling, and Quality Assurance Management - BASE BID $288,060.00 2 Inspection,Sampling,and Quality Assurance Management - ALTERNATE 1 (Newhall Ranch Road) $98,395.00 3 Inspection, Sampling, and Quality Assurance Management - ALTERNATE 2 (V17S) $50,996.00 4 Inspection, Sampling, and Quality Assurance Management - ALTERNATE 3 (V18S) $50,996.00 5 Inspection, Sampling, and Quality Assurance Management - ALTERNATE 4 (V23S) $50,996.00 6 Inspection, Sampling, and Quality Assurance Management - ALTERNATE 2 (Cl 4) $108,022.00 7 East Materials Testing - BASE BID $41,100.00 8 Materials Testing -ALTERNATE 1 (Newhall Ranch Road) $26,400.00 9 Materials Testing -ALTERNATE 2 (V17S) $15,000.00 10 Materials Testing -ALTERNATE 3 (V18S) $18,960.00 11 Materials Testing -ALTERNATE 4 (V23S) $15,000.00 12 Materials Testing -ALTERNATE 5 (Cl 4) $26,400.00 13 West Inspection, Sampling, and Quality Assurance Management - BASE BID $387,743.00 14 Inspection,Sampling,and Quality Assurance Management -ALTERNATE 1 (Newhall Ranch Road) $98,395.00 15 Inspection,Sampling, and Quality Assurance Management -ALTERNATE 2 (V17S) $53,159.00 16 Inspection,Sampling, and Quality Assurance Management -ALTERNATE 3 (V18S) $53,159.00 17 Inspection,Sampling,and Quality Assurance Management- ALTERNATE 4(V23S) $53,159.00 17 Inspection, Sampling, and Quality Assurance Management - ALTERNATE 5 (Hillsborough) $20,796.00 19 West Materials Testing - BASE BID $66,000.00 20 Materials Testing -ALTERNATE 1 (Newhall Ranch Road) $25,400.00 21 Materials Testing -ALTERNATE 2 (V17S) $14,450.00 22 Materials Testing -ALTERNATE 3 (V18S) $18,260.00 23 Materials Testing -ALTERNATE 4 (V23S) $14,450.00 24 Materials Testing -ALTERNATE 5 (Hillsborough) $1,890.00 25 Slurry Quality Assurance Testing Program Inspection, Sampling, & Quality Assurance Management - BASE BID $102,360.00 26 Slurry Materials Testing - BASE BID $11,860.00 Total $1,711,406.00 Twining, Inc. I City of Santa Clarita 21 City of Santa CIs rite 2020-21 Annual Overlay East Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - BASE BID Position ° Estimated Unit Cost" Number of Hours Protect Management/Engineering Oversite: ResponsibilRie mclude prgat wersite and 180 $ 158.00 t��1 /� 71 Pity. Works inspection: Respo isiblloes mclude providing full-time mspechon to the City. 480 $ 107.00 $ QC Manager/Engineer: Re,-sil"I ies mclude oversight of Quality Assurance 180 %gyrations and review cf test results. $ 133.00 Laydwm Inspector (8 hour day): Responsibilities include mat inspection and sampling 360 $ 103.00 $ Compection Inspector (8 hour day): Responsibllities include monitonng compaction and 360 fain raturesbehindtherdler. $ 103.00 $ Plan inspector (8 hour day): Resmsibllities include inspection and sampling of aggregates, hinders, and hot mixasphalt. 360 $ 103.00 $ Laydown Inspector (4 hourday): Responsibilities include mat inspection and sampling. 180 $ 103.00 Compaction Inspector (4 hour day): Responsibilities, include monitonng compaction and 180 $ 103.00 temperatures behind the roller. Plant Inspector (4 hour day): Resmsibllities include inspection and sampling of 180 $ 103.00 aggregates, binders, and hot maasphalt. Clerical 80 $ 91.00 Coring Tahniaanc: Responsibilitiesmclude the extraction of cores and the fillmg of 30 Days° $ 309.00 holes follamng extraction. mspectom, sanvkm, vsem, ana labs must poxss ail cmremcamm�s cedncarrons �ae�ant miner posnlon ouMcrst,rcl,pa travel otl�spatanecM1recan to aM fm,n thepbsiteas well as ail sanpk hanspodatlon costs u g m ,conm,ana sample Va�¢po�tatwn onry, testing orcaesallsted as asepamte nem Rakmcc odng tecbnlclan Is based on a perday basis City of Santa Clarita 2020-21 Annual Overlay East Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management -ALTERNATE 1 (Newhall Ranch Road) Position' Estimated Unit Costb Number of Hours Project ManagementlEngmeering Oversite: Responsibilities include 40 $ 158.00 project overand engineering support. Public Works Inspection: Responsibilities mclude providing full-time mspechon to the 160 $ 107.00 $ City. QC Manager/Engmeer. Responsibilities mclude oversight of Quality Assurance 80 operations and review of test results. $ 133.00 Laydown Inspector (8 hour day): Responsibllities include mat inspection and sampling 120 $ 103.00 $ Compaction Inspector (8 hour day): Responsibilities include monitonng compaction and 120 temperatures behind the roller. $ 103.00 $ Plant Inspector (8 hour day): Resmsibllities include inspection and sampling of 120 $ I03.00 $ aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibllities include mat inspection and sampling. 60 $ 103.00 Compaction Inspector (4 hour day): Responsibllities include monitonng compaction and 60 $ 103.00 temperatures behind the roller. Plant Inspector (4 hour day): Resmsibllities include inspection and sampling of 60 aggregates, hinders and hot mix asphalt. $ 103.00 Clerical 30 $ 91.00 Coring Tahniaanc: Responsibilities include the extraction of cores and the filling of 15 Days° $ 309.00 holes follamng extraction. • rill Inspectors, samplers, testers, and kbs must po�ss all current Caltrans ceRificatrons relevant to their posnion ° Hondv cost wcwaes travel of,nsve<mmeennwkn m aria troth me pbsile as well as au samvk tmnspoRaaon `manes travel, conng, ana sample transportation onM. testing of cores is 6stea as a separate Rem ° costs Rate for coring tecbnlcan a based on a per day bass City of Santa Clarita 2020-21 Annual Overlay East Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - ALTERNATE 2 (V17S) Position Estimated Unit Cos[" Number of Hours Project ManagementlEngmeermg Ove-te: Responsibilities mclude 20 project oversite and engineering support. $ 158.00 Public Works Inspection: Response ties include providing full-time inspection tothe 80 city. $ 107.00 $ QC Manager/Engineer: Responsibilities include oversight of Quality Assurance 40 %gyrations and review of test results. $ 133.00 Laydaxi Inspector (8 hour day): Responsibllities include mat inspection and sampling 64 $ 103.00 $ Compaction Inspector (8 hour day): Responsibllities include monitonng compaction and 64 $ 103.00 $ temperatures behind the roller. Plant Inspector (8 hour day): Resmsibilities include inspection and sampling of 64 $ 103.00 $ aggregates, blnders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection and sampling. 32 $ 103.00 Compaction Inspector (4 hour day): Responsibllities include monitoring compaction and 32 tam raturesbehindthe roller. $ 103.00 PI Inspector (4 hour day): Resmsibllities include inspection and sampling of 32 aggregates, blnders, and hot mix asphalt. $ I03.00 Clerical 20 $ 91.00 Coring Tahniaanc: Responsibilitiesmclude the extraction of cores and the filling of IDays° $ 309.00 holes follamng extraction. • NII ,nspectors, samplers, testers, and Ubs must po�ss all current Caltrans certrtwatkns relevant m then positron ° Houdy cost includes travel of,nspectornecM1nwan mend from the pbsRe as well as all sample tmnsportabon `Includes travel, conng, and sample transportation onFy, tesLng of cores,s listed as a separate dam ° Rate for conng tecM1nkan is based on a per day basis cosh Overtime Rate Double Time Rate Eidended Cost $ 28,440.00I 160.50 $ 360.00 $ 51,360.00I $ 23,940.00I 154.50 $ 206.00 $ 37,080.00I 154.50 $ 206.00 $ 37,080.00I 154.50 $ 206.00 $ 37,080.00I $ 18,540.00I $ 18,540.00I --- $ 18,540.00I $ 8,190.00 --- $ 9,270.00I Total Cost $ 288,060.00 Overtime Rate Double Time Rate 160.50 $ 214.00 $ 154.50 $ 206.00 $ 154.50 $ 206.00 $ 154.50 $ 206.00 $ Total Cost $ Overtime Rate Double Time Rate 154.50 $ 154.50 $ 154.50 $ 214.00 $ 206.00 $ 206.00 $ 206.00 $ Total Cost $ EAended Cost 6,320.00 17,120.00 11,970.00 12,360.00 12,360.00 12,360.00 6,180.00 6,180.00 6,180.00 2,730.00 4,635.00 98,395.00 EAended Cost 3,160.00 8,560.00 5,320.00 6,592.00 6,592.00 6,592.00 3,296.00 3,296.00 3,296.00 1,820.00 2,472.00 50,996.00 COST FILE Twining, Inc. I City of Santa Clarita 22 City of Santa Clarita 2020-21 Annual Overlay East Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management -ALTERNATE 3 (V18S) Position ° Estimated Number of Hours Protect Management/Eng=ing Oversite: Responsibilities Include 20 protect- rsiteandengineering support. Public Works Inspection: Responsibilities Include providing full-time Inspection to the 80 CIty. QC Manager/Engineer: Responsibilities include oversight of Quality Assurance 40 operations and review of test results. Laydown Inspector (8 hour day): Responsibilities include mat inspection and sampling 64 Compaction Inspector (8 hour day): Responsibilities include monitonng compaction and 64 temperatures behind the roller. Plant Inspector (8 hour day): Resonsiblities include inspection and sampling of 64 aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection and sampling. 32 Compaction Inspector (4 hour day): Responsibilities include monitoring compaction and 32 temperatures behind the roller. Plant Inspector (4 hour day): Resmsiblities include inspection and sampling of 32 aggregates, bnders, and hot mix asphalt. Clerical 20 Corning Technician`: Responsibilities include the extraction of cores and the filling of 8Days° holes follamng extraction. `l .dudes Vavei, coring, and sampie Van spmtahon onty, testing of cores is iisted asa separate Item ° Rafe for conng tecM1-- is based on a per day basis City of Santa Clarita 2020-21 Annual Overlay East Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - ALTERNATE 4 (V23S) Position Estimated Number of Hours Protect ManagementlEngmeermg Oversite: Responslblltles include 20 protect oversite and engmeering support. Public Works Inspection: Responsibilities include providing full-time Inspection to the 80 City. QC Manager/Engmeer: Responsibilities include oversight of Quality Assurance 40 operations and review of test results. Laydown Inspector (8 hour day): Responsiblities include mat inspection and sampling 64 Compaction Inspector (8 hour day): Responslblitles include monitoring compaction and 64 temperatures behind the roller. Plant Inspector (8 hour day): Resmslblities include inspection and sampling of 64 aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responslblities include mat inspection and sampling. 32 Compaction Inspector (4 hour day): Responsibilities include monitoring compaction and 32 temperatures behind the roller. Plant Inspector (4 hour day): Resmslblities include inspection and sampling of 32 aggregates, bnders, and hot mix asphalt. Clerical 20 Coring Technician`: Responsiblltiesmclude the extraction ofcores and the filling of BDaysd holes fdlamng extraction. `All-pectom, samplers, festers, and labs mu sf p - all current Cu.- certiM1catrons relevant to th- pomlron ° 11-,cost mc1-travel of inspectorllecM1nican to and from iM1e pb-as-11 as ail sample transportation `Intludes travel, conng, and sample transportation onM. testing of cores is listed as a separate item ° costs Rate for conng tecbnician is based on a per tlay basis City of Santa Clarita 2020-21 Annual Overlay East Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management -ALTERNATE 2 (C14) Position ° Estimated Number of Hours Protect Management/Engineering Oversite: Responsibilities include 40 protect oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time inspection to the 200 City. QC Manager/Engineer: Responsibilities include oversight of Quality Assurance 100 operations and review of test results. Laydown Inspector (8 hour day): Responsibilities include mat inspection and sampling 128 Compaction Inspector (8 hour day): Responslblities include monitoring compaction and 128 temperatures behind the roller. Plant Inspector (8 hour day): Resonsltilities include inspection and sampling of 128 aggregates, tinders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection and sampling. 64 Compaction Inspector (4 hour day): Responsibilities include monitonng compaction and 64 temperatures behind the roller. Plant Inspector (4 hour day): Resmslblities include inspection and sampling of 64 aggregates, bnders, and hot mix asphalt. Clerical 30 Coring Technician`: Responsiblities include the extraction of cores and the filling of 16 Days° holes following extractor. `Intludes travel, conng, and sample transportatron only, testing of cores is fisted asa separate item ° Rate for conng tecbnicun is based on a per day basis COST FILE Unit Coati, Overtime Rate Double Time Rate Extended Cost $ 158.00 $ 3,160.00 $ 107.00 $ 160.50 $ 214.00 $ 8,560.00 $ 133.00 $ 5,320.00I $ 103.00 $ 154.50 $ 206.00 $ 6,592.00I $ 103.00 $ 154.50 $ 206.00 $ 6,592.00 $ 103.00 $ 154.50 $ 206.00 $ 6,592.00 $ 103.00 $ 3,296.00I $ 103.00 $ 3,296.00I $ 103.00 $ 3,296.00 $ 91.00 $ 1,820.00I $ 309.00 - --- $ 2,472.00I Total Cost $ 50,996.00 Unit Costb Overtime Rate Double Time Rate Extended Cost $ 158.00 $ 3,160.00I $ 107.00 $ 160.50 $ 214.00 $ 8,560.00I $ 133.00 $ 5,320.00 $ 103.00 $ 154.50 $ 206.00 $ 6,592.00I $ 103.00 $ 154.50 $ 206.00 $ 6,592.00I $ 103.00 $ 154.50 $ 206.00 $ 6,592.00I $ 103.00 $ 3,296.00 $ 103.00 $ 3,296.00I $ 103.00 $ 3,296.00I $ 91.00 $ 1,820.00I $ 309.00 - --- $ 2,472.00I Total Cost $ 50,996.00 Unit Costb Overtime Rate Double Time Rate Eldended Cost $ 158.00 $ 6,320.00I $ 107.00 $ 160.50 $ 214.00 $ 21,400.00 $ 133.00 $ 13,300.00 $ 103.00 $ 154.50 $ 206.00 $ 13,184.00 $ 103.00 $ 154.50 $ 206.00 $ 13,184.00 $ 103.00 $ 154.50 $ 206.00 $ 13,184.00 $ 103.00 $ 6,592.00I $ 103.00 $ 6,592.00 $ 103.00 $ 6,592.00I $ 91.00 $ 2,730.00I $ 309.00 $ 4,944.00I Total Cost $ 108,022.00 Twining, Inc. I City of Santa Clarita 23 City of Santa Clarita 2020-21 Annual Overlay East Project City Project No. M0137 Quality Assurance Testing Program Materials Testing - BASE BID Minimum Sampling Estimates Number cf Tests Test Method(s) Quality Characteristic and Testing Frequency Location of Sampling R8R ARHM Areas a D2 AC Total CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant° 20 5 5 30 Minimum 1 Per Day CT 217 Sand Equivalent 1 Par 750 Tons, At Plant' 20 5 5 30 Minimum 1 Per Day CT 3112 Asphalt Content 1 Per 750 Tons, Mat Behind Paverb 20 5 5 30 Minimum 1 Per Day Cores` Percent Compactlon°e 1 Per 250 Tons, Compacted Mat 60 15 15 90 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 20 5 5 30 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 20 5 5 30 CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 20 5 5 30 ICT 367' Air Voids Content' 1 Per Day Mat Behind Paver 20 5 5 30 `Sample d,gouf makml of the regular frequency ° Exaci tonnage and IocaM1on of sample to be determined by tM1e materials includesfM1e cost of testing core specimens in the lab sampling Random Sampling Plan and coring Random Sampling Plan °`Item Tho hcore sampksare usetl for acceptance fe5ing, monilonng of compaction `Compaction sM1all k defermnetl uvng fM1e formula 1 W x (Bulk Specific � Repod the 3 fe9ed bnquefles from vngle by use ofanuclear gauge sM1allkrequired fM1roug M1out fM1e paving GravM (CT 308)) I (Maximum TM1eorefical SpecRe Gravity (CT 309)) day average of a sample ° Ilse CT 309 to defermne maximum fM1eorefical specific gravity m place of the CT 36] calculafetl maximum fM1eorefical specific grawty "Test must be pertormetl by an 60.5HTO ceNfietl laboratory ' No fesM1ng of binder will be requnetl except at the discression of the engineer, City of Santa Clarita sample and store all material anti the engineer approvesdisposat 2020-21 Annual Overlay East Project City Project No. M0137 Materials Testing - ALTERNATE 1 (Newhall Ranch Road) Estimate(' Number of Tests Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling R.R Testing Frequency ARHM D2 AC Areas Total CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant' 10 5 e 5 20 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant' 10 5 5 20 Minimum 1 Per Day ICT 3112 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' 10 5 5 20 Minimum 1 Per Day Cores` Percent Compaction- 1 Par 250 Tons, Compacted Mat 30 15 15 60 Minimum 3 Per Day ICT 309 Rice Density 1 Per Day Mat Behind Paver 10 5 5 20 ICT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 10 5 5 20 ICT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 10 5 5 20 ICT 367g Air Voids Content' 1 Per Day Mat Behind Paver 10 5 5 20 `Sample digouf makral at fbe regular frequency ° Eats tonnage and location of sample b, be determined by fbe maknais sampling Random Sampling Pkn and coring Random Sampling Plan `Item includes fbe cost of fesbng core specimens n fbe lab °ThougM1 core sampksare used for accepance fesbng, monilonng of compaction by use of a nuclear gauge sM1all k regmretl fM1roug M1ouf fbe paving day `CompacWn sM1all be defermnetl using fbe formula 1 W x (Bulk Specific GravM (CT 308)) I (Maximum Tbeorefcal SpecRrc Gravity (CT 309)) Repod fbe average of 3 kskd bnqueges from a angle sample °Ilse CT 309 to defermne maxmum fM1eoreM1cal specific grawty in place of fbe CT 36] calculafetl maximum fbeorefrcal specific grawty "Test must be pertormed by an N0.5HT0 cedif tl laboratory ' No fe9�ng of binder will be required except at fbe discression of the engineer, sample and store aN material until fbe engineer approvesdisposal City of Santa Clarita 2020-21 Annual Overlay East Project City Project No. M0137 Matatals Teshag - ALTERNATE 2 (V 17S) Estimates' Number r Tests Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling R&R Testing Frequency ARHM D2 AC Areas Total CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant' 5 3 e 3 11 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant' 5 3 3 11 Minimum 1 Per Day ICT 3112 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' 5 3 3 11 Minimum 1 Per Day Cares` Percent Compaction°, 1Per250 Tons, Compacted Mat 15 12 12 39 Minimum 3 Per Day ICT 309 Rice Density 1 Per Day Mat Behind Paver 5 3 3 11 ICT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 5 3 3 11 ICT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 5 3 3 11 CT 367g Air Voids Content' 1 Per Day Mat Behind Paver 5 3 3 11 `Sample tligouf mafeml at the regular frequency ° Exact tonnage and location of sample to be dekmrined by the materials sampling Random Sampling Plan and coring Random Sampling Plan `Item-bdesfM1e cost of fesbng core specimens m the lab °Though core sampksare usetl for acceptance .sting, montlonng of compacbon by use of a nuclear gauge sM1aO be required throughout the paving day `CompacWn sM1aP kdefernanetl using the formula 1..(13u0, Specific Gravely cT 3o8)) I(Maximum Theoretical SpeciF G-1,(CT 3ob)) Repod the average of 3 — bnqueges from a angle sample °Ilse CT 309 to defermne maximum theoretical specific grawty in place of the CT 36] calculafetl maximum theoretical specific grawty "Test must be pertormed by an N0.5HT0 cedif tl laboratory ' No ',sling of tinder will be requiretl except at the discression of the engineer, sample and store all material until the engineer approvesdisposal COST FILE Unit Cost E)dended Cost S 205.00 S 6,150.00 s 155.00 S 4,650.00 s 205.00 S 6,150.00 S Woo S 7,200.00 s 155.00 S 4,650.00 S - s - s 205.00 S 6,150.00 s 205.00 S 6,150.00 'total Cost $ 41,100.o0 Unit Cost Extended Cost S 155.00 S 3,100.00 s 155.00 s 3,100.00 $ 205.00 S 4,100.00 $ 80.00 S 4,800.00 s 155.00 s 3,100.00 $ - s - $ 205.00 S 4,100.00 $ 205.00 S 4,100.00 Total Cost s 26,400.00 Unit Cost Extended Cost $ 155.00 S 1,705.00 $ 155.00 S 1,705.00 $ 205.00 S 2,255.00 $ 80.00 S 3,120.00 $ 155.00 S 1,705.00 $ - s - $ 205.00 S 2,255.00 $ 205.00 S 2,255.00 Total Cost $ 15,000.00 Twining, Inc. I City of Santa Clarita 24 City of Santa Clarita 2020-21 Annual Overlay East Project City Project No. M0137 Materials Testing -ALTERNATE 3 (V18S) Estimated Number of Tests Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling RgR Unit Cost Extended Cost Testing Frequency ARHM D2 AC Areas Total Aggregate Gradation 1Per 750 Tons, At Plant' 8 3 3 14 ICT202 Minimum 1 Per Day S 155.00 $ 2,170.00 ICT217 Sand Equivalent 1Per 750 Tons, At Plant' 8 3 3 14 S 155.00 $ 2,170.00 Minimum 1 Per Day I CT 382 Asphalt Content iPer 750 Tons, Mat Behind Paver' 8 3 3 14 S 205.00 $ 2,870.00 Minimum 1 Per Day (Cores` Percent Compactor- 1Per 250 Tons, Compacted Mat 24 12 12 48 S 80.00 $ 3,840.00 Minimum 3 Per Day ICT 309 Rice Density iPer Day Mat Behind Paver 8 3 3 14 S 155.00 $ 2,170.00 ICT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 8 3 3 14 S $ CT 366 Stabilometer Value' iPer Day Mat Behind Paver 8 3 3 14 S 205.00 $ 2,870.00 ICT 367" Air Voids Content' 1 Per Day Mat Behind Paver 8 3 3 14 $ 205.00 $ 2s70.00 `Sampledgonf materalat@ reg ularfiequency °—tonnage and bcabon of sample to be determined by iM1e matenals `Item Includes the cost of teshng core spemmens in -lab sampling Random Sampling Plan and -mg Random Sampling Plan Total Cost $ 18,960.00 ° Though core samples are u sed for acceptance testing, momtonng `Compacbon —b be determined uinng -formula 100 x (Bulk Specific Repod-average of 3 tested bnque8es fiom a single sample ° Ilse CT 309 to determine maximum tM1eoretical speiific gravtly in of compaction by use ofa —1— gauge Granty (CT 308)) I (M anmum TM1eoreteal5p— place of -CT 361 calculatetl maximum shall be regm th..a M1out iM1e paving Gravtly ICT 309)) iM1eoretical specific gravtly day "Test mug be pedormed by an —TO cedified laboratory 'No testing of bi nder. I I be requ except A the dlscression of the City of Santa Clarita engineer, sample and gore ail matenal until iM1e engineerapproves disposal 2020-21 Annual Overlay East Project City Project No. M0137 Materials Testing - ALTERNATE 4 (V23S) Estimated Number of Tests Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling RgR Unit Cost Extended Cost Testing Frequency ARHM D2 AC Areas Total CT 202 Aggregate Gradation iPer 750 Tons, At Plant' 5 3 a 3 11 Minimum 1 Per Day $ I55.00 $ 1,705.00 ICT217 Sand Equivalent 1Per 750 Tons, At Plant' 5 3 3 11 $ 155.00 $ 1,705.00 Minimum 1 Per Day ICT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' 5 3 3 11 $ 205.00 $ 2,255.00 Minimum 1 Per Day ICores° Percent Compacton°e 1Per 250 Tons, Compacted Mat 15 12 12 39 $ 80.00 $ 3,120.00 Mmimum 3 Per Day I CT 309 Rice Density iPer Day Mat Behind Paver 5 3 3 11 $ 155.00 $ 1,705.00 ICT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 5 3 3 11 $ $ CT 366 Stabilometer Value' iPer Day Mat Behind Paver 5 3 3 11 $ 205.00 $ 2,255.00 ICT 367" Air Voids Content' 1 Per Day Mat Behind Paver 5 3 3 11 $ 205.00 $ 2,255.00 `Sampledg t materalat0e regularfiequency °6act tonnage and —bon of sample to bedetermined by iM1e matenals `Item includes iM1e cost of teshng core specimens m iM1e lab sampling Random Sampbng Plan and conng Random Sampling Plan Total Cost $ 15,000.00 ° Though core samples are used for acceptance testing, momtonng `Compacbon—H be determined using th formula 100x(Bulk Specific Repodth average of3 testetl bnque8es fiom a singlesample ° Il se CT 309 to determine maximum tM1eoretical specific gravtlyin of--- by —of. nuclear gauge Granty(CT 308))I(Maximum TM1eorebcal placeofth CT 367ca1culated maximum shall be requined th..gM1out - paving Spectic Gravdy(CT3 n theoretical specific gravtly day "Test mug be pedormed by an 11- laboratory No teshng of binder.11 be cequlretl except A the dlscresvon of iM1e City of Santa Clarita engineer, sample and gore all matenal until disposal 2020-21 Annual Overlay East Project City Project No. M0137 Materials Testing - ALTERNATE 5 (C14) Estimate( Numberof Tests Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling RgR Unit Cost Extended Cost Testing Frequency ARHM D2 AC Areas Total 202 Aggregate Gradation 1 Per 750 Tons, At Plant' 10 5 a 5 20 ICT Minimum 1 Per Day $ I55.00 $ 3,100.00 CT 217 Sand Equivalent 1Per 750 Tons, At Plant' 10 5 5 20 S 155.00 $ 3,100.00 Minimum 1 Per Day ICT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paverb 10 5 5 20 $ 205.00 $ 4,100.00 Minimum 1 Per Day ICores` Percent Compachon°e 1Per 250 Tons, Compacted Mat 30 15 15 60 S 80.00 $ 4,800.00 Mimmum 3 Per Day ICT 309 Rice Density 1Per Day Mat Behind Paver 10 5 5 20 S 155.00 $ 3,100.00 ICT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 10 5 5 20 S $ CT 366 Stabilometer Value' 1Per Day Mat Behind Paver 10 5 5 20 S 205.00 $ 4,100.00 ICT 367" Air Voids Content' 1 Per Day Mat Behind Paver 10 5 5 20 S 205.00 $ 4,100.00 `Sampledg t matenalatthe regularfiequency ° 6acitonnage and bcabon of sample to bedetermined by iM1e matenals `Item includesth costofteshng core specimensin iM1e lab sampling Random Sampling Plan and conng Random Samphng Plan Total Cost $ 26,400.00 ° Though core samples are usetl for acceptancetesting, momtonng `Compacbon—H be determined using th formula 100x(Bulk Specific � Repod iM1e average of 3 testetl bnque8es fiom a single sample ° Ilse CT 309 Codetermine maximum iM1eorebcal speiific gravtlyin "Test mug 1 e pedormetl by an PASHTO cedifietl laboratory No testing -.de, beregmred exceptat-d—esson ofi ofcompacbon by use ofa nuclear gauge G—ly(CT—b ((Maximum Ti, placeofth CT 367calculated maximum engineer, sampleand Soreall mat 1 regm th—gh-the paving Spe Gravtly (CT 309)) tM1eoretical specific gravtly 1 until the engmeerapprovesdisposal day COST FILE Twining, Inc. I City of Santa Clarita 25 City of Santa CIs rite 2020-21 Annual Overlay West Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - BASE BID Position ° Estimated Unit Cost" Number of Hours Project Management/Engineering Oversite: Responsiblities Include prgect oversite and 220 engineering support $ 158.00 Public Works Inspection: Responsibilities Include providing full-time inspection tothe 640 $ 107.00 $ Qty. OC Manager/Engmeer: Responsibilities include oversight of Quality Assurance 260 rgyrations and review of test results. $ 133.00 down Inspector(8 hour day): Responsibilities include mat inspection and sampling 488 $ 103.00 $ Compaction Inspector (8 hour day): Responsibilities include monitoring compaction and 488 $ 103.00 $ tem raturesbehind the roller. zInspector PI (8 hour day): Resmsibllities include inspection and sampling of 488 $ 103.00 $ aggregates, Mnders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection and sampling. 244 $ 103.00 Compaction Inspector (4 hour day): Responsibilities Include monitoring compaction and 244 $ 103.00 ter raturesbehind the roller. 7Inspector PI (4 hour day): Resmsibllities include inspection and sampling of 244 aggregates, binders, and hot mix asphalt. $ 103.00 Clerical 125 $ 91.00 Coning Techniaanc: Responsiblities include the extraction of cores and the filling of 40 Days' $ 30900 holes follormng extraction. Inspectors. sanvlers, kamrs, and labs mazt poses aII cerentcanca,ia certnrcatmns raevam miner posmm� oury cat Ircl W a travel otlmpatanaM1mcan m a�q Ran mepbslmaz well as all sanple transportation cosh. u az m ,con�g, and sample Vansportatmn onry, mshng otcaeshihmdazaseparam nem Ramaorconng tx M1niclan ¢ based on a per day bash City of Santa Clarita 2020-21 Annual Overlay West Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - ALTERNATE 1 (Newhall Ranch Road) Position ° Estimated Unit Cost" N umber or Hours Project Management/Engineering Oversite: Responsibilities include 40 $ 158.00 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time inspection to the 160 City. $ 107.00 $ QC Manager/Engmeer: Responsibilities include oversight of Quality Assurance 80 $ 133.00 operations and review of test results. Laydown Inspector(8 hour day): Responsibilities include mat inspection and sampling 120 $ 103.00 $ Compaction Inspector (8 hour day): Responsibilities include monitoring compaction and 120 $ 103.00 $ temperatures behind the roller. Plant Inspector (8 hour day): Resmsiblities include inspection and sampling of 120 $ 103.00 $ aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection and sampling. 60 $ 103.00 Compaction Inspector(4 hour day): Responsibilities include monitonng compaction and 60 $ 103.00 tern aporbehind the roller. Pnse(4 hour day): Resmsibllities include inspection and sampling of 60 aggregates, binders, and hot mix asphalt. $ 103.00 Clerical 30 $ 91.00 Coring Techniaanc: Responsibilities include the extraction ofcores and the filling of 15 Daysd $ 309.00 holes fdlvmng extraction. • Arm--, samplers, mstecs, am labs mast possss all cacrem cancans certifi A.- cmevam m men p- ° Houdy cost mcludes travel of inspecmrllecM1nican m and from me pbsne as veil as all sample transportafion `Intludes travel, coring, and sample transportation only, testing of cores is Lsmd as a separate item ° costs Ram for coring mcM1nrcian rs basetl on a per day basis City of Santa Clarita 2020-21 Annual Overlay West Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - ALTERNATE 2 (V17S) Position ° Estimated Unit Cost" Number of Hours Project Management/Engineering Oversite: Responsibilities include 20 $ 158.00 project oversite and engineenng support. Public Works Inspection: Responsibilities include providing full-time inspection to the 80 $ 107.00 $ City. QC Manager/Engmeer. Responsibilities include oversight of Quality Assurance 40 $ 133.00 and review of test results. rgyrations darvn Inspector (8 hour day): Responsibilities include mat inspection and sampling 64 $ 103.00 $ Compaction Inspector (8 hour day): Responsibilities include monitonng compaction and 64 $ 103.00 $ temperatures behind the roller. Plant Inspector (8 hour day): Resmsiblities include inspection and sampling of 64 $ 103.00 $ aggregates, tenders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection and sampling. 32 $ 103.00 Compaction Inspector (4 hour day): Responsibilities include monitoring compaction and 32 $ 103.00 temperatures behind the roller. Plant Inspector (4 hour day): Resonsiblities include inspection and sampling of 32 aggregates, binders, and hot mix asphalt. $ 103.00 Clerical 20 $ 9100 Conng Techniaanc: Responsiblities include the extraction of cores and the filling of 8Days $ 309.00 holes follamng extraction. • All mspecmrs, samplers, rosters, and labs must po�ss all cunen1 canrans certifications relevant m ureic position ° 11-, cost mcludes travel of inspecmrlleclineran to and from me p- as-11 as all sample transportation `Intludes travel, coring, and sample n-portal n onry, testing of coresis listed as a separate item ° Rate for coring mcM1nrcan rs based on a per day basis costs Overtime Rate 160.50 $ 154.50 $ 154.50 $ 154.50 $ Overtime Rate 160.50 $ 154.50 $ 154.50 $ 154.50 $ Overtime Rate 160.50 $ 154.50 $ 154.50 $ 154.50 $ COST FILE Double Time Rate 214.00 $ 206.00 $ 206.00 $ 206.00 $ Total Cost $ Etdended Cost 34,760.00 68,480.00 34,580.00 50,264.00 50,264.00 50,264.00 25,132.00 25,132.00 25,132.00 11,375.00 12,360.00 387,743.00 Double E#ended Cost Time Rate $ 6,320.00 214.00 $ 17,120.00 $ 11,970.00 206.00 $ 12,360.00 206.00 $ 12,360.00 206.00 $ 12,360.00 $ 6,180.00 $ 6,180.00 $ 6,180.00 $ 2,730.00 $ 4,635.00 Total Cost $ 98,395.00 Double Etdended Cost Time Rate $ 3,160.00 214.00 $ 8,560.00 $ 5,320.00 206.00 $ 6,592.00 206.00 $ 6,592.00 206.00 $ 6,592.00 $ 3,296.00 $ 3,296.00 $ 3,296.00 $ 1,820.00 $ 4,635.00 Total Cost $ 53,159.00 Twining, Inc. I City of Santa Clarita 26 COST FILE City of Santa Clarita 2020-21 Annual Overlay West Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - ALTERNATE 3 (V18S) Position Estimated Unit Cost" Double Overtime Rate Extended Cost Number of Hours Time Rate Project Management/Engineenng Oversite: Responsibilities Include 20 $ 158.00 $ 3,160.00 oversita and en7ineering support. C°� ict ity. Works Inspect ion: Responsibilities include providing full-time Inspection tothe 80 $ 107.00 $ 160.50 $ 214.00 $ 8,560.00 City. QC Manager/Engineer. Responsibilities include oversight of Quality Assurance 40 $ 133.00 $ 5,320.00 operations and review of test results Laydown Inspector (8 hour day): Responsibilities include mat inspection and sampling 64 $ 103.00 $ 154.50 $ 206.00 $ 6,592.00 Compaction Inspector (8 hour day): Responsibilities Include monitorng compaction and 64 $ 103.00 $ 154.50 $ 206.00 $ 6,592.00 temperatures behind the roller. Plant Inspector (8 hour day): Resonsltilities include inspection and sampling of 64 $ 103.00 $ 154.50 $ 206.00 $ 6,592.00 aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day): Responsibilities include mat inspection and sampling. 32 $ 103.00 $ 3,296.00 Compaction Inspector (4 hour day): Responsibilities include monitoring compaction and 32 tam ratures behind the roller. $ 103.00 $ 3,296.00 PI Inspector (4 hour day): ResmslMlities include inspection and sampling of 32 aggregates, binders, and hot mix asphalt. $ 103.00 $ 3,296.00 Clerical 20 $ 91.00 $ 1,820.00 Coring Technician`: Responsiblities include the extraction of cores and the filling of 8Days° $ 309.00 $ 4,635.00 holes follamng extraction. •nil mspenors, samvlers,testers, ana labs mastp- au carmen cattrans cedmcationsmlevam m their posaion ° Houdy cost rnctudes travel of inspectordecM1nean to and from the pbste as vxil as all sample tanspodabon costs Total Cost $ 53,159.00 `Includes travel, conng, and sample n-podatron only, testing of cores rs listed as a separate item ° Rate for conng teclrmcran rs based on a per day basis City of Santa Clarita 2020-21 Annual Overlay West Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - ALTERNATE 4 (V23S) Position ° Estimated Unit Cos[b Overtime Rate Double Extended Cost Number of Hours Time Rate Project Management/Engineering Oversite: Responsibilities include 20 158 $ 3,160.00 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time inspection to the 80 107 160.5 $ 214.00 $ 8,560.00 City. QC Manager/Engineer: Responsiblities include oversight of Quality Assurance 40 operations and review of test results. 133 $ 5,320.00 Laydown Inspector (8 hour day): Responsibilities include mat inspection and sampling 64 103 154.5 $ 206.00 $ 6,592.00 Compaction Inspector (8 hour day): Responsibilities include monitoring compaction and 64 temperatures behind the roller. 103 154.5 $ 206.00 $ 6,592.00 Plant Inspector (8 hour day): Resmsiblities include inspection and sampling of 64 103 154.5 $ 206.00 $ 6,592.00 aggregates, tinders, and hot mix asphalt. Laydown Inspector(4 hour day): Responsibilities include mat inspection and sampling. 32 103 $ 3,296.00 Compaction Inspector (4 hour day): Responsibilities include monitoring compaction and 32 103 $ 3,296.00 temperatures behind the roller. Plant Inspector (4 hour day): Resmsiblities include inspection and sampling of 32 aggregates, tinders, and hot mix asphalt. 103 $ 3,296.00 Clerical 20 91 $ 1,820.00 Coming Technician`: Responsiblities include the extraction of cores and the filling of 8Days° 309 $ 4,635.00 holes follvmng extraction. •nil rnspecmrs, samplers, testers, ana labs mast po�ss au cnrmm Caitranscedrficatwns mlevamm their posnron ° Houdy cost includes travel of inspectordecM1nican to and from the pbsne as well as all sample tansponabon costs Total Cost $ 53,159.00 `Includes Vavel, conng, and sample t-podatwn xi,, testing of cores is irsted as a separate Item ° Rate for conng tecM1nrcan rs basetl on a per day basis City of Santa Clarita 2020-21 Annual Overlay West Project City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - ALTERNATE 5 (Hillsborough) Position ° Estimated Unit Cost" Overtime Rate Double Extended Cost Number of Hours Time Rate Project Management/Engineering Oversite: Responsibilities include 16 $ 158.00 $ 2,528.00 o,act oversite and engineering support. r �Ic Works Inspection: Responsibilities include providing full-time,inspection to the 48 City. $ 107.00 $ 160.50 $ 214.00 $ 5,136.00 QC Manager/Engmeer: Responsibilities include oversight of Quality Assurance 20 operations and review of test results. $ 133.00 $ 2,660.00 Slurry Inspector(8 hour day): Responsiblities include crackfll, mat inspection and 40 sampling $ 103.00 $ 154.50 $ 206.00 $ 4,120.00 Compaction Inspector (8 hour day): Responsibilities include monitoring compaction and 16 temperatures behind the roller. $ 103.00 $ 154.50 $ 206.00 $ 1,648.00 Slurry Inspector (4 hour day): Responsiblities include crackfll, mat inspection and 20 sampling. $ 103.00 $ 2,060.00 Compaction Inspector (4 hour day): Responsibilities include monitoring compaction and 8 temperatures behind the roller. $ 103.00 $ 824.00 Clencal 20 $ 91.00 $ 1,820.00 •nn rnsve<mrs, samplers, testers, ana labs mast possss an cnrmm Caitranscedrficatwns mlevam m their P.-Total Cost $ 20,796.00 ° Houdy cost rnctudes travel of inspectordecM1nican b and from the pbsite as weh as all sample tanspodabon costs `i-des travel, conng, and sample transpodation only, -xg of cores is M1sted as a separate item ° Rate for conng tech- rs based on a per day basis Twining, Inc. I City of Santa Clarita 27 COST FILE City of Santa Clarita 2020-21 Annual Overlay West Project City Project No. M0137 Quality Assurance Testing Program Materials Testing - BASE BID Minimum Sampling Estimated Number of Tests Test Method(s) Quality Characteristic and Testing Frequency Location of Sampling R&R Unit Cost Extended Cost ARHM Areas' D2 AC C2 AC Total CT 212 Aggregate Gradation 751 1 Per 0 Tons, At Plant' 20 5 5 20 so Minimum Par Day $ 155.00 $ 7,750.00 CT 211 Sand Equivalent 1 Per 750 Tons, At Plant' 20 5 5 20 so Minimum1 Per Day $ 155.00 $ 7,750.00 CT 112 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' 20 5 5 20 so $ 205.00 $ IQ250.00 Minimum 1 Par Day Cores` Percent Compactlonde 1Per 250Tons, Compacted Mat 60 15 15 60 150 Mimmum 3 Pa Day $ 80.00 $ I2,000.00 ICT 309 Rice Density 1 Per Day Mat Behind Paver 20 5 5 20 so $ 155.00 $ 7,750.00 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 20 5 5 20 so $ _ $ _ CT 366 Stabilometer Value' 1Per Day Mat Behind Paver 20 5 5 20 so $ 205.00 $ 10,250.00 ICT 3679 Air Ids Content' 1Per Day Mat Behind Paver 20 5 5 20 so $ 205.00 $ I0,250.00 samviedl9om maferaiame re9ularfreguency Total Cost $ 6600000I aztfon�m9e aMb .o ,rploe, ce detwmined by tie mafertalssampi,sR.— sampling Planand coring nand. sampl,m Plan loco efts cost offatmg corespamlens In Ne lab rou91,lcoresampleare used forarcepU team,mo ,sg ofcompazbon by use ofanucleargaugeshall cerequhed th.ghomthepmmg day Crsr_u.n shall ce deCmuned usmg thefomlula 100x (sulk spectre GmvM (CT am)) / (Maxlmun Thewetcal spazlre GravM (CT 303)) R_nno avwage of3fafwl bryuetla Romasl�glesanple 309 to demure maximum ihewetkal spxire 9iavM In glaze Utheci36]cNculAed maximum freorelcai spal9c grarlty must ce pertamrs by an=u T. certl9wl labaatory fafing Ne tie No U blMerwlll be requhM euepf atNe tlsc ressron of wlglreer, City of Santa Clarita sanpk and storeall maeral un41 eminrer approves dapaL 2020-21 Annual Overlay West Project City Project No. M0137 Materials Testing -ALTERNATE 1 (Newhall Ranch Road) Estimated Number of Tests Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling R&R Unit Cost Extended Cost Testing Frequency ARHM D2 AC Area Total CT 212 Aggregate Gradation 1 Per 0 Tons, At Plant' 10 5 5 20 Minimum751 Per Day $ 155.00 $ 3,100.001 CT 217 Sand Equivalent 1 Per 710 Tons, At Plant' 10 5 5 20 $ 155.00 $ 3,100.00 Mimmum1 Per Day ICT 312 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' 10 5 5 20 $ 155.00 $ 3,100.00 Minimum l Par Day Cores` Percent Compactlon°R 1Per250 Tons, Compacted Mat 30 15 60 Minimum 3 Par Day $ 8000 $ 4,800.00 ICT 301 Rice Density 1 Per Day Mat Behind Paver 10 5 5 20 $ 155.00 $ 3,100.00 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 10 5 5 20 $ _ $ _ ICT 366 Stablometer Value' 1 Per Day Mat Behind Paver 10 5 5 20 $ 205.00 $ 4,100.00 CT 3679 Air Voids Content' 1Per Day Mat Behind Paver 10 5 5 20 $ 205.00 $ 4,100.00 sampieagoul matertal a me re9ularrreguency Total Cos[ $ 25,400.00 az on�age aM-1. ofsampleto cedetemllned by the mafertaissampmg R.— S.Planand coring Randwn sampl,m Plan mcu at cos offabng corespazlmens In the lab rou91,icore mpia are uudfor xceptance t M.montlortng ofcwnpazbm by use ofa nuclear gauge shall N, .,- throughout Ne pming day Compaztmn shall ce dec.— usmg Nefomlula 100. (mile specl9c G.dy (CT srs)) / (Max— Thewetcal spazrte RepoN the avwage of3 fate] brpuetla from a snglesanple G.dy (CT 303)) 309 Id maximum ihewetkal spxire 9mvM In glaze Utheci36]cNculAed maximum freorelcai spal9c grarlty ms1byan=1Toc11t,1 a No ta9x11be reepiinNen9rer,apedoel City of Santa Clarita m .1unh1themglne¢rapprovesdspaal 2020-21 Annual Overlay West Project City Project No. M0137 Materials Testing - ALTERNATE 2 (V 17$) Estimated Number of Tests Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling R&R Unit Cost E#ended Cost Testing Frequency ARHM D2 AC Area Total CT 212 Aggregate Gradation 1 Per 750 Tons, At Plant' 5 3 3 11 $ 155.00 $ 1,705.00 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant' 5 3 3 11 Minimum 1 Pa Day $ 155.00 $ 1,705.00 ICT 312 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' 5 3 3 11 $ 155.00 $ 1,705.00 Minimum 1 Par Day Cores` Percent Compactlond` 1Per250 Tons, Compacted Mat 15 12 39 Minimum 3 Par Day $ 80.00 $ 3,120.00 ICT 309 Rice Density 1 Per Day Mat Behind Paver 5 3 3 11 $ 155.00 $ 1,705.00 ICT 226 or CT 370 HMA Moisture Content 1Per Day Mat Behind Paver 5 3 3 11 $ $ ICT 366 Stablometer Value' 1 Per Day Mat Behind Paver 5 3 3 11 $ 205.00 $ 2,255.00 Air Voids Content' 1Per Day Mat Behind Paver 5 3 3 11 ICT3679 $ 205.00 $ 2,255.00 sa It-9ou1 mat 1a1ue 1s,fregueazy Total Cost $ 14,450.00 aztfofsampiefo ce detwmmed by themat M samphm R.— sarnpiing Pa.— coring Randwn Sa I'm PNn melomm9eaM-1. u a f o cost offabng corespeclmens me lab th rou91,core sample are used forxcepfance taflm, montlortng ofcompachon by use ofa nuclear gauge shNl ce requtred ihrwghoutice prolog day ompaztmn shah ce deEmdned usla9 tcefomlula 100x (sulk spectre GravM (CT 3G8)) / (Maximun Thewereal spalfc Report the bryuetla Romasimlesanpk: GravM (CT 303)) avwaz�e of3fatwl o e more maxlmun ewe eel spxlre 9ravM In place acne CT36]calculaed maximum iheorelkal spectle 9rmlry a must ce pertamed by an AASHTO certlged labaafory No tohng U—pt dt dsc ressron of Ne wlglreer, sanpkand storeallmaeral 1 tie emmrerapproves dap.M Twining, Inc. I City of Santa Clarita 28 City of Santa Clarita 2020-21 Annual Overlay West Project City Project No. M0137 Materials Testing - ALTERNATE 3 (V 18S) EstimatisnNumber of Tests Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling RgR Unit Cost Extended Cost Testing Frequency ARHM D2 AC Area Total CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant' 8 3 3 14 Minimum l Per Day $ 155.00 $ 2,170.00 CT 217 Sand Equivalent 1 Per 750 Tons, At Plant' 8 3 3 14 Minimum l Per Day $ 155.00 $ 2,170.00 CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' 8 3 3 14 $ 155.00 $ 2,170.00 Minimum l Par Day Cores` Percent Ccmpactiond` 1 Per 250 Tons, Compacted Mat 24 12 48 Minimum 3 Pa Day $ 80.00 $ 3,840.00 CT 309 Rice Density 1 Per Day Mat Behind Paver 8 3 3 14 $ 155.00 $ 2,170.00 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 8 3 3 14 $ $ CT 366 Stablometer Value' 1Per Day Mat Behind Paver 8 3 3 14 $ 205.00 $ 2,870.00 CT 367° Air Voids Content' 1 Per Day Mat Behind Paver 8 3 3 14 $ 205.00 $ 2,870.00 SampledlgoN ma 1.1a1ther W1frequency Total Cost $ 1$,260.00 xtton ml bcauon ofsanpieto ce derambred bytremays,a ,rpb,p Raman sanpimg PNnand conng Rancho samph,aPNn loco esrre cestoftestingcorespxhnens Nthe Nb roughicore sample are usetl for xcepUnce tarlm, montlomg ofcompacbon M use ofa nuclear gauge shall ce regmretl thrwghoutthe poring day Compxtbn snail ce dekvmlred using thefo�muN 100x (Bulk sparte GravM' fcT 304)) / (Maxlmun Theaetcal spxrtro GravM (CT 303)) Re ntheavaage bsbMue ft,sbashglesanpN of3b 3091de��mlre maximun theaerkal spec]fro 9revM In place UNeCT367cNculAed maximum tRvrrtlKL spxlrx:9mriry Tat must ce pertamM M an AABHTO testified laboratory No rating U biMawill be regmretl except abbe dsc ressron of Ne engiaxr, City of Santa Clarita sanple aid storeall m�enal until rre e�gine¢rapproves dcpaal 2020-21 Annual Overlay West Project City Project No. M0137 Materials Testing - ALTERNATE 4 (V23S) EstimateiiilJumbert f Tests Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling RgR Unit Cost Extended Cost Testing Frequency ARHM D2 AC Area Total CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant' 5 3 3 11 Minimum 1 Par Day $ 155.00 $ 1,705.00 CT 217 Sand Equivalent 1Per 750 Tons, At Plant' 5 3 3 11 $ 155.00 $ 1,705.00 Minimum 1 Par Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paverb 5 3 3 11 $ 155.00 $ 1,705.00 Minimum 1 Par Day Cores` Percent Compactbxde 1 Per 250 Tons, Compacted Mat 15 12 39 Minimum 3 Par Day $ 80.00 $ 3,120.00 CT 309 Rice Density 1 Per Day Mat Behind Paver 5 3 3 11 $ 155.00 $ 1,705.00 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 5 3 3 11 $ _ $ _ CT 366 Stablometer Value' 1Per Day Mat Behind Paver 5 3 3 11 $ 205.00 $ 2,255.00 CT 36T Air Voids Content' 1 Per Day Mat Behind Paver 5 3 3 11 $ 205.00 $ 2,255.00 sample digoM matedaia his, regular frequency Total Cost $ 14,450.00 6xrton�Mge aM bcallon ofsampieto cederamined by the matmaissampbM Ramansanphng PNnand conng Rancho samph�g PNn. me u es rre cost o(testing corespxxnens N the hu Mughicoresamplesare used for xcWWcerating, montl gofcompaction by use ofa nucleargaugeshallce requbed th.ghourtheparing day C,vrWtron shall cedekamlred uang th-uNb-(Bulkspxihc G.dy(CT"))/(Maximus Tbea Ispxdic Gravity(CT3(m) Report the aveage ore rate] bsisn ranasiylesanpie 309 to det�mire maximun rheaerkal spec rtc 9mvM In place UNe CT367caIcul�M maximum theo�dkal spxlrro gmrity must is, pe-. by an AA3HT0 c... laboratory gaLng be required except at- discresslon of Ne mglreer, NU Is -will City of Santa Clarita sanpk d anstoreall -1-1 the mg]nes� d¢pa approves N 2020-21 Annual Overlay West Project City Project No. M0137 Materials Testing -ALTERNATE 5 (Hillsborough) Estimated 4umber of Tests Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling RgR Unit Cost Extended Cost Testing Frequency Slurry Areas °1 Total CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant' 2 3 Minimum 1 Per Day M $ 155.00 $ 465.00 CT 217 Sand Equivalent 1 Per 750 Tons, At Plant' 2 1 3 $ 155.00 $ 465.00 Minimum 1 Per Day M CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' - 1 1 $ 155.00 $ 155.00 Minimum 1 Per Day M Cores` Percent Compactonde 1Per 250 Tons, Compacted Mat - 3 3 $ 80.00 $ 240.00 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver - 1 1 $ 155.00 $ 155.00 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver - 1 1 $ $ CT 366 Stabilometer Value' 1Per Day Mat Behind Paver - 1 1 $ 205.00 $ 205.00 CT 367g Air Voids Content' 1 Per Day Mat Behind Paver - 1 1 $ 205.00 $ 205.00 Total Cost °'SampledgoutmIattheregularfrequency Exact tonnage and 1- of sampleto be de used by the marenais sampling Random Sampbng Plan and `Item mciudes the cost of testing core speamens m rM1e Nb -Tough core samples are used for acceptance resting, monironng of compaction by nuclear gauge shall conng Random Sa Ing Plan be required throughout rM1e pavmg day $ 189000 `Compaction shall bederer during thefor 100x(Bulk Specific-sy ICT 308))I(Maximum Theoretical ' Repod the average of 3 tested bMueges from a smgle sample °Ilse CT309 ro determine maximum tits,-.1 specific gravt mphs-ofthe CT367-fe. ed maximum theoretical "Test must be pertormed by.. AASHTO ce d Nborarory 'No testing of border MI be required except u rM1e discresmon of the engineer, sample and store all maredai until Speck-y(CT 30s)) spa g.4 rM1e engineer approves drsposai COST FILE Twining, Inc. I City of Santa Clarita 29 COST FILE City of Santa Clarita 2020-21 Annual Slurry Seal Program City Project No. M0137 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - BASE BID Position ° Estimated Unit Cost" Overtime Rate Double E)dended Cost Number of Hours Time Rate Prgect ManagemenllEngineering Ove-le: Responsbilia- mclude prgect wersite 60 and en jj Ineenn%% $ 158.00 $ 9,480.00 Public Works lnsp . Responsibilities Include providing full-time inspection to the CIty. 320 $ 107.00 $ 160.50 $ 214.00 $ 34,240.00 I QC Manager/Engineer: Responsibilities mclude oversight of QualityAssurance 80 operations and review of test results. $ 133.00 $ 10,640.00 Slurry Inspector (8 hour day): Responsibilities Include crackfll, mat Inspection and 160 $ 103.00 $ 154.50 $ 206.00 $ 16,480.00 sampling Compaction Inspector (8 hour day): Responsibilities Include monitoring compaction 80 and temperatures behind the roller. $ 103.00 $ 154.50 $ 206.00 $ 8240.00 Slurry Inspector(4 hour day): Responsibilities Include crackfll, mat Inspection and 80 sampling. $ 103.00 $ 8,240.00 Compaction Inspector (4 hour day): Responsibilities Include monitoring compaction 40 and tem%�ratums behind the roller. $ 103.00 $ 4,120.00 I Clencal 120 $ 91.00 $ 10,920.00 Total Cost $ 102,360.00 Inspatom, sarnvlem, vstem, antl lab: maat povss all carremcan�arls ceulrKabons rae�am mm�,r posnlon ouMcet Ircl W a travel oflmpata/leckmcan to aM Rom irepbslteas well a all sanpk transpoNullon costs aim, and sample VanspMagon onry, taYing ofcros 6latetl as aseparate nem Raleforcon.gto,k isbazetlonapertlaybasis City of Santa Clarita 2020-21 Annual Slurry Seal Program City Project No. M0137 Quality Assurance Testing Program Materials Testing -BASE 31D Estimated Number of Tests R&R Test Methods) Quality Characteristic Minimum Sampling and Testing Location of Area Unit Cost E)dended Cost Frequency Sampling s° SIB" Total CT 212 Aggregate Gradation 1 Per Week Stock Pile 6 3 9 $ 155.00 $ 1,395.00 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum l Per Day At Plant' 15 '° 25 $ 155.00 $ 3,875.00I CT 312 Asphalt Content 1 Per 750 Tons, Minimum 1 Per Day Mat Behind Paver' — 'J 10 $ 155.00 $ 1,550.00 Cores` Percent Compacon°e 1 Per 250 Tons, Minimum 3 Per Day Compacted Met — "r 18 $ 80.00 $ 1,440.00 CT 301 Rice Densty 1 Per Day Mat Behind Paver — 'J 10 $ 155.00 $ 1,550.00 CT 226 or CT 370 HMA Masture Content 1 Per Day Mat Behind Paver -- 5 5 $ _ $ _ CT 366 Stadlometer Valuer 1 Per Day Mat Behind Paver -- 5 5 $ 205.00 $ 1,025.00 -3671 Air Vads Content' 1 Per Day Mat Behind Paver — 5 5 $ 205.00 $ 1,025.00 AASHTO R29 Asphalt Binder 1 Per Day' At Plant — -- --- Total Cost $ 11,860.00 SampletligoN materal � Ne reguNr freyuency tonnage aM bcallon ofsample to re tletamlretl M ire matalNs sampilm RaMan Sanpling PWn antl toting Rantlom Sampllm PWn. itesting coresen.1,s In Ne N reughcore mPB, lsetl for pannxceptance—M. monnonng ofcompaction by use ofa nuclear gauge Mrerequ th.ghouttlre paving day Comps— snag re tleEmliretl using- krm 100x(Bulk Specfx:G.dy(CT 3G8))/(Max—Tneaetkai Re1 benesfmmasagiesanpie Spalfx: G.4(cT XBB of3tatal tle�mllne maximun Nearetcal spxlrx:9ravM In place Utne CT36]calculAM maximum groMkL speclrx: grmlty bet pertametl M an ANBHTO catinal laboratory No ta4ng U blMa will be requketl except ante tlrsc resslon of Ne engineer, sanpk antl storeall mule�al until ire emine¢rapproves tlap�L Twining, Inc. I City of Santa Clarita 30 sm we Schedule of Fees 2020 - 2021 NOTE. Rates will be adjusted annually each July 1st to reflect increased costs. Personnel Rates: Per Hour Unless Otherwise Noted Task Code Enoineerirw and Consultir(p Personnel Rate 10026 Senior Principal Advisor/Consultant $ 310.00 10001 Principal Engineer/Geologist $ 210.00 10017 Metallurgical Engineer $ 320.00 70000 Registered Geotechnical Engineer $ 200.00 10010 Technical Advisor $ 200.00 10011 Material Scientist, Welding/NDT Consultant $ 210.00 70003 Registered Geologist/Certified Engineering Geologist $ 195.00 10003 Senior Engineer/Geologist $ 180.00 10009 Registered Civil Engineer $ 175.00 60003 Roofing/Waterproofing Consultant $ 200.00 10013 Project Engineer/Manager $ 158.00 30000 Quality Control Manager $ 133.00 10005 Senior Staff Engineer/Geologist $ 155.00 10007 Staff Engineer/Geologist $ 150.00 10015 Clerical $ 91.00 10019 Metallurgical Technician $ 115.00 90001 CADD Operator/Draftsperson $ 102.00 70107 Field Supervisor $ 107.00 91030 Safety Supervisor $ 135.00 20000 Laboratory Manager $ 120.00 98000 Laboratory Technician $ 95.00 90005 Expert Witness Testimony $ 550.00 91010 Qualified SWPPP Developer $ 155.00 91000 Qualified SWPPP Practitioner $ 140.00 30001 Vibration Engineer $ 180.00 Task Code Field ln§ ection Personnel Rate 10101 Concrete Reinforced Steel Inspector $ 103.00 10103 Prestressed/Post Tensioned Inspector $ 103.00 10105 Concrete ICC Inspector $ 118.00 10109 Drilled -In -Anchor Inspector $ 118.00 10111 Gunite/Shotcrete Inspector $ 118.00 10113 Masonry Inspector $ 118.00 10201 Structural Steel/Welding Inspector $ 118.00 10203 AWS Certified Welding Inspector $ 118.00 10207 Fireproofing Inspector $ 118.00 10501 Lead Inspector $ 107.00 10115 Firestop Special Inspector- IFC Premier $ 135.00 10117 Firestop Special Inspector- IQP $ 180.00 70109 L.A. Deputy Grading Inspector $ 125.00 75001 Asphalt Field and Plant Inspector/Technician $ 103.00 70103 Pile Driving Inspector $ 118.00 70101 Soils Technician $ 103.00 10107 Concrete Quality Control (ACl/Caltrans Technician) $ 103.00 10122 Wood Framing Inspector $ 118.00 60001 Roofing/Waterproofing Inspector $ 125.00 10515 Mechanical Inspector $ 150.00 10519 Electrical Inspector $ 150.00 10521 Plumbing Inspector $ 150.00 10523 Building Inspector $ 150.00 30002 Vibration Monitoring Technician $ 118.00 50003 Field Engineering Technician $ 123.00 Task Code Shop Inry�ection Personnel Rate 10301 Stmctura(Steel Fabrication Inspector $ 118.00 10309 Batch Plant Quality Control Technician/Inspector $ 118.00 10325 Glue -Laminated Fabrication Inspector Quotation 10328 Pre -Cast Concrete/Pipe Fabrication Inspector $ 118.00 Task Code Nondestructive Testing Personnel Rate 10401 NDE Ultrasonic Testing Technician $ 123.00 10403 NDE Magnetic Particle Testing Technician $ 123.00 10405 NDE Dye Penetrant Testing Technician $ 123.00 10305 Combination NDE Technician/Welding Inspector $ 123.00 10409 Radiographic Testing (crew of 2) $ 325.00 10020 NDE Engineer $ 190.00 COST FILE Task Code Wment Usage (Daily Unless Otherwise Noted) Rate 95318 Skidmore $ 40.00 95309 Torque Wrench, Small $ 15.00 95312 Torque Wrench, Large $ 25.00 95315 Torque Multiplier $ 40.00 95321 Air Meter $ 20.00 95324 Brass Mold $ 20.00 95343 Nuclear Gauge (Per Hour) $ 10.00 95333 Pull Test Equipment $ 60.00 95348 Concrete/Asphalt Coring Equipment $ 600.00 95327 Pachometer $ 55.00 95336 Floor Flatness (Dipstick) $ 50.00 95330 Schmidt Hammer $ 30.00 95341 Vapor Emission Test Kits $ 30.00 95342 Relative Humidity Probe $ 60.00 95339 UPV (Ultrasonic Pulse Velocity) Meter $ 350.00 95351 Fireproofing Adhesion/Cohesion (Per Test) $ 35.00 95300 A Scan Ultrasonic Equipment and Consumables $ 75.00 95303 Magnetic Particle Equipment and Consumables $ 40.00 95306 Liquid Penetrant Consumables $ 35.00 95307 Phased Array Ultrasonic Equipment (Per Hour) $ 60.00 95347 Ground Penetrating Radar $ 300.00 95345 Impact Echo $ 350.00 95362 Ultrasonic Tomography $ 450.00 95349 Inertial Profiler (Per Hour) Quotation 95357 Project Dedicated Vehicle $ 110.00 95364 Roller Compacted Concrete Vibrating Hammer/Tampling Plate $ 70.00 95367 Half -cell Potential Equipment Set $ 350.00 95368 Concrete Electrical Resistivity Meter $ 160.00 95369 Field Hardness (Steel) $ 100.00 95370 Coating Thickness Gauge $ 100.00 95373 Wood Curing Box (Per Box) $ 500.00 95371 Temperature Control Curing Box (Per Month) $ 450.00 95372 Temperature Matching Curing Box (Per Month) $ 520.00 Task Code ,ecimen Pick-UD Rate 20102 S andard Sample: Concrete Cylinders (Each) $ 25.00 20101 Standard Sample: Mortar/Grout Cubes and Cores, $ 25.00 Fireproofing, Reber, and Epoxy Prisms (Each) 20103/ Oversize Sample: Masonry Prisms, Shotcrete Panels, $ 60.00 20104 Flexural Beams (Each) 20107 Technician for Specimen Pick -Up Not Listed Above $ 95.00 (Per Hour, 2-Hour Minimum) 20109 Technician for Specimen Pick -Up Before 5:00 a.m. $ 120.00 or After 5:00 p.m. Monday thm Friday, or All Day Saturday (Per Hour, 2-Hour Minimum Plus Mileage) Task Code Jobsite Trailer. Mobile or On -site Laboratory Rate 95360 Mobile laboratory for rapid strength concrete $ 500.00 (per shift not exceeding 12 hours) All others by quotation Task Code Concrete Tests (Field Made Specimens) Rate 20201 6" x 12" Cylinder. Compression Strength $ 38.00 (ASTM C39) 20202 4" x 8" Cylinder Compression Strength $ 33.00 (ASTM C39) 20203 Density of Structural Lightweight Concrete $ 80.00 Equilibrium or Oven Dry Method (ASTM C567) 20205 Core Compression including Trimming (ASTM C42) $ 65.00 20207 6" x 6" x 18" Flexural Beams Not Exceeding $ 90.00 Referenced Size (ASTM C78, C293 or CTM 523) 20209 Splitting Tensile Strength (ASTM C496) $ 90.00 20211 Modulus of Elasticity Test (ASTM C469) $ 260.00 80003 Rapid Chloride Permeability Test: Cylinders or $ 500.00 Cores (ASTM C1202) 80006 Density, Absorption, and Voids in Hardened $ 500.00 Concrete (ASTM C642) Twining, Inc. I City of Santa Clarita 31 1��0 COST FILE we Task Concrete Tests (Field Made Specimens), Task Code Continued Rate Code Phvsical and Chemical Analvsis of Flv Ash Rate 40005 Flexural Toughness (ASTM C1609, Formerly $ 800.00 80140 Chemical Analysis of Fly Ash per $ 650.00 ASTM C1018) Standard Requirements (ASTM C618) 40006 Double Punch Strength of Fiber Reinforced Concrete $ 500.00 80143 Physical Testing of Fly Ash per Standard Requirements $ 650.00 40009 Coefficient of Thermal Expansion of Concrete $ 550.00 (ASTM C618) (CRD 39, AASHTO T336) 80146 Partial Analysis or Specific Physical Tests Quotation 80147 Chemical Analysis and Physical Testing of Fly Ash per $ 1,200.00 Task Standard Requirements (ASTM C1618) Code Concrete Specimen PrQpparation Rate 20151 Sawing of Specimens (Eacfr) $ 35.00 Task Physical Testing of Chemical Admixtures for 20157 Coring of Specimens in Lab (Each) $ 35.00 Code Concrete Rate 20159 Grinding of Concrete Below 6000 psi Strength (Each) $ 50.00 80196 Qualification of Admixture per ASTM C494 Quotation 20160 Grinding of Concrete 6000 psi Strength and Above (Each) $ 75.00 Task Task Laboratory Trial Batch: Concrete, Cement Code Soils and r o ate Tests S Rate Code and Mortar Rate 30503 Abrasion: Ratt er (ASTM C131) $ 200.00 30217 Compression Test Cylinders Made and Tested in $ 55.00 30505 Abrasion: LA Rattler (ASTM C535) $ 210.00 Laboratory (ASTM C192, C35) 70301 Atterberg Limits/Plasticity Index (ASTM D4318, CTM 204) $ 160.00 30219 6" x 6" x 18" Flexural Beams Made and Tested in $ 95.00 70303 California Bearing Ratio Excluding Maximum Density $ 550.00 Laboratory (ASTM C192, C78) (ASTM D1883): Soil 30223 Splitting Tensile Strength Cylinders Made and Tested $ 110.00 70304 California Bearing Ratio Excluding Maximum Density $ 650.00 in Laboratory (ASTM C192, C496) (ASTM D1883): Cement -Treated Soil 30225 Modulus of Elasticity Test Cylinders Made and Tested in $ 275.00 70344 Cement -Treated Soil/Base Mix Design: includes three trial $ 3,500.00 Laboratory (ASTM C192, C469) cement contents with three unconfined compressive strength 30227 Density of Structural Lightweight Concrete Made in the $ 100.00 specimens per cement content Laboratory, Equilibrium or Oven Dry Method (ASTM C567) 70305 Chloride and Sulfate Content (CTM 417, CTM 422) $ 175.00 30201 Laboratory Trial Batch (ASTM C192) $ 500.00 30403 Clay Lumps and Friable Particles (ASTM C142) $ 200.00 30203 Laboratory Trial Batch: Packaged Dry Concrete $ 950.00 30321 Cleanness Value: 1 " x #4 (CTM 227) $ 175.00 Including Verification of Slump, Air Content, Plastic Unit 30322 Cleanness Value: 1.5' x .75" (CTM 227) $ 275.00 Weight, Six Cylinders for Compressive Strength (ASTM 70393 Collapse Potential/Index (ASTM D5333) $ 225.00 C387 and C192) 70396 Compressive Strength of Molded Soil -Cement $ 105.00 30205 Drying Shrinkage Up to 28 Days: Three 3" x 3" or $ 490.00 Cylinders (ASTM D1633) 4" x 4" Bars, Five Readings up to 28 Dry Days 70309 Consolidation Test: Full Cycle (ASTM 2435, CTM 219) $ 195.00 (ASTM C157) 70311 Consolidation Test: Time Rate per Load Increment $ 45.00 30230 Additional Reading, Per Set of Three Bars $ 45.00 (ASTM D2435, CTM 219) 30231 Storage over Ninety (90) Days, Per Set of $ 30.00 70313 Corrosivity Series: Sulfate, Cl, pH, Resistivity $ 245.00 Three Bars, Per Month (CTM 643, 417, and 422) 30207 Setting Time Up to 7 Hours (ASTM C403) $ 150.00 70315 Crushed/Fractured Particles (ASTM D5821, CTM 205) $ 175.00 30209 Bleeding (ASTM C232) $ 150.00 70317 Direct Shear Test: Remolded and/or Residual $ 245.00 30229 Concrete Restrained Expansion (ASTM C878) $ 550.00 (ASTM D3080) 30211 Mix, Make and Test Mortar or Grout Specimens for $ 500.00 70319 Direct Shear Test: Undisturbed - Slow [CD] (ASTM D3080) $ 225.00 Compressive Strength: Set of 6 (ASTM C878) 70321 Direct Shear Test: Undisturbed - Fast [CU] (ASTM D3080) $ 195.00 20263 Non -Shrink Grout: Height Change after Final $ 500.00 70378 Durability Index: Per Method-A,B,C, or D $ 210.00 Set (ASTM C1090) (ASTM D3744, CTM 229) 20265 Non -Shrink Grout: Height Change at Early $ 800.00 70325 Expansion Index (ASTM D4829, UBC 18-2) $ 170.00 Age (ASTM C827) 75004 Fine Aggregate Angularity $ 190.00 30232 Cracking Resistance, Set of Three Rings, $ 5,000.00 (ASTM C1252, CTM 234, AASHTO T304) Laboratory Trial Batching, Test Until Cracking or 30507 Flat and Elongated Particle (ASTM D4791) $ 240.00 up to 28 Days (ASTM 1581) 30508 Flat or Elongated Particle (ASTM D4791) $ 210.00 30233 Evaluation of Pre -Packaged Masonry Mortars $ 1,100.00 70331 Maximum Density: Methods A/B/C $ 190.00 (ASTM C270) (ASTM D1557, D698, CTM 216) 30234 Creep (ASTM C512) (One Age of Loading, 12 Months $ 8,000.00 70333 Maximum Density: Check Point (ASTM D1557, D698) $ 65.00 Duration of Testing) 70335 Maximum Density: AASHTO C [Modified] $ 195.00 (AAS HTO T-180) Task Chemical Analysis and Petrographic 70336 Maximum Index Density: Vibratory Table (ASTM D4253) $ 345.00 Code Examination of Concrete Rate 70337 Moisture Content (ASTM D2216, CTM 226) $ 25.00 80123 Chemical Analysis for Acid Soluble Chlorides $ 250.00 70339 Moisture and Density: Ring Sample (ASTM D2937) $ 30.00 (ASTM C1152) (includes sample prep) 70341 Moisture and Density: Shelby Tube Sample $ 40.00 80193 Chloride Diffusion Coefficient of Cementitious $ 2,500.00 (ASTM D2937) Mixtures by Bulk Diffusion (ASTM C1556) 70340 Moisture -Density Relations of Soil -Cement $ 275.00 80129 Petrographic Examination of Hardened Concrete, Level II Mixtures Premixed in the Field (ASTM D558) (ASTM 856) (Comprehensive) 70342 Moisture -Density Relations of Soil -Cement Mixtures $ 350.00 Each, One Sample $ 2,400.00 Mixed in the Lab (ASTM D558) Each, Two or More Samples $ 2,100.00 30401 Organic Impurities (ASTM C40, CTM 213) $ 90.00 70343 Permeability (ASTM D5084) Quotation Task 80001 Potential Reactivity: Chemical Method (ASTM C289 - $ 525.00 Code Phvsical and Chemical Analysis of Cement Rate Discontinued Method) 80195 Physical Testing and Chemical Analysis of Portland $ 1,200.00 70394 Potential Reactivity: Mortar Bar Expansion Method, $ 825.00 Cement per Standard Requirements (ASTM C150) 14-Day Exposure (ASTM C1260) 80100 Chemical Analysis of Portland Cement per $ 650.00 70391 Potential Reactivity: Mortar Bar Expansion Method, $ 875.00 Standard Requirements (ASTM C150) 28-Day Exposure (ASTM C1260) 80103 Physical Testing of Portland Cement per $ 650.00 70398 Potential Reactivity: Concrete Bar Expansion $ 2,700.00 Standard Requirements (ASTM C150) Method (ASTM C1293), 12 month 80194 Physical Testing of Type K Cement, Mortar $ 650.00 70399 Potential Reactivity: Concrete Bar Expansion $ 2,900.00 Expansion (ASTM C806) Method (ASTM C1293), 24 month 80106 Partial Analysis or Specific Physical Tests Quotation 80110 Sulfates Resistance of Hydraulic $ 2,500.00 Cement (ASTM C1012), 6 months 80111 Sulfates Resistance of Hydraulic $ 2,700.00 Cement (ASTM C1012), 12 months Twining, Inc. I City of Santa Clarita 32 sa "TWINING Task Code Soils and Aaareaate Tests. Continued Rate 70397 Potential Reactivity of Aggregate Combination, non-standard $ 950.00 method, 14-Day Exposure, Mortar (after ASTM C1567) 70392 Potential Reactivity of Aggregate Combination, non-standard $ 1,000.00 method; 28-Day Exposure, Mortar (afterASTM C1567) 70345 R-Value: Soil (ASTM 2844, CTM 301) $ 440.00 70347 R-Value: Aggregate Base (ASTM D2844, CTM 301) $ 490.00 70349 Sand Equivalent (ASTM D2419, CTM 217) $ 155.00 70351 Sieve #200 Wash Only (ASTM D1140, CTM 202) $ 90.00 70353 Sieve with Hydrometer. 3/4" Gravel to Clay (ASTM D422, $ 250.00 D7928, CTM 203) 70355 Sieve with Hydrometer. Sand to Clay (ASTM D422, $ 240.00 D7928, CTM 203) 70357 Sieve Analysis Including Wash (ASTM C136, CTM 202) $ 205.00 70359 Sieve Analysis Without Wash (ASTM C136, CTM 202) $ 120.00 70360 Sieve Analysis: Split Sieve (ASTM C136, CTM 202) $ 240.00 70361 Sieve Analysis Without Wash: With Cobbles $ 235.00 (ASTM C136, CTM 202) 70363 Soundness: Sodium or Magnesium Sulfate, $ 450.00 5 Cycles (ASTM C88) 70365 Specific Gravity and Absorption: Coarse $ 100.00 (ASTM C127, CTM 206) 70367 Specific Gravity and Absorption: Fine $ 165.00 (ASTM C128, CTM 207) 70369 Swell/Settlement Potential: One Dimensional $ 150.00 (ASTM D4546) 70371 Triaxial Quotation 70373 Unconfined Compression (ASTM D2166, CTM 221) $ 190.00 30317 Unit Weight Per Cubic Foot (ASTM C29, CTM 212) $ 125.00 30319 Voids in Aggregate with Known Specific Gravity $ 125.00 (ASTM C29, CTM 212) 30411 Lightweight Particles: Coarse, with Two Solutions (ASTM C123) $ 410.00 30412 Lightweight Particles: Fine, with One Solution (ASTM C123) $ 205.00 Task Code A,s halt Concrete Tests Rate 75031 HA Mixing and Preparation $ 125.00 75032 HMA Mixing and Preparation with Aggregate Treatment $ 175.00 75033 Bulk Specific Gravity of Compacted Sample or $ 55.00 Core: SSD (ASTM D2726, CTM 308C) 75036 Bulk Specific Gravity of Compacted Sample or $ 80.00 Core: Parafin Coated (ASTM D1188 and CTM 308A) 75040 Emulsion Residue, Evaporation (ASTM D244) $ 160.00 75024 Extraction: % Bitumen (ASTM D6307, CTM 382) $ 205.00 75027 Extraction: q Bitumen and Gradation $ 300.00 (ASTM D5444, D6307, CTM 202, 382) 75028 Extraction: q Bitumen, Correction Factor $ 350.00 (ASTM D6307, CTM 382) 75030 Chemical Extraction: % Bitumen and Sieve Analysis $ 245.00 (ASTM D2172 Method A or B, ASTM D5444) 75042 Lab Tested Maximum Density: Hveem, 3 briquettes $ 205.00 (ASTM D1561, D1188, CTM 304, 308) 75057 Hveem Stabilometer Test, Premixed, 3 briquettes $ 205.00 (ASTM D1560, D1561, CTM 304, 366) 75048 Lab Tested Maximum Density: Marshall, $ 210.00 3 briquettes (ASTM D6926, D2726) 75049 Lab Tested Maximum Density: Marshall $ 215.00 6" Specimen, 3 briquettes (ASTM D5581, D2726) 75050 Lab Tested Maximum Density: Superpave Gyratory $ 80.00 Compacted Briquette, SSD, 1 briquette (ASTM D6925, D2726) 75052 Lab Tested Maximum Density: Superpave Gyratory $ 90.00 Compacted Briquette, Parafin, 1 briquette (ASTM D1188, D6925) 75051 Maximum Theoretical Specific Gravity [RICE] $ 155.00 (ASTM D2041, CTM 309) 75066 Marshall Stability and Flow, Cored Sample, each $ 80.00 (ASTM D6927) 75069 Marshall Stability and Flow, Premixed, 3 briquettes $ 230.00 (ASTM D6926, D6927) 75106 Marshall Stability and Flow, Gyratory Compacted $ 230.00 Specimen Pre -Mixed, 3 briquettes (ASTM D5581, D6925) 75107 Marshall Stability and Flow 6" Specimen, Premixed, $ 230.00 3 briquettes (ASTM D5581) 75063 Moisture Content (CTM 370) $ 85.00 COST FILE Task Code Asphalt Concrete Tests. Continued Rate 75005 Wet Track Abrasion Test (ASTM D3910) $ 165.00 75093 Hveem Mix Design (Excluding Aggregate Quality Tests) $ 3,400.00 75096 Hveem Mix Design, with RAP (Excluding Aggregate $ 3,800.00 Quality Tests, RAP Qualification) 75099 Hveem Mix Design, with Lime (Excluding Aggregate $ 3,800.00 Quality Tests) 75094 Hveem Mix Design Caltrans Untreated Mix $ 4,650.00 (Including Aggregate Quality Tests) 75095 Hveem Mix Design Caltrans Lime Treated Mix $ 4,650.00 (Including Aggregate Quality Tests) 75084 Marshall Mix Design (Excluding Aggregate Quality Tests) $ 3,400.00 75087 Marshall Mix Design with RAP (Excluding Aggregate $ 3,800.00 Quality Tests) 75090 Marshall Mix Design with Lime (Excluding Aggregate $ 3,800.00 Quality Tests) 75083 Open Grade Asphalt Concrete Mix Design $ 1,700.00 (ASTM D7064, CTM 368) 75109 Superpave Mix Design (Excluding Aggregate Quality Tests) $ 4,900.00 75113 Superpave Mix Design, with RAP $ 6,500.00 (Excluding Aggregate Quality Tests) 75075 Effect of Moisture on Asphalt Paving Mixtures, Pre -Mixed $ 1,000.00 (ASTM D4867, AASHTO T283) 75111 Hamburg Wheel Track Test, 20,000 passes, 4 briquettes $ 1,100.00 (AAS HTO T324) 75039 Raveling Test of Cold Mixed Emulsified Asphalt $ 200.00 (ASTM D7196) 75067 Marshall Stability, wet set, 3 replicates (AASHTO T245) $ 350.00 75068 Marshall Stability, dry set, 3 replicates (AASHTO T245) $ 300.00 75070 Cold Recycled Asphalt Mix Design: 2 gradings each, $ 10,500.00 3 emulsion content (Caltrans LP-8) 75114 Superpave Mix Design, with Rubber $ 6,600.00 (Excluding Aggregate Quality Tests) 75115 Superpave Mix Design, with Additives $ 5,790.00 (Excluding Aggregate Quality Tests) Task Code Brick Masonry Tests. ASTM C67 Rate 20301 Modulus of Rupture: Flexural $ 90.00 20303 Compression Strength $ 55.00 20305 Absorption: 5 Hour or 24 Hour $ 60.00 20307 Absorption (Boil): 1, 2 or 5 Hours $ 90.00 20309 Initial Rate of Absorption $ 50.00 20311 Efflorescence $ 70.00 20313 Cores: Compression $ 65.00 20315 Shear Test on Brick Cores: 2 Faces $ 90.00 Task Code Concrete Block. ASTM C140 Rate 20321 Compression $ 85.00 20323 Absorption/Moisture Content/Oven Dry Density $ 85.00 20327 Linear Shrinkage (ASTM C426) $ 225.00 20335 Web and Face Shell Measurements $ 45.00 20329 Tension Test $ 155.00 20331 Core Compression $ 65.00 20333 Shear Test of Masonry Cores: 2 Faces $ 90.00 20339 Efflorescence Tests $ 70.00 Task Code Masonry Prisms ASTM C1314 Rate 20341 Compression Test: composite Masonry $ 190.00 Prisms Up To 8" x 16" 20343 Compression Test: Composite Masonry $ 250.00 Prisms Larger Than 8" x 16" 20346 Prism Cord Modulus of Elasticity $ 540.00 20347 Prism Cord Modulus of Elasticity with Transverse $ 665.00 Strain (for double-wythe specimen) Task Code Mortar and Grout Rate 20351 Compression: 2" x 4" Mortar Cylinders (ASTM C780) $ 55.00 20353 Compression: 3" x 3" x 6" Grout Prisms, $ 40.00 Includes Trimming (ASTM C1019) 20355 Compression: 2" Cubes (ASTM C109) $ 55.00 20357 Compression: Cores (ASTM C42) $ 65.00 Twining, Inc. I City of Santa Clarita 33 .•L "TWINING Task Code Masonry Specimen Preparation Rate 20155 Cutting of Cubes or Prisms $ 65.00 Task Code Fireproofing Tests Rate 20401 Oven Dry Density (ASTM E605) $ 70.00 Task Code Gunite and Shotcrete Tests Rate 20361 Core Compression Including Trimming (ASTM C42) $ 65.00 20365 Compression: Cubes (Includes Saw Cutting) $ 85.00 Task Concrete Roof Fill: Gypsum, Vermiculite, Perlite, Code Liahtweiaht InsulatirlpQ Concrete. Etc. Rate 20371 Compression Test (AST (vl C495 and C472) $ 55.00 20373 Air Dry Density (ASTM C472) $ 40.00 20379 Oven Dry Density (ASTM C495) $ 65.00 Task Code ReinforciT Steel ASTM A615. A706 Rate 20501 Tensile Te# 11 ormaller $ 60.00 20503 Bend Test: # 11 or Smaller $ 55.00 20504 Bend Test #14 or #18 $ 350.00 20505 Tensile Test: # 14 $ 240.00 20507 Tensile Test: # 18 $ 340.00 Task Reinforcing Steel- Welded or Coupled Code Specimens Rate 20521 Tensile Test: Welded/Coupled #11 and Smaller $ 70.00 20523 Tensile Test: Welded/Coupled #14 $ 250.00 20525 Tensile Test: Welded/Coupled #18 $ 375.00 20529 Weld: Macmetch $ 75.00 20531 Slippage Test - Caltrans (CTM 670) $ 200.00 20532 Tensile Test: Welded Hoops #11 and Smaller $ 145.00 Task Code Metal and Steel Testiq Rate 20601 Tensile Strength: Up to 1?OK Pounds (Each) $ 65.00 20603 Tensile Strength: Up to 200K Pounds (Each) $ 75.00 20605 Tensile Strength: Up to 300K Pounds (Each) $ 90.00 20607 Tensile Strength: Up to 400K Pounds (Each) $ 140.00 20609 Tensile Strength: 400K to 600K Pounds (Each) $ 350.00 20611 Tensile Strength: Stress -Strain Percent Offset $ 175.00 20545 Weld: Macroetch $ 75.00 20547 Weld: Fracture $ 40.00 20615 Bend Test $ 55.00 20617 Flattening Test $ 70.00 20619 Hardness Test (ASTM El8) $ 80.00 20630 Bolt: Axial Tensile Test (Up to 7/8" diameter) $ 50.00 20631 Bolt: Wedge Tensile Test (Up to 7/8" diameter) $ 65.00 20632 Bolt: Axial Tensile Test (Greater than 7/8" $ 70.00 up to 1" diameter) 20633 Bolt: Wedge Tensile Test (Greaterthan 7/8" $ 90.00 up to 1" diameter) 20634 Bolt: Axial Tensile Test (Greater than 1" diameter) Quotation 20635 Bolt: Wedge Tensile Test (Greater than 1" diameter) Quotation 20636 Bolt: Proof Load Test (Up to 7/8") $ 75.00 20637 Bolt: Proof Load Test (Greater than 7/8" up to 1"diameter) $ 95.00 20638 Bolt: Proof Load Test (Greater than 1") Quotation 20639 Nut: Proof Load Test (Up to 7/8") $ 55.00 20640 Nut: Proof Load Test (Greater than 7/8" up to 1"diameter) $ 75.00 20641 Nut: Proof Load Test (Greater than 1") Quotation Task Code Chemical Testing of Metal and Steel Rate 80170 Steel Chemical Analysis $ 160.00 80173 Weight of Galvanized Coating (ASTM A90) $ 75.00 80176 Epoxy Coating Thickness $ 80.00 COST FILE Task Machining and Preparation of Tensile and Bend Code Sample: Carbon Steel Rate 20751 Machinist: Initial Preparation from Mock-up, Etc. $ 95.00 (Per Hour) 20753 Sawcut to Overall Width (Per 0.5" Thickness or $ 50.00 Fraction Thereof) $ 55.00 20755 Machine to Test Configuration: Milled Specimens $ 70.00 20757 Machine to Test Configuration: Turned Specimens $ 135.00 (Per 0.5" Thickness or Fraction Thereof) 20759 Prepare Subsize Specimens (Per 0.5" Thickness $ 85.00 or Fraction Thereof) Task Code Chary Impact Rate 20621 Charpy Impact Ambient Temperature $ 90.00 20623 Charpy Impact Reduced Temperature $ 110.00 Task Code Machining of CharDV SamDIes: Carbon Steel Rate 20780 Cutting and Milling (Per 0.5" or Fraction Thereof) $ 80.00 20783 Final Machining to Sample Configuration $ 90.00 Task Prestressing Wires and Tendons, Code (ASTM A4161 Rate 20701 $tress -Strain Analysis: Wire or Strands $ 180.00 (Including Chart and Percent Offset) 20703 Tensile Test Only $ 135.00 20705 Tendons Quotation Task Polymer Matrix Composite Materials Code Fiberwrapl Rate 20706 ensile Strength - Set of 5 Specimens/batch/ $ 1,350.00 direction (ASTM D3039) 20707 Tensile Strength - Additional Specimens $ 250.00 (ASTM D3039) 20708 Heating Chamber Time - Per 24 hr period $ 95.00 Task Calibration Services and Universal Machine Code Uspe Rate 20801 Calibration/Verification Services Quotation 20803 Universal Test Machine Usage (Per Hour) $ 350.00 Ceramic Tile Testhy Division Rate The Ceramic Tile Institute of America (CTIOA) and Twining worked together to advance and develop technology designed to enhance the quality of materials and workmanship in the ceramic tile industry. A separate schedule of fees for these services is available upon request. Cylic and Fatigue Testing Programs on Special Products/Parts Quotation Engineering and Technical supports/Design of Prototypes and Special Test Set -Up Quotation Fastener/Coupling Full Testing Program Per New Regulations: Tension, Tension/Bend, Shear, Double Shear, 8 Compressions Quotation Fiberglass/Composite Materials Field Testing Program (ASTM D1143 D1242, D2584, D4065, D4476, D4923, D7901, D7921, and D732) Quotation Field Testing of Structures and Structural Elements Quotation In -Place Shear Testing Quotation Materials and/or Product Evaluation Per Specifications Quotation Structural Dynamic Testing and Durability Analysis Quotation Twining, Inc. I City of Santa Clarita 34 sm "TWINING General Conditions NOTE: Field inspection work conditions are established by contract with Operating Engineers, Local 12. NOTE: A minimum of 24 hours notice is required for testing and inspection services. NOTE: For projects subject to a Project Labor Agreement (PLA), if terms/conditions of the PLA are more restrictive those terms/conditions will apply NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Administrative Fees All administrative costs including report distribution and Twining Construction Hive system are billed at the following percentage of the monthly invoice total: 4% Note that hard copies of reports will be sent only to governing jurisdictions that mandate them. All other parties will receive reports electronically. The administrative fee above will receive reports electronically. The administrative fee above will be increased by 1 % if additional hard copies of reports are requested. Minimum Charges (Inspection and Technician Personnel Only - Other Personnel Charged on Portal to Portal Basis) 2-Hour Minimum: Inspector arrives at jobsite, no work to perform. 4-Hour Minimum: 1 to 4 hours of inspection 8-Hour Minimum: Over to 8 hours of inspection Regular Time The first 8 hours worked Monday through Friday between 5:00 a.m. and 5:00 p.m. Time and One -Half (All Types of Inspection) All shifts will be billed based on the time and date of their start. Any increment past 8 hours through 12 hours worked Monday through Friday and the first 12 hours on Saturday. Time and one-half will also be charged for the first four hours before 5:00 a.m. and after 5:00 p.m. Double Time (All Types of Inspection) All shifts will be billed based on the time and date of their start. After the first 12 hours worked Monday through Saturday, all day Sunday, holidays, and the first Saturday following the first Friday in June and December. After the first four hours worked before 5:00 a.m. and after 5:00 p.m. Holidays are New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving, the day after Thanksgiving and Christmas Day Meal Period When personnel are required by their duties to work more than five consecutive hours without a one-half hour uninterrupted meal period, one half hour at double time rate will be charged in addition to any applicable overtime for actual hours worked. Shift Differential (Applies to Regularly Scheduled Shifts Only) A $1.00 per hour shift differential premium will be charged for all inspection hours that fall outside of the 5:00 a.m. to 5:00 p.m. time period. Twining will require 48-hour notice along with the General Contractors approved shift letter prior to beginning a shift that will include hours falling outside this time period. Should this notice not be provided, all work performed on that shift will be billed at the applicable overtime or double time rate. If three shifts per day are required, the first shift will be billed at the standard rate. The second shift shall be billed in accordance with the previous paragraph. The third shift shall be billed at 8 hours for the first 6 1/2 hours worked and appropriate overtime or double time for all hours thereafter. Travel Time and Mileage For projects outside a 50-mile radius from the nearest Twining facility, $0.70 per excess mile to and from the project will be charged for inspectors and technicians. Other than small tools, whenever project related equipment is required to be transported to and from the project site, time and mileage for inspectors and field technicians will be billed on a portal to portal basis. For all projects, $0.70 per mile rate and applicable travel time will be charged portal to portal for engineers, consultants, supervisors, and laboratory technicians from the laboratory to the project site and return. For work locations located 100 miles or more from Twining, travel time will be charged at the relevant rate for inspectors and technicians in addition to a subsistence allowance Weekend Sample Pick -Ups In order to be in strict conformance with testing standards, it may be required that weekend pick-ups be performed (e.g. concrete specimens cast on Friday must be picked up on weekend in order to be in conformance with ASTM C31 requiring specimens to be moved to their final curing location within 48 hours of casting.) Applicable charges for weekend work will apply when this is required. Should these charges not be authorized, Twining will not be liable for any negative consequences. Reimbursable Expenses Parking, air fare, car rental, food and lodging, etc. will be charged at cost plus 20% per processed invoice, unless provided by client. Project Specific Documents Costs presented assume that client will provide project specific documents (plans, specifications, submittals, RFIs, etc.) for all inspection personnel. Should project specific documents be provided electronically through a "for fee" service, the client will be responsible for providing access and paying any fees for the service. Project Site Facilities Prices quoted assume that initial curing facilities for test samples that comply with relevant test standards and project requirements are provided by others. In addition, prices quoted assume that work/desk space for inspection staff are provided by others. Additional costs will apply should Twining be required to provide such facilities. Subsistence Subsistence on remote jobs will be charged per quotation. Laboratory Testing Hours Please note that laboratory testing will be billed on an hourly basis for non-standard tests. If testing is required to be performed on Saturdays, Sundays, holidays, or before 5:30 a.m. or after 4:00 p.m. on weekdays, an additional hourly charge with a minimum of one hour will be applied for the laboratory technician. 1.5 x regular test rate will be charged for rush testing. Charges for Subcontracted Services Material sent to outside laboratory for testing: Cost plus 20 Material sent to outside fabricator or machine shop: Cost plus 20 Glu-Lam beam inspection: Cost plus 20 Other subcontractors: Cost plus 20 Project exclusive equipment purchase: Cost plus 20% COST FILE Twining, Inc. I City of Santa Clarita 35 .•L "TWINING General Conditions, continued Limit of Liability Client agrees to limit Twining's aggregate liability to all entities for alleged or actual errors and omissions in the performance of its professional services underthis agreement to $50,000.00 or the fees actually paid to Twining, whichever amount is greater. Higher limits may be available by quotation. Certified Payroll Certified payroll will be provided, upon request, at an additional charge of $150.00/month. Fee applies to every month that certified payroll must be submitted regardless of whether or not services were provided for any given month. Final Reports Required by Jurisdiction If a final report or affidavit is required, we must first review all inspection and testing reports and clear up any unresolved issues on these reports. These issues will typically require approval by the engineer or architect of record. This process can take several weeks or lust a day, depending on the number and complexity of the issues. Cost for final reports will be billed hourly. Terms of Payment Fees charged are for professional and technical services and are due upon presentation. If not paid within 30 days from date of invoice, they are considered past due and the maximum legal finance charge will be added to the unpaid balance. A 3% fee will be applied for payments processed by credit card All invoice errors or necessary corrections shall be brought to the attention of Twining within 15 days of receipt of invoice. Thereafter, customer acknowledges invoices are correct and valid. Twining reserves the right to terminate its services to a customer without notice if all invoices are not current. Upon such termination of services, the entire amount accrued for all services performed shall immediately become due and payable. Customer waives any and all claims against Twining, its subsidiaries, affiliates, servants and agents for termination of work on account of these terms. In the event of any litigation arising from or related to any agreement to provide services whether verbal or written, the prevailing party shall be entitled to recover from the non - prevailing party all reasonable costs incurred, including staff time, court costs, attorney's fees and all other related expenses in such litigation. Additionally, in the event of a non - adjudicative settlement of litigation between the parties or a resolution of dispute by arbitration, that same process shall determine the prevailing party. Hold Specimens All held specimens submitted by the client are charged at the same applicable test rate whether tested or not. Specimen Disposal Specimens will be discarded after testing unless Twining has been notified priorto testing that the customer wishes to retrieve the specimens or storage arrangements are made Oversize Specimens An extra charge will be made when test specimens require more than one person to handle because of size or weight. Elevated Work Platforms In the event an elevated work platform is required to safely complete our inspections, the client must provide safe access, including a trained and certified operator, to Twining inspection and testing personnel. COST FILE Twining, Inc. I City of Santa Clarita 36 Thank you for your consideration. City of Santa Clarita Materials Testing and Inspection Services for Overlay and Slurry Seal Projects Proposal ENG-20-21-M0137M FINING ng a Better Tomorrow w/0. "TWINING 1879 Portola Road, Suite G Ventura CA93003 May 17, 2021 Proposal No.21-0827 Ramiro Fuentes City of Santa Clarita Public Works -Capital Improvement Projects 23920 Valencia Boulevard, #120 Santa Clarita, CA 91355 Tel 805.644.5100 Fax 562.426.6424 Subject: Materials Testing and Inspection Services for Overlay and Slurry Seal Projects Proposal ENG-20-21-MO137M Dear Mr. Fuentes: Twining, Inc.(Twining) is pleased to presentour proposal and qualifications forthe 2020-21 Annual Overlay Projects to the City of Santa Clarita (City). We understand that the City is seeking a certified professional engineering firm with a credentialed asphalt and concrete materials testing Iab.The City's objectives include the collection of material samples for testingas well as project inspection services. We also understand that, due to federal funding on this project, our work must comply with materials and testing and inspection as per the project plans and specifications, the City's Quality Assurance Program (using CT methods), the latest edition of Caltrans Construction Manual, and Public Works Construction Green Book. We will work closely with the City's Project Manager and staff to successfully complete the project and protect the interest of the City. Our History and Knowledge of the City Twining has been the City's trusted advisor for over a decade. We are honored to have a strong partnership and committed to providing the high -quality work you've come to expect from us. We are aware that time is of the essence and that the selected consultant will be expected to start providing services as soon as the City contract is executed. We are ready and confident that we can hit the ground running, meeting the project goals effectively and efficiently. Twining is an Equal Our history of working with the City points to other benefits to selecting Twining as the Opportunity Employer consultant for this project. We continue to find ways to save the City time and money that and we have reviewed the benefit the community you serve. The City is an important client to us and is a critical part of our insurance requirements business. We strive to strengthen our partnership with the City for these projects and beyond. outlined by the City in its Our continuous collaboration with the City on these projects and beyond has saved the City RFP and can comply hundreds of thousands of dollars over the better part of the past decade. We understand that this contract has core projects as well as alternate options. Being that this is a major project, we understand that this project will require a greater inspection staff. We vow to provide the City access to whatever resources they need to accomplish these goals. As the City's staff make-up has evolved we have continued to maintain our great working relationship and provide continuity of service during this transition within your internal operations. Twining is proud to consider ourselves part of your City's public works family and commits to keeping your current project on track and within or under budget as we have done in the past. About Twining Twining endeavors to prove ourselves as the right choice for these projects apart from our long-standing history. In the recent past, we have provided services similar to this contract and partnered closely with the City's project management team to ensure success. The key to a successful overlay project is consistent and prompt communication with the City by being available and responsive to any and all requests. Twining has the daily resources to satisfy the full range of needs required during the City's projects and we have demonstrated this during all of our past contracts with the City of Santa Clarita, as well as other local municipal clients, such as the cities of Thousand Oaks,Agoura Hills, and Simi Valley. We employ nearly 150 inspectors and technicians, more than 80% of whom hold multiple inspection certifications. Our field staff is well versed in the Caltrans Local Assistance Procedures Manual, Caltrans Construction Manual, and the Greenbook.Additionally, our team will adhere to the City's Quality Assurance Program and utilize Caltrans methods upon all testing and inspections. We will continue to provide the following exceptional benefits to the City: We have served your City for years providing services identical to this proposal. Since 2011, our firm has been selected to participate in the Overlay and Slurry Seal Program for the City of Santa Clarita. Our history with your agency, extensive knowledge of the area conditions, and deep understanding of the community ensure a seamless integration of our team with the City's staff. We have consistently provided the City with highly -qualified and highly -skilled workforce to help the City with their project.Their strong project management skills along with their technical expertise have benefited the City in completing the projects under budget with minimum interruption and without comprise to the quality of their work and product. We have a proactive project management approach that is designed to provide effective solutions to control cost and support the City's efforts to maintain and manage the construction schedule of the project by prioritizing timeliness, accuracy, and communication. We keep our core team of inpsectors consistent for this project throughout the years, so we can learn from each year of experience and apply that experience to the upcoming projects. Our core team will be the same this year, so they have complete synchrony with the City's team and can fulfill the City's requirement to 100 percent satisfaction. We thankthe City for the opportunity to present our proposal.Twining's expertise, leadership, technical resources, and commitmentto quality will make us a valuable member of your team throughout this contract. Should you have any questions related to this proposal, please contact Dr.Amir Ghavibazoo at 1879 Portola Road, Suite G,Ventura, California 93003, mobile number at 562.900.5258, or email at aghavibazoo@twininginc.com. Sincerely, miribazoo, PhD Edward M.Tweninf g Project Manager/Engineering Oversight Chairman QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Twining's legacy dates back 120 years. What started as a family business in 1898 has evolved into one of California's largest service providers of geotechnical, materials testing, and construction inspection services. Highly regarded by state and local agencies, developers, contractors, consultants, and industry for providing high -quality services that are reliable, timely, and compliant, Twining has been a central part of some of California's most regionally significant construction projects. We employ some of the industry's most well-known construction experts who perform research as well as consult with regulatory agencies to shape the future of construction standard practices. Twining is a full -service engineering and quality control company with unmatched technical expertise.As detailed below, our services span from QA/QC, materials testing, and inspection, to highly technical capabilities in applied engineering and integrated disciplines. With laboratories throughout California and more than 150 inspectors, we are unequaled in our core competencies to work on vertical as well as horizontal construction projects: Geotechnical engineering Asphalt pavement quality assurance services Asphalt pavement design and materials evaluations Soils and materials testing and inspection Specialty testing Mobile laboratory services Roofing and waterproofing consultation and inspection Applied engineering and research Forensic evaluation Twining has developed a strong reputation by providing sound engineering, testing, and inspection services on every project we undertake. We earned this reputation knowing that the true measure of our performance rests in the satisfaction of our clients. We approach each project with the understanding thatwe are evaluated on the safety and durability of the structures and pavements we test and inspect. Twining has the unparalleled ability to service even the most complex projects from inception through completion. Starting with the initial subsurface investigation and continuing through the inspection and laboratory testing required during construction, we have the engineering staff, experienced inspectors, and state-of-the-art laboratory facilities to meet all of your project needs. This experience, along with our proven project management system, results in a seamless flow of communication during the entire scope of your projects and provides you with a single point of contact to ensure that all of your project needs are met. Twining, Inc. I City of Santa Clarita 3 SECTION 2: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Public Works Construction Expertise With California's fiscal situation, aging infrastructure, and continued urban growth, our cities and counties are faced with unique challenges. Never has it been more critical to maximize the value of each publicworks dollar spent on capital improvement than today.The quality assurance programs that Twining has established for public agencies throughout the state emphasize the most cost-effective practices utilizing industry best practices. Whether it is a major water/wastewater project, bridge or roadway improvement, underground utility work, airport improvement, or goods movement project, Twining has the requisite expertise and capabilities to effectively establish and maintain a quality assurance program that is in strict compliance with the local assistance procedures manual (LAPM) as well as state and federal mandates. Twining provides the following services for local agencies: Initial engineering design and evaluation Specification development and review Materials review and verification for acceptance Public works inspection Source inspection Acceptance laboratory testing and evaluation Federal compliance Final quality assurance report and project closeout sa t Twining's involvement with the most cutting edge materials technologies enables us to assist project teams with the evaluation of construction products and determining their suitabilityfor use.Twining has assisted construction managers, structural design engineers, and owners in developing high -strength concrete mixes utilizing low carbon emission materials, recycled asphalt pavement structural designs, and various other cementitious, geotechnical, and asphalt pavement materials that are sustainable utilizing renewable materials. Twining is uniquely positioned to provide quality assurance programs from start to finish.Through our partnerships with Caltrans and various universities, we have knowledge of proven technological advances in construction that we can pass on to our clients and incorporate into their projects as appropriate. We routinely contribute to the American Public Works Association by presenting technical sessions related to some of the newest technological advances. Whether it involves rapid strength concrete, warm mix asphalt, high volume fly ash mixes to reduce greenhouse gases, or 100% recycled materials, Twining can provide the proper solution for your project. Twining, Inc. I City of Santa Clarita 4 SECTION 2: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Innovative Pavement Design Caught between budget constraints and the need for reliable, innovative, and cost-effective engineering solutions is an ongoing reality for local agencies. Twining has been providing pavement engineering and materials evaluation services on flexible pavement projects for decades. Our highly specialized and dedicated team of experts provides comprehensive pavement engineering services that utilize the newest pavement rehabilitation technologies to effectively deliver our clients the service life they expect of their pavements at a construction cost that may be less than traditional methods. Twining is closely involved with hot mix asphalt industry associations and government agencies that keep our engineers on the pulse of new and upcoming technologies. While we have a comprehensive understanding of traditional methods and designs, we do not default to textbook solutions for our clients. Instead, we tailor our recommendations to include new flexible pavement materials that can be used most effectively and economically. Whether it is a highly traveled arterial roadway requiring high stability in intersections, or a collector street connecting a residential area to the neighborhood and community service facilities, Twining Infrastructure has the solution. Twining routinely assesses current pavement conditions and identifies the causes of pavement distress. Using the Falling Weight Deflectometer(FWD), coring, ground penetrating radar (GPR), and dynamic cone penetrometer testing, we are able to assess subgrade conditions and determine the load -carrying capacity of in -place pavement. Our efforts can determine the remaining service life of pavement and identify options for rehabilitation. Supported byTwining's sophisticated laboratories, our expert staff has the ability to design asphalt concrete mixtures to meet either state or local specification requirements. We routinely develop hot mix asphalt designs consisting of the following materials: Polymer -modified binders Rubberized hot mix asphalt Warm mix asphalt research and development >> Hot mix asphalt using high amounts of recycled asphalt concrete FAA Marshall designs Superpave designs Twining also performs production quality and strength and mix fo r: Asphalt content Gradation >> Stability Hamburg wheel tracking Project specific volumetrics The proper structural section design for flexible pavement, as well as the asphalt concrete mixture type, is crucial to its performance and longevity. Poor design can result in early failures, substandard performance, and repairs that can quickly become costly. At Twining Infrastructure, we are committed to helping agencies design and implement the most appropriate, durable pavement solutions. Our extensive experience providing quality assurance and quality control services in the field gives us unique insight and allows us to provide recommendations that are easily implemented and reliable. Twining professionals are members of the American Public Works Association, the Asphalt Pavement Association, the Rubber Pavements Association, the National Asphalt Pavement Association, and the Caltrans expert task group on flexible pavements. They have vast knowledge of hot mix asphalt materials and the constraints during production, as well as experience managing comprehensive quality assurance and quality control programs. Twining, Inc. I City of Santa Clarita SECTION 2: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Laboratory Testing Capabilities. All laboratory testing operations are overseen by a registered geotechnical engineer. With the large amount of construction -related, time -sensitive work thatTwining performs, our laboratories understand the importance of and effectively accomplishes efficient turnaround times for testing. Materials Testing Laboratory Twining maintains a network of state of the art laboratories throughout California. In addition to our permanent laboratories, we own and operate a fleet of mobile laboratories that allow us to conveniently service projects throughout the state. Our fully -accredited geotechnical engineering laboratories are equipped to perform the standard tests needed in geotechnical engineering evaluations, including but not limited to: In situ density and moisture content Atterberg limits Sieve Analysis Maximum Dry Density Direct Shear Consolidation Expansion Index Sand Equivalent Cleanness Value >> Soundness R-Value Materials Testing and Inspection Expertise With our state-of-the-art equipment and conveniently located laboratories, we are able to perform the necessary testing on projects throughout California. We maintain a rigorous training program for our experienced staff of testing technicians, and are recognized by numerous agencies including Caltrans,Army Corps of Engineers, American Association of State Highway and Transportation Officials (AASHTO), Cement and Concrete Reference Laboratory (CCRL) and International Accreditation Service, Inc. (IAS) along with many cities and counties. Our expert professionals continue to workwith Caltrans to define effective applications of construction materials for roadway projects and revise standard specifications for proportioning concrete for pavements and other elements of transportation infrastructure. Our clients depend on us to reliably deliver services that strictly follow Green Book and Caltrans and FHWA regulations. We are proud of our legacy of delivering high - quality services that subscribe to all applicable standards. We have held multiple on -call contracts representing Caltrans providing materials testing services on behalf of the State. Twining, Inc. I City of Santa Clarita 6 SECTION 2: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF CITY OF SANTA CLARITA Annual Overlay and Slurry Seal Projects Public Agency Name Twining has held the Annual Overlay and Slurry Seal contract with the City for multiple fiscal City of Santa Clarita year. Under these agreements, we perform construction materials testing and inspection Location services for the annual overlay and slurry seal program.Twining performs construction Santa Clarita, CA materials testing and inspection at various project sites and as well as the batch plant. Our firm performs mix design verification and laboratory testing. Year Completed Twining also assists the City in performing slurry seal placement inspection and testing. >> Ongoing During plant inspection services for this project, Twining provides asphalt binder plant Reference inspection as well and identifies viscosity and blending issues experienced by the supplier. Robert Newman Through this proactive inspection approach, not a single out of compliance load of rubberized » 23920 Valencia Boulevard asphalt concrete has been shipped to the project. Suite 120, Santa Clarita, CA Our team coordinates with the construction team and the City publicworks inspector 91355 to resolve issues during construction as needed. Our team inspects and verifies that all >> 661.284.1429 construction materials are in total compliance with applicable rules and regulations. Project Type >> Street Rehabilitation Twining Staff >> Amir Ghavibazoo, PhD >> Jeff Tawakoli, PE >> Eddie Perez Twining, Inc. I City of Santa Clarita 7 SECTION 2: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF CITY OF SIMI VALLEY Annual Major Streets Pavement Program Public Agency Name The City of Simi Valley conducts an annual major and minor street rehabilitation program on City of Simi Valley many of their arterial and residential streets.The project consisted of residential pavement Location rehabilitation consisting of a conventional hot mix asphalt overlay, curb and gutter repair, Simi Valley, CA and a type I slurry seal on select residential streets. Twining was retained as the quality assurance laboratory for the city and provided placement Year Completed inspection, field compaction testing, batch plant inspection, laboratory testing, and slurry seal 2019 sampling and testing. Reference Mansour Moradi 2929 Tapo Canyon Road Simi Valley, CA 93063 805.583.6891 Project Type » Street Rehabilitation Twining Staff >t Amir Ghavibazoo, PhD >> Jeff Tawakoli, PE Eddie Perez Twining, Inc. I City of Santa Clarita 8 SECTION 2: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Public Agency Name City of Thousand Oaks Location Thousand Oaks, CA CITY OF THOUSAND OAKS Annuat Rubberized Asphalt concrete Rehab The City of Thousand Oaks is responsible for maintaining approximately 380 miles of streets, and is a leader in exploring the use of innovative pavements with emphasis towards utilizing recycled crumb rubber in asphalt concrete pavements. Year Completed Since 2010,Thousand Oaks has engaged the services of Twining to assist in review and revision of the community's pavement rehabilitation specifications, perform materials design Ongoing studies, implement quality assurance programs, perform construction inspection and testing, Reference and perform pavement destructive testing and assist with pavement deflection testing for Mike Tohidian future pavement designs. 2100 Thousand Oaks The City used Terminal Blend Rubberized Emulsion Aggregate Slurry Seal (REAS), using black Boulevard, Thousand Oaks, rock source. The black rock will help the slurry seal to retain its black color fora longer period CA 91362 of time and the rubberized emulsion will add to the durability of the slurry seal product. 805.449.2516 Project Type Street Rehabilitation Twining Staff Amir Ghavibazoo, PhD Jeff Tawakoli, PE Eddie Perez Twining has also provided annual materials certifications and labor compliance interviews throughoutthe projects. Awards 2019 Construction ManagementAssociation of America, Southern California Chapter Public Works Project Achievement Award Twining, Inc. I City of Santa Clarita 9 SECTION 2: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Project Manager/ Engineering Oversight Amir b. oo PhD Quality Control Manager/ Engineer Jeff Tawakoli, PE Laboratory Manager Lead Public Works Inspector Glenn Taylor* Laboratory Technicians 7 Firm's principal contact OF Resumes available upon request * Eddie Perez Trevor Roberts* Andrew Solis* Steve Coldiron* David Scherer* Twining, Inc. I City of Santa Clarita 10 QUALIFICATIONS OF FIRM AND ASSIGNED STAFF /e1 u I I I*kTo on FiXTJ I-31er�8Z87 PhD, Project Manager/Engineering Oversight Professional Summary Dr. Amir Ghavibazoo is Twining's Director of Asphalt Engineering and Pavement Design and has served as project manager for this contract for more than five years. He directs and works on pavement design, highway design, engineering specifications, and consulting services. Amir's graduate studies included Pavement Management Systems (MicroPaver), pavement evaluation and pavement rehabilitation strategies. He works closely with cities statewide to develop unique and specialized mix designs, pavement construction inspections, and pavement design solutions. Amir's specialized knowledge allows our firm to offer creative and unique pavement solutions to fit any budget and other goals. Relevant Experience Overview City of Santa Clarita, Annual Overlay & Slurry Seal (Multiple Years) Years' Experience: 2014 - Present Each year, streets are evaluated and identified for their need for rehabilitation or maintenance treatments. These projects include asphalt overlay, micro -surfacing, and slurry seal treatments to streets in various areas of the City. Twining Education performed quality assurance testing and inspection, Amir serves as project PhD, Civil and Environmental Engineering, manager for this job, coordinating all required testing and inspection and North Dakota State University reviewing test results. IVIS, Railways Engineering, Iran University City of Simi Valley, Erringer Road at Cochran Street of Science and Technology, Tehran, Iran This project consisted of the construction of a northbound right turn lane on BS, Industrial Engineering, University of Erringer Road at Cochran Street.Twining performed surface and subsurface Technology, Tehran, Iran soils investigation, testing, evaluation, geotechnical inspection, materials testing for conventional and rubberized asphalt concrete pavement, structural section evaluations for pavement defection testing, and laboratory testing services.Amir served as the pavement engineer. He reviewed the test data and prepared recommendations to the City. County of Ventura, Route 118 (07-296704) Twining performed quality control testing on route 118 in Ventura County. Amir served as project manager and project engineer. He was responsible for the oversight of all daily sampling and testing, as well as providing technical comments in regard to possible issues, and suggesting a solution to the client based on the test results. Twining, Inc. I City of Santa Clarita 11 QUALIFICATIONS OF FIRM AND ASSIGNED STAFF JEFF TAWAKOLI PE, Quality Control Manager/Engineer Professional Summary Jeff Tawakoli, PE, is a professional engineer with over 33 years of experience in geotechnical and construction materials engineering. He has served as a local resource in similar capacity on this contract for the past several years. Jeff's areas of expertise includes subsurface investigation, engineering analysis, preparation of soils reports, building and roadway inspection and engineering, and project management. He has provided geotechnical engineering support for public works programs, industrial and residential developments, military facilities, roadways, and mid -rise buildings. Relevant Experience Overview Years' Experience:1988 - Present Education BS, Civil Engineering, University of Utah Current Licenses Held Professional Engineer, Civil, CA, 51883 ICC Reinforced Concrete ICC Structural Masonry ICC Fireproofing City of Santa Clarita, Annual Overlay & Slurry Seal (Multiple Years) Each year, streets are evaluated and identified for their need for rehabilitation or maintenance treatments. These projects include asphalt overlay, micro -surfacing, and slurry seal treatments to streets in various areas of the City. Twining performs quality assurance testing and inspection, Jeff serves as quality control manager throughout this program, providing engineering support out of our local Ventura office. City of Calabasas, Lost Hills Road Interchange Improvement Project This $25 million project included the expansion of the existing Lost Hills Road/ US-101 overcrossing from two lanes to five lanes. Jeff served as the project manager, overseeing the delivery of all of our services, dispatching inspectors, reviewing all reports, and acting as the single point of contact forthe project team. City of Simi Valley, Erringer Road at Cochran Street This project consisted of the construction of a northbound right turn lane on Erringer Road at Cochran Street. Twining performed surface and subsurface soils investigation, testing, evaluation, geotechnical inspection, materials testing for conventional and rubberized asphalt concrete pavement, structural section evaluations for pavement deflection testing and laboratory testing services.Jeff served as the project manager, providing oversight of materials testing for both laboratory and field services. He was responsible for coordinating schedules, managing budgets, reviewing inspection in the field, reviewing and approving all field inspection and laboratory reports, and attending all project meetings with City. Twining, Inc. I City of Santa Clarita 12 QUALIFICATIONS OF FIRM AND ASSIGNED STAFF EDDIE PEREZ Lead Public Works Inspector Professional Summary Eddie Perez brings over 10 years of technical expertise as a public works construction and quality assurance manager. He serves as the City's eyes and ears on public works construction. He routinely attends construction progress meeting with City officials and the contractors. He reviews and insures adherence to construction plans and project specifications. His experience encompasses all aspects of public works construction with special emphasis on roadway projects that include utility work ADA ramp remove and replace, street signal loop and signal install and roadway striping in addition to asphalt and concrete paving. He is intimately familiar with Caltrans and Green Book Standards and serves as an extension of City resources. Relevant Experience Overview City of Santa Clarita, Annual Overlay & Slurry Seal (Multiple Years) Years' Experience: 2011 - Present Twining is contracted by the City to perform construction materials testing and inspection services for the annual overlay and slurry seal program. Current Licenses Held Twining performs construction materials testing and inspection at various project sites and the batch plant. Our firm performs mix design verification ACI Concrete Field Testing Technician Grade I and laboratory testing.Twining also assists the City in performing slurry seal Nuclear Density Gauge Operator placement inspection and testing. Eddie serves as the lead public works Caltrans Certifications 125 inspector. He attends construction progress meetings, and review and OSHA Safety 10 Hour ensures adherence to plans and specifications. City of Simi Valley, Annual Pavement Rehabilitation The City of Simi Valley conducts an annual major and minor street rehabilitation program on many of their arterial and residential streets. The project consisted of residential pavement rehabilitation consisting of a conventional hot mix asphalt overlay, curb and gutter repair, and a type I slurry seal on select residential streets. Eddie served as an inspector for this project. He tested the hot mix asphalt to ensure compliance with standards. County of San Diego, Slurry Seal Resurfacing 2015-16 Twining was selected to provide testing and inspection services for the slurry seal resurfacing projects throughout the County of San Diego.Twining provided observation during slurry seal placement, laboratory testing of slurry seal, aggregate, scrub seal emulsion, and shoulder backing, HMA quality control, and engineering support for this project. Eddie served as an inspector on this project. Twining, Inc. I City of Santa Clarita 13 WORK STATEMENT It is our understanding that the project consists of providing quality assurance construction materials testing and inspection services for the City's overlay programs as outlined in the RFP's scope of work per the following standards: City of Santa Clarita QAP; Construction Manual, current edition; CALOSHA Construction Safety Orders, current edition; Standard Specifications of Public Works, Greenbook current edition; Standard Plans of Public Works, current edition; and exhibits attached to the City's RFP. Twining understands that we will be responsible for the testing of asphalt and concrete as well as providing project inspection. The following is our proposed plan of study. Task 1: Engineering Support During Overlay Project Subtask 1: On -call support to the City's project manager : Available from project's inception through completion via phone, email, and in -person meetings in order to provide the City's project manager answers to questions that come up during the project.These services are provided through Twining's project manager and lead public works inspector. Subtask 2: Submittal review for materials to be used by the contractor on the project Output: Timely turnaround of materials submittal reviews. The City's project manager provides contractor submittals to Twining's project manager for review and acceptance with respect to the project specifications and plans. Subtask 3: Attend meetings throughout the project Output: Twining's project manager and senior field inspector will be available and will attend meetings with the City's project team whenever requested during the project. Subtask 4: Timely review of inspection and testing results during the project; preparation of daily reports for the City's project manager Output: Twining's project manager will schedule laboratory tests promptly and will review and provide testing and inspection reports to the City's project manager. Any non -compliant results will be highlighted, and discussion/recommendations will be provided to the City when requested or when necessary. Task 2: Field Support During Overlay Project Subtask 1: Public works inspection services Output: Available throughout the project to support the City's project manager and inspection team with any supplemental inspection services during the project.These services have been provided during past overlay projects with the City and can be provided whenever the City deems it necessary. Twining, Inc. I City of Santa Clarita 14 SECTION 3: WORK STATEMENT Subtask 2: Asphalt inspection services Output: Twining will provide laydown inspection and compaction testing of the asphalt paving activities throughout the overlay project. If the City requires observation during grinding operations, we will provide resources during this time, as well.The inspection team will observe and document all pavement activities at the City's request and in accordance with the project specifications. Plant inspection will be conducted simultaneously throughout the paving day and samples of the asphalt will be obtained at coordinated intervals from both the plant and the field and transported to our lab for all the necessary testing. Plant inspection will ensure that production of asphalt is being conducted per the project specifications and meets Greenbook and Caltrans standards. Subtask 3: Asphalt Coring and Testing Output: Twining will provide a technician to core the asphalt once per 250 tons and transport the cores to the laboratory for timely testing to calculate the daily compaction of the asphalt material being placed. Task 3: Materials Testing During Overlay Project Subtask 1: Laboratory testing of asphalt material Output: Twining's certified laboratory will be responsible for providing testing of the asphalt material to ensure it meets the specifications of the project.The material will be tested for asphalt content, gradation, moisture content, density, stability, air voids, and sand equivalency (raw aggregate at the plant). Acceptance of the material is typically based on asphalt content, gradation, and stability testing. Core testing will be provided daily to ensure that asphalt compaction requirements are being met. Task 4: GA Documentation and Reporting Subtask 1: Daily and final quality assurance reporting .: Twining's project manager will be responsible for reviewing daily field and laboratory activities and preparing reports and providing all documentation to the City's project manager. Upon completion of the project, a final quality assurance reportwill be prepared and provided to the City for its records. Twining, Inc. I City of Santa Clarita 15 10 � Lu LU LU � O � Q LU � 4A m Q -J V � LLI Mi � C3 LLI x � tn o loom cli CD S S S S S & m a 6 ¥8M CD CD » m m 2 J \ m 8 loom S m m 2 J Z r !z¥8M CD CD S m m 2 J Z r 9 loom CD CD S m m 2 S Z r S loom CD CD S m m 2 S \ m Vz loom CD CD CD S m m 2 S Z r 2 ¥8 CD CD S m m 2 J \ r zz¥8 CD CD S m m S S Z r LZ ¥8 CD CD S m m 2 J \ m o ¥a S m m 2 J Z r 6L¥8M CD CD ? m m S S Z r BL¥8M 00 CD m m m 2 J Z m !L¥8M m > 2/ S & S J Moo m x x/ S Z % SCD SL¥8 CD CD CD CD m � � / S \ % VL¥8 CD CD CD CDZ CD CD EL¥8 CD CD CD CD CD CD � � � m \ ZL¥8 CD CD CD CD CD m Z % CD loomm Z % Moom / / / / S Z % \ 6¥0 / / / / S \ % 2 8¥8M / / / / S Z % \ !¥8 CD C"i CD m \ r a 9¥8M / / / / S Z % \ §¥8M / / / 2 S \ % % j?¥8 S S S S S Z %\ E¥8M CD m m S S S / Z\ z¥8 S SZ% ¥0M CD m S S S Z\ cn /-0 \ / t \ /§ ./ / ƒ SUB -CONSULTANTS Twining is able to self -perform all work identified in the RFP and does not anticipate the use of subconsultants for this contract. Twining, Inc. I City of Santa Clarita 17 Thank you for your consideration.