Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2022-04-12 - AGENDA REPORTS - 2021 22 OVERLAY SLURRY SEAL PROJ M0144 M0145
Agenda Item: 12 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: DATE: April 12, 2022 SUBJECT: 2021-22 OVERLAY AND SLURRY SEAL PROGRAM AND 2021-22 SUPPLEMENTAL OVERLAY AND SLURRY SEAL PROGRAM, PROJECTS M0144 AND M0145 - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACTS DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve plans and specifications for the 2021-22 Overlay A project, Project M0144. 2. Approve plans and specifications for the 2021-22 Overlay B project, Project M0144. 3. Approve plans and specifications for the 2021-22 Slurry Seal project, Project M0144. 4. Award the 2021-22 Overlay A construction contract to C.A. Rasmussen, Inc., in the amount of $7,935,674 for base bid and alternate four construction, and authorize a contingency in the amount of $793,567, for a total contract amount not to exceed $8,729,241. 5. Award the 2021-22 Overlay B construction contract to Toro Enterprises, Inc., in the amount of $8,569,436 for base bid and alternates one through four construction, and authorize a contingency in the amount of $856,944, for a total contract amount not to exceed $9,426,380. 6. Award the 2021-22 Slurry Seal construction contract to Pavement Coatings Co. in the amount of $2,042,516 for base bid and alternate five construction, and authorize a contingency in the amount of $204,253, for a total contract amount not to exceed $2,246,769. 7. Award a professional services contract to Twining, Inc., to provide project inspection, materials testing, and construction management support services for the Overlay A, Overlay B, and Slurry Seal projects in the amount of $1,293,710 for base bid and alternate services, and authorize a contingency in the amount of $129,371, for a total amount not to exceed Page 1 Packet Pg. 76 $1,423,081. 8. Award a professional services contract to PSOMAS to provide professional survey, monument preservation, and restoration services for Overlay A, Overlay B, and Slurry Seal projects for a total contract amount not to exceed $326,525. 9. Award a professional services contract to FCG Consultants, Inc., to provide staff augmentation services for construction support for the Overlay A, Overlay B, and Slurry Seal projects, for a total contract amount not to exceed $200,000. 10. 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 2021-22 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 reconstruct or extend the life of the roadway, depending on the type of treatment applied. This year's projects are expected to begin construction in April 2022 and will be completed by the end of November 2022. The 2021-22 Overlay and Slurry Seal Program is divided into three projects: Overlay A, Overlay 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 Overlay A Project An invitation to bid was prepared and published twice, on February 10 and 17, 2022, and was posted on BidNet. Four bids were submitted to the City and opened by Purchasing on March 7, 2022. Each of the bids included a base bid and five bid alternates. The basis for award was the total for the base bid and alternates combined. The results of the total bids (including bid alternates) are shown below: Company C.A. Rasmussen, Inc. Toro Enterprises, Inc. Sully -Miller Contracting Company PALP Inc. DBA Excel Paving Company Location Total Bid Santa Clarita, CA $18,209,820 Oxnard, CA $18,339,221 Brea, CA $18,447,000 Long Beach, CA $20,543,131 Staff recommends awarding the construction contract for the Overlay A project to C.A. Rasmussen, Inc., the lowest responsive bidder, in the amount of $6,509,158 for the base bid, authorizing an expenditure of $1,426,516 for bid alternate four, and authorizing a contingency in the amount of $793,567, for a total not to exceed $8,729,241. 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 Page 2 Packet Pg. 77 with the Contractors State License Board. The bid from C.A. Rasmussen, Inc., was reviewed for accuracy and conformance to the contract documents and found to be complete. Solicitation Process for the Overlay B Project An invitation to bid was prepared and published twice, on January 13 and 20, 2022, and was posted on BidNet. Six bids were submitted to the City and opened by Purchasing on February 11, 2022. Each of the bids included a base bid and four bid alternates. The basis for award was the total for the base bid and alternates combined. The results of the total bids (including bid alternates) are shown below: Company Toro Enterprises, Inc. Sully -Miller Contracting Company C.A. Rasmussen, Inc. All American Asphalt Security Paving Company, Inc. PALP, Inc., DBA Excel Paving Company Location Total Bid Oxnard, CA $8,569,436 Brea, CA $8,613,000 Santa Clarita, CA $9,627,088 Corona, CA $9,699,999 West Lake Village, CA $10,058,203 Long Beach, CA $10,612,805 Staff recommends awarding the construction contract for the Overlay B project to Toro Enterprises, Inc., the lowest responsive bidder, in the amount of $1,734,932 for the base bid, authorizing an expenditure of $6,834,504 for bid alternates one through four, and authorizing a contingency in the amount of $856,944, for a total not to exceed $9,426,380. 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 Toro Enterprises, Inc., was reviewed for accuracy and conformance to the contract documents and found to be complete. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In this type of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsible bidder. Solicitation Process for the Slurry Seal Project An invitation to bid was prepared and published twice, on January18 and 25, 2022, and was posted on BidNet. Five bids were submitted to the City and opened by Purchasing on February16, 2022. Each of the bids included a base bid and five bid alternates. The basis for award was the total for the base bid and alternates combined. The results of the total bids (including bid alternates) are shown below: Company Location Total Bid Pavement Coatings Co. Jurupa Valley, CA $3,794,038 American Asphalt South, Inc. Corona, CA $3,866,793 Roy Allan Slurry Seal, Inc. Santa Fe Springs, CA $4,207,747 All American Asphalt Corona, CA $4,405,274 Page 3 Packet Pg. 78 Intermountain Slurry Seal, Inc. Reno, NV $4,867,328 Staff recommends awarding the construction contract for the Slurry Seal project to Pavement Coatings Co., the lowest responsive bidder, in the amount of $1,678,445 for the base bid, authorizing an expenditure of $364,072 for bid alternate five and authorizing a contingency in the amount of $204,252, for a total not to exceed $2,246,769. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from Pavement Coatings Co. 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 A, Overlay B, and Slurry Seal Projects The City Council awarded a materials testing and inspection services contract to Twining, Inc., at its June 8, 2021, meeting. Twining, Inc., was selected through a Request for Proposal (RFP) process, which provided up to three annual renewal options, subject to City approval. Staff recommends using the first renewal option to award the contract for materials testing services and project inspection to Twining, Inc., in the amount of $1,293,710 for base bid and alternate services for Overlay A, Overlay B, and Slurry Seal projects and a contingency in the amount of $129,371, for a total amount not to exceed $1,423,081. Solicitation Process for As -Needed Surveying and Monument Preservation Services and Construction Support Services for the Overlay A, Overlay B, and Slurry Seal Projects The procurement process for the PSOMAS and FCG Consultants, Inc., professional services as - needed contracts took place through RFP CIP-19-20-05. The City conducted this RFP to solicit proposals from qualified firms to provide professional engineering services in eight categories of work on an as -needed basis to support the City's Public Works department's Capital Improvement Projects division. The RFP responses were reviewed and evaluated based on each firm's ability to meet the specific needs of the City. The RFP was advertised on the City's website on October 11, 2019. The RFP was downloaded by 137 companies and in the category of Surveying and Monument Preservation and Restoration, eight responses were received and in the Staff Augmentation category, nine responses were received. Of those received, eight proposals for Survey and Monument Preservation and Restoration services and six proposals for Staff Augmentation services were selected to enter into as -needed contracts, among them PSOMAS and FCG Consultants, Inc. PSOMAS and FCG Consultants, Inc., were selected for this project based on their pre - qualifications and their availability to meet the project deadlines and milestones. Staff recommends awarding the contract for survey, monument preservation, and restoration services for Overlay A, Overlay B, and Slurry Seal Projects to PSOMAS for a total contract amount not to exceed $326,525. Staff also recommends awarding the contract for staff augmentation services for the Overlay A. Overlay B, and Slurry Seal projects to FCG Consultants, Inc., for a total contract amount not to Page 4 Packet Pg. 79 exceed $200,000. Total Budget for the Overlay and Slurry Seal Projects and Inspection and Materials Testing Following is the cost breakdown for the 2021-22 Overlay and Slurry Seal Program, Project M0144 contract awards: Overlay A Project $8,729,241 Overlay B Project $9,426,380 Slurry Seal Project $2,246,769 Inspection and Materials Testing $1,423,081 Surveying Monument Preservation $326,525 Construction Support Services $200,000 Total Awarded $22.351.996 The Overlay and Slurry Seal Program budget will fund the construction, inspection, materials testing, surveying, monument preservation, speed humps installation, project management software, urban forestry support, irrigation support, and construction support services. The budget will also provide for labor compliance, staff oversight, public works inspection, and miscellaneous project administration costs. The requested 10 percent contingencies for the Overlay A, Overlay B, and Slurry Seal contracts will allow for additional streets from the City's pre -designed inventory and available bid alternates to be added to the project if funds are available after construction of the original scope of work. Additionally, the remaining contingency 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. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure accounts M0144264-516101 (Measure R Local Return), M0144266-516101 (Measure M Local Return), M0144267-516101 (SB 1), M0145233- 516101 (TDA Article 8 Street & Road), and M0145266-516101 (Measure M Local Return) to support the recommended contracts and associated project costs. ATTACHMENTS Overlay A Street List M0144 Overlay B Street List M0144 Slurry Seal Street List M0144 Proposal for Twining, Inc. (available in the City Clerk's Reading File) Page 5 Packet Pg. 80 Proposal for Psomas (available in the City Clerk's Reading File) Proposal for FCG Consultants, Inc. (available in the City Clerk's Reading File) Page 6 Packet Pg. 81 12.a M0144 Overlay A Project Street List Street Type Street From To ARTERIAL COPPER HILL DR PCC W/O MCBEAN PRKWY WEST HILLS DRIVE ARTERIAL COPPER HILL DR NEWHALL RANCH ROAD DECORO DR ARTERIAL GOLDEN VALLEY RD CENTER POINT DR SIERRA HWY ARTERIAL IMAGIC MOUNTAIN PY ITOURNEY ROAD IVALENCIA BLVD ARTERIAL IVIA PRINCESSA ISIERRA HY I LOST CANYON RD Q O w a J Q W J N 06 Q J w W O N N N O O r N J d d L Q L O c� C V Q Packet Pg. 82 12.b M0144 Overlay B Project Street List Street Type Street From To ARTERIAL NEWHALL AV LYONS AVE COP by ROUNDABOUT COLLECTOR CAMP PLENTY RD NADAL ST ALDBURY ST RESIDENTIAL AMORETTE CT JULIA LN S. END RESIDENTIAL ASH BORO DR ERMINE ST WHITES CANYON RD RESIDENTIAL ASH BORO DR SOUTH END ALDBURY ST RESIDENTIAL AUDREY CT ERMINE ST NORTH END RESIDENTIAL AUMOND AV ALDBURY ST ERMINE ST RESIDENTIAL CALYPSO LN ERMINE ST N. END RESIDENTIAL CALYPSO LN S. END KEATON ST RESIDENTIAL DOROTHY ST GOLDEN VALLEY RD LANGSIDE AV RESIDENTIAL DOWELL DR STEINWAY ST N. END RESIDENTIAL DRASIN DR PINE HILLS AV ALDBURY ST RESIDENTIAL EDDIE LN DOROTHY ST N. END RESIDENTIAL ENDERLY ST MERRYHILL ST EAST END RESIDENTIAL ERMINE PL ERMINE ST END RESIDENTIAL ERMINE ST COP E/O GOLDEN VALLEY RD NORTH ERMINE PL RESIDENTIAL FLORENCE LN DOROTHY ST EAST END RESIDENTIAL GLASSER AV ALDBURY ST ERMINE ST RESIDENTIAL HARDESTY AV STEINWAY ST NORTH END RESIDENTIAL HARDESTY AV SOUTH END ERMINE ST RESIDENTIAL HAYCREEK AV ERMINE ST NORTH END RESIDENTIAL HIGHPOINT PL SOUTH END NORTH END RESIDENTIAL HUFFY ST WEST END HAYCREEK AV RESIDENTIAL JULIA LANE LINDA LN E. END RESIDENTIAL KEATON ST W. END HARDESTY AVE RESIDENTIAL KENNY LN DOROTHY ST JULIA LANE RESIDENTIAL KENT LN FLORENCE LN LANGSIDE AV RESIDENTIAL KESLEY ST WEST END HIGH POINT PL RESIDENTIAL LABEL AV SOUTH END ERMINE ST RESIDENTIAL LACOMB DR SOUTH END ERMINE ST RESIDENTIAL LAKEHURSTAV DRASIN DR N. END RESIDENTIAL LAKEHURSTAV ERMINE ST N. END RESIDENTIAL LANGSIDE AV NORTH END LARBERT ST RESIDENTIAL LARBERT ST LANGSIDE AV HARDESTY AV RESIDENTIAL LEWENDO CT WEST END HAYCREEK AV RESIDENTIAL LINDA LN DOROTHY ST N. END RESIDENTIAL MEADOWCREEK RD DRASIN DR NORTH END RESIDENTIAL MEADOWCREEK RD ERMINE ST DOROTHY ST RESIDENTIAL MERRYH ILL ST LANGSIDE AV ASH BORO DR RESIDENTIAL NORTHBROOK AV KEATON ST ERMINE ST RESIDENTIAL OAKGALE AV ERMINE ST NORTH END RESIDENTIAL PINE HILLS AV KEATON ST DRASIN DR RESIDENTIAL RIGEL DR SOUTH END ALDBURY ST RESIDENTIAL ISOLDON CT WEST END THORLEY CT RESIDENTIAL ISTANLEY CT WEST END LANGSIDE AV RESIDENTIAL I STEINWAY ST LANGSIDE AV WHITES CANYON RD 2 Q O w (L J Q w Q: J U) 06 J Q: w O N N N 0 F4 v le 0 cn J m m L 00 c� m O r c m E t c� r Q Packet Pg. 83 12.b Street Type Street From To RESIDENTIAL TENDA DR SOUTH END ALDBURY ST RESIDENTIAL TENDA DR STEINWAY ST NORTH END RESIDENTIAL THORLEY CT SOUTH END ASHBORO DR RESIDENTIAL WONG CT LANGSIDE AVE EAST END RESIDENTIAL CHIFFCHAFF CT EMERALD DOVE DR NORTH END RESIDENTIAL CHISWICK CT PARK VIEW RD NORTH END RESIDENTIAL DEL MONTE DR ST DENIS CT MCBEAN PY RESIDENTIAL EMERALD DOVE DR DEL MONTE DR GOLDCREST DR RESIDENTIAL FIRENZE PL WEST END MARSALA DR RESIDENTIAL GOLDCREST DR DEL MONTE DR VALENCIA BLVD RESIDENTIAL IVREA PL SEND N END RESIDENTIAL LORIKEET LN SOUTH END WOODLARK LN RESIDENTIAL MARSALA DR GOLDCREST DR GOLDCREST DR RESIDENTIAL MISTLETOE CT EMERALD DOVE DR NORTH END RESIDENTIAL MOCKINGBIRD CT WOODLARK LN N END RESIDENTIAL MOORHEN CT W END WOODLARK LN RESIDENTIAL NOTTINGHAM CT W END PARK VIEW RD RESIDENTIAL PARK VIEW RD DEL MONTE DR DEL MONTE DR RESIDENTIAL PHEASANT CT LORIKEET LN N END RESIDENTIAL SIENA WY GOLDCREST DR IVREA PL RESIDENTIAL SNOWY OWL CT WOODLARK LN EAST END RESIDENTIAL SORRENTO CT SEND MARSALA DR RESIDENTIAL ST DENIS CT W END DEL MONTE DR RESIDENTIAL STONECHAT CT WOODLARK LN EAST END RESIDENTIAL STRAMBINO CT MARSALA DR N END RESIDENTIAL SUNBIRD CT EMERALD DOVE DR N END RESIDENTIAL TURNSTONE CT EMERALD DOVE DR NORTH END RESIDENTIAL WEMBLEY CT W END PARK VIEW RD RESIDENTIAL WOODLARK LN EMERALD DOVE DR EMERALD DOVE DR RESIDENTIAL ALEGRO DR MC BEAN PY NORTH END RESIDENTIAL ANDERMATT PL SOUTH END SAINT MORITZ DR RESIDENTIAL ANZIO WY SOUTH END KIRSTENGARY WY RESIDENTIAL AOSTA CT TOSSANO DR NORTH END RESIDENTIAL ARROYO PARK DR SUMMIT PL MCBEAN PARKWAY RESIDENTIAL BASINGSTOKE LN MORNINGTON DR ARROYO PARK DR RESIDENTIAL BELLIS DR SOUTH END ARROYO PARK DRIVE RESIDENTIAL BERAULT CT BELLIS DR NORTH END RESIDENTIAL BLANCA WY DALGO DR NORTH END RESIDENTIAL CHARING CROSS RD SEND N END RESIDENTIAL CHARONNE CT BELLIS DR NORTH END RESIDENTIAL COLORETTI CT SOUTH END TOSSANO DR RESIDENTIAL CORDERA CT SOUTH END PAOLINO PL RESIDENTIAL DALGO DR FENDA WY RAM ILLO WAY RESIDENTIAL DEL MONTE DR SUMMIT PL ST DENIS CT. RESIDENTIAL EMPALMO CT DALGO DR NORTH END RESIDENTIAL FENDA WY DALGO DR NORTH END RESIDENTIAL GALANTE WY DALGO DR NORTH END 2 Q O w a J Q w o: J N 06 Q J o: w O N N N O N v le 0 J m m L m c� L m O r c m E t c� Q Packet Pg. 84 12.b Street Type Street From To RESIDENTIAL GALWAY PL CHARING CROSS RD ARROYO PARK DR RESIDENTIAL KIRSTENGARY WY ARROYO PARK DR BELLIS DRIVE RESIDENTIAL LUCERNE CT BELLIS DR NORTH END RESIDENTIAL MATEL RD PEARY DR N END RESIDENTIAL MILANO LN S END W KIRSTENGARY WY RESIDENTIAL MORNINGTON DR W END E END RESIDENTIAL PALERMO WAY W END PAOLINO DR RESIDENTIAL PAOLINO PL VARESE CT N END RESIDENTIAL PARMA CT S END KIRSTENGARY WY RESIDENTIAL PEARY DR W END MATEL RD RESIDENTIAL RAM ILLO WY DALGO DR N END RESIDENTIAL REGENTS PARK CR ARROYO PARK DR REGENTS PARK CR RESIDENTIAL SAINT MORITZ DR WEST END BELLIS DR RESIDENTIAL SARDINIA CT TOSSANO DR E END RESIDENTIAL SINGING HILLS DR MC BEAN PY ARROYO PARK DRIVE RESIDENTIAL STARKUS WY PAOLINO PL DEL MONTE DR RESIDENTIAL SUMMIT PL ROCKWELL CANYON RD ARROYO PARK DR RESIDENTIAL TARANTO AV WEST END TOSSANO DR RESIDENTIAL TIDE DR MATEL RD SINGING HILLS DR RESIDENTIAL TOSSANO DR ARROYO PARK DR KIRSTENGARY WY RESIDENTIAL TOURELLE PL S END ARROYO PARK DR RESIDENTIAL VARESE CT SOUTH END PAOLINO PL RESIDENTIAL VERSAILLES AV W END MATEL RD RESIDENTIAL IZERMATT LN ITOURELLE PL I EAST END 2 Q O w a J Q w o: J N 06 Q J Q' W O N N N O O r N J d d L m L O c� C V Q Packet Pg. 85 12.c M0144 Slurry Seal Project Street List Street Type Street From To ARTERIAL VALLEY CENTER DR GOLDEN VALLEY RD SOLEDAD CANYON RD RESIDENTIAL BAGBY DR WALNUT SPRINGS AV S END RESIDENTIAL BAKERTON AV DARTER DR NORTH END RESIDENTIAL BAKERTON AV CABRAL ST CANYON CREST DR RESIDENTIAL BASEL ST FOXLANE DR TAMBORA DR RESIDENTIAL BOOKHAM DR BAKERTON AV EAST END RESIDENTIAL CABRAL ST FOXLANE DR BAKERTON AV RESIDENTIAL CLAYCREST DR FOXLANE DR EAST END RESIDENTIAL DAMAR CT GOODVALE RD NORTH END RESIDENTIAL DARTER DR NADAL ST EAST END RESIDENTIAL DEER CT FOXLANE DR SOUTH END RESIDENTIAL ERMINE ST FOXLANE DR HAXTON DR RESIDENTIAL TAMBORA DR FOXLANE DR BASEL ST RESIDENTIAL FOXLANE DR DELIGHT ST NORTH END RESIDENTIAL FOXLANE DR NADAL ST BAKERTON AVE RESIDENTIAL GOODVALE RD FOXLANE DR DAMAR CT RESIDENTIAL HAXTON DR ERMINE ST BASEL ST RESIDENTIAL NADAL ST WHITES CANYON RD BERNINA AV RESIDENTIAL NEARVIEW DR FOXLANE DR EAST END RESIDENTIAL BAINBURY ST OAKMOOR ST (W) OAKMOOR ST (N) RESIDENTIAL BAINBURY ST BERNINA AV DELIGHT ST RESIDENTIAL BAKERTON AV SHANGRI-LA DR DELIGHT ST RESIDENTIAL DELIGHT ST WALNUT SPRINGS AV EAGLE CREST AV RESIDENTIAL EAGLE CREST AV DELIGHT ST NORTH END RESIDENTIAL FAIRWEATHER ST WALNUT SPRINGS AV DELIGHT ST RESIDENTIAL FAIRWEATHER ST BAKERTON AV KIMBROUGH ST RESIDENTIAL FAIRWEATHER ST ARCAY AV EAST END RESIDENTIAL FELBRIDGE ST WALNUT SPRINGS AV DELIGHT ST RESIDENTIAL BERNINA AV DELIGHT ST NADAL ST RESIDENTIAL HAXTON DR DELIGHT ST S. END RESIDENTIAL IRONSHIRE ST ARCAY AV EAST END RESIDENTIAL KIMBROUGH ST BAKERTON AV EAST END RESIDENTIAL ARCAY AV SEND DELIGHT RESIDENTIAL OAKMOOR ST FELBRIDGE ST BAINBURY ST RESIDENTIAL OAKMOOR ST BERNINA AV EAGLE CREST AV RESIDENTIAL RANIER ST WHITES CANYON RD WALNUT SPRINGS AV RESIDENTIAL TAMBORA DR SOUTH END DELIGHT ST RESIDENTIAL TAMBORA DR DELIGHT ST NORTH END RESIDENTIAL TOLIMA DR FAIRWEATHER ST EAST END RESIDENTIAL WALNUT SPRINGS AV DELIGHT ST NORTH END RESIDENTIAL BOULDER CREST CT NORTH END OLYMPIC CREST DR RESIDENTIAL CANYON CREST DR WHITES CYN RD EAST END RESIDENTIAL EAGLES CREST CT NORTH END OLYMPIC CREST RESIDENTIAL FALCON CREST DR CANYON CREST DR HAWKS RIDGE DR RESIDENTIAL FLINTWOOD CT FALCON CREST DR NORTH END RESIDENTIAL HAWKS RIDGE DR CANYON CREST DR N END RESIDENTIAL LAUREL CREST LN HAWKS RIDGE DR E END RESIDENTIAL OLYMPIC CREST DR WEST END CANYON CREST DR RESIDENTIAL PEERLESS BLUFF CT CANYON CREST DR SOUTH END RESIDENTIAL PIONEER HILL CT SADDLEBACK RIDGE SOUTH END RESIDENTIAL ISADDLEBACK RIDGE RD ICANYON CREST DR I FOXLANE DR Z O H U H Z O U 0 Q Q O w (L J Q LU N J U) Od Q J w LU O N N N 0 N 0 N J Y N N L co N N L co r c N E t c.� ca r Q Packet Pg. 86 12.c Street Type Street From To RESIDENTIAL STONE CANYON LN HAWKS RIDGE DR EAST END RESIDENTIAL THORN CREST CT HAWKS RIDGE DR EAST END RESIDENTIAL VALLEY VISTA CT FALCON CREST DR NORTH END RESIDENTIAL BOCKDALE AV SHINEDALE DR HIGHFALLS ST RESIDENTIAL CONNIE CT SHINEDALE DR HIGHFALLS ST RESIDENTIAL HIGHFALLS ST BOCKDALE AV SIMSALIDO AV RESIDENTIAL HIGHFALLS ST CONNIE CT LA VEDA AV RESIDENTIAL MINTER CT W END MISS GRACE DR RESIDENTIAL MINTER CT CONNIE CT SOLON AV RESIDENTIAL MISS GRACE DR SHINEDALE DR SOLEDAD CANYON RD RESIDENTIAL SHINEDALE DR W END SIMSALIDO AV RESIDENTIAL SHINEDALE DR CONNIE CT E END RESIDENTIAL SIMSALIDO AV SHINEDALE DR HIGHFALLS ST RESIDENTIAL SOLON AV SHINEDALE DR SOLEDAD CANYON RD RESIDENTIAL BRONCO DR LIVE OAK SPRINGS CANYON RD NORTH END RESIDENTIAL CHUCKWAGON PL S END SADDLEBACK RD RESIDENTIAL CONDOR RIDGE RD CIRCLE G DR SADDLEBACK RD RESIDENTIAL LIVE OAK SPRINGS CANYON RD CLEARLAKE DR CANYON END RD RESIDENTIAL SADDLEBACK RD LIVE OAK SPRINGS CANYON RD CITY LIMIT (EAST) / COP RESIDENTIAL WHITEHORSE PL S END CONDOR RIDGE RESIDENTIAL CIRCLE G DR CONDOR RIDGE RD LIVE OAK SPRINGS CANYON RD RESIDENTIAL FALCONRIM DR CIRCLE G DR W END RESIDENTIAL CLEARLAKE DR LIVE OAK SPRINGS CANYON RD E END RESIDENTIAL CEDARFORT DR CLEARLAKE DR E END RESIDENTIAL EAGLEHELM DR LIVE OAK SPRINGS CANYON RD SEND RESIDENTIAL BALERNA DR SOUTH END ESPUELLA DR RESIDENTIAL BERINO DR SOUTH END ESPUELLA DR RESIDENTIAL CABALLETA DR SOUTH END PARAGUAY DR RESIDENTIAL CANTOS DR SOUTH END ESPUELLA DR RESIDENTIAL DIAZ DR PARAGUAY DR S. END RESIDENTIAL ESPUELLA DR BOUQUET CANYON RD EAST END RESIDENTIAL GAVILAN DR SOUTH END ESPUELLA DR RESIDENTIAL LOS TIGRES DR CABALLETA DR EAST END RESIDENTIAL PARAGUAY DR CABALLETA DR EAST END COLLECTOR ALICANTE DR ALTA MADERA DR JOHN RUSSELL DR COLLECTOR ARROYO PARK DR MC BEAN PY CORTINA DR COLLECTOR CALLE ARINO ALICANTE DR N. END COLLECTOR CARRIZO DR ARROYO PARK DR ESTABAN DR COLLECTOR CORTINA DR ALTA MADERA DR ARROYO PARK DR COLLECTOR ESTABAN DR CARRIZO DR EL PASEO DR COLLECTOR JOHN RUSSELL DR CORTINA DR ESTABAN DR COLLECTOR ALTA MADERA DR AVENIDA NAVARRE AVENIDA VELARTE RESIDENTIAL VIA DELICIA VIA DABNA AVENIDA NAVARRE RESIDENTIAL VIA DABNA VIA DELICIA VIA VALER RESIDENTIAL VIA VALER VIA DABNA VIA NAUTICA RESIDENTIAL AVENIDA NAVARRE MCBEAN PY VIA NAUTICA RESIDENTIAL AVENIDA VELARTE VIA NAUTICA EAST END RESIDENTIAL ATWOOD BL SOUTH END (PRIVATE RD) LYONS AV RESIDENTIAL DE WOLFE RD SOUTH END (PRIVATE RD) LYONS AV RESIDENTIAL EVANS AV WILEY CANYON RD EVERETT DR RESIDENTIAL EVANS AV VERMONT DR WHEELER RD RESIDENTIAL I EVERETT DR IVERMONT DR I LYONS AV RESIDENTIAL IFOURLRD ISOUTH END I LYONS AV Z O H U H co Z O U Q Q C7 O w a J Q W J N Od Q J W O N N N 0 0 r N J N N L N L co c N E t u ca r r Q Packet Pg. 87 12.c Street Type Street From To RESIDENTIAL POWELL DR WILEY CANYON RD EVERETT DR RESIDENTIAL VERMONT DR SOUTH END (PRIVATE RD) LYONS AV RESIDENTIAL WABUSKA ST WILEY CANYON RD WILEY CANYON RD (OLD) RESIDENTIAL WHEELER RD SOUTH END LYONS AV RESIDENTIAL WILEY CANYON RD (OLD) SOUTH END N END RESIDENTIAL 8TH ST VALLEY ST E END RESIDENTIAL 8TH ST W END NEWHALL AV RESIDENTIAL ACORN CT SOUTH END OAKRUN LN RESIDENTIAL AGRAMONTE DR WEST END CROSS ST RESIDENTIAL ALAMOS LN VALLEY ST E END RESIDENTIAL ARCADIA ST 8TH ST LYONS AV RESIDENTIAL BRECKENRIDGE PL SOUTH END WAYMAN ST RESIDENTIAL BURR CT SOUTH END OAKRUN LN RESIDENTIAL CEDARTOWN ST VALLEY ST EAST END RESIDENTIAL COLWYN AV SEND MAPLE ST RESIDENTIAL CROSS ST SOUTH END (PRIVATE RD) 8TH ST RESIDENTIAL DAVEY AV CROSS ST WILDWOOD CANYON RD RESIDENTIAL DERIAN DR CEDARTOWN ST NORTH END RESIDENTIAL ELLIOT LN MAPLE ST W. END RESIDENTIAL HADEN CT WAYMAN ST NORTH END RESIDENTIAL HAPPY VALLEY DR VALLEY ST EAST END RESIDENTIAL JANEL AVE MAPLE ST N END RESIDENTIAL LOGDELL AV SOUTH END MIDDLEBANK DR RESIDENTIAL LOLA LN SOUTH END WAYMAN ST RESIDENTIAL MAPLE ST VALLEY ST CROSS ST RESIDENTIAL MARKET ST W END NEWHALL AV RESIDENTIAL MIDDLEBANK DR CROSS ST EAST END RESIDENTIAL OAKRUN LN VALLEY ST EAST END RESIDENTIAL PARKVIEW DR SOUTH END 8TH ST RESIDENTIAL SHADELAND DR MIDDLEBANK DR EAST END RESIDENTIAL TIMON LN MARKET ST NORTH END RESIDENTIAL VALLEY ST LYONS AV SOUTH END (PRIVATE RD) RESIDENTIAL WAYMAN ST 8TH ST LYONS AV RESIDENTIAL IWILDWOOD CANYON RD IWILDWOOD RD DAVEY AV RESIDENTIAL IWILDWOOD RD ICROSSST WILDWOOD CANYON RD TRAIL ISAN FRANCISQUITO CREEK TR ICOPPER HILL DR END OF PCC TRAIL E/O MCBEAN Z O H U H co Z O CU Q Q C7 O w a J Q W J N Od Q J W O N N T- N O N 0 r N J Y L co L co r- cN C u Q Packet Pg. 88 DocuSign Envelope ID: 56128AD7-272B-4C7i3-BA26-00926049BFFB BIDDER'S QUESTIONNAIRE Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A City Project No. M01440A City of Santa Clarita, California 1. submitted by: C. A. Rasmussen, Inc. Telephone: 661-367-9040 Principal Office Address: 28548 Livingston Avenue, Valencia, CA 91355 2. Type of Firm: lei C Corporation S Corporation 0 Individual/Sole Proprietor or Single —Member LLC ❑ Partnership Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp Ll Limited Liability Company "P" Partnership Other 3a. If a corporation, answer these questions: Date of Incorporation: 11 /30/1967 State of Incorporation: President's Name: Adam Rasmussen Vice -President's Name: Doug Misley Secretary or Clerk's Name: Lisa Punches Treasurer's Name: Lisa Punches 3b. If a partnership, answer these questions: N/A Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. California DocuSign Fnvelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A City Project No. M01440A City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: Charles A. Rasmussen License number: 254681 Class: A, B, C-31, Expiration Date: 5/31/2023 HAZ, ASB D.I.R. Registration # 1000000274 5. CONTRACTOR's Representative: Doug Mlsley Title: Executive Vice President Alternate: Eric Landegger Title: Chief Estimator 6. List the major construction projects your organization has in progress as of this date: A. Owner: SEE ATTACHED LIST OF ACTIVE PROJECTS. Project Location: Type of Project: B. Owner: Project Location: Type of Project: C. Owner: Project Location: Type of Project: El bB a, -o CLI m E O n o NUDau +, c cs 0 O C c J a) to aY U Y C v i1a L3 `E ti a al E v n E j, L c0 D U L u Y N N N m d C a C Cl U ? ❑ E N G N 7 r p m 3 ro v CL al C Qr Q tO 'a Z Y r0 cc w 7 p C C1 ,s� u aEi — ba _0 C7 > N 41 Y W al N Ga M fO L -6 C `" NO aci m o U F� IV %c cZj E ai v f1. Q. '� m � U as tin T] 0 U `� i p U d U z7 C7 ro +' 02 cl — E m (] iD I- C }} u �- V U 'O a: as G c IVX N a + U O 2 X 4 U c:Ln oZJ V LA N °c° r6 ° E al u C N as ; d C .V + O a} Oi !a o U G O UQ1 ra a�-r v u aYr m °` np d °r° +� E co U E aEi a s i Q o$ .E v cn o } ry N v�i c O C 3 •E W O C I' E u ar Q 4 a) � � C) OC a rU c Q U Q -� 3 0, 0 Ck rn a y 0 u c xx � U �Q aEi ra m �a�� N fp, 0 G a U =, G U C D 0.S O al N t6 Q C @ N Y t> al N L U = a L ea al ![1 U m U O 9C O cYJ p .SC C al �. vim! C a1 O @ > 4p- U _ t U as o 3 rQ U "-' m x �ru a t aEi aEi — w a"i a N E m ^ CL z' o o v ro E E C a a ci v aai � e_ Lnco p a �? = m m a = u° C) V1 v •ra +� 5 © M nm o �, o o a ao UfO. p cn O ai m c c C) NN N aNi -0O f]. O CD'i Y a- N J K 0-N L') V7 Q K N N n O E!} Q O N lf1 O —© 2 N ai d U ro �Y � a -4 00 o m c H r L ro C fM Y .o fn ra sa cu al N tt5 N LL a J K aJ L w m N m ra oF N 1 ai N c6 O f6 @7 to T al i a] a1 +' N m N f4 i rYi� Yil 2 U COCO al 'p Y Y Y U � U U C N C C `3 C rp C E C J C J C C C C c c J C CL P .J J Vj U 2> U U (/) Vi J AC J U CD a) m in ID d a) m m m ry — v La N m ai ?. aL� ai vi u +�-� ry c +J m fo L) croi U C U u G J C as C V] c C a E m C C— J m C J O C C N N U G > u U N N m o 0 0 0 o a 0 a a o 0 0 � +� 0 m 0 0 0 0 0 D U U u u U u u u U u U U U v u U U u BID SCHEDULE Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A Golden Valley Road BIDDER: C.A. Rasmussen Inc. ITEMSO BID ITEMS UNIT QUANTIAL UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 190,000.00 $ 190,000.00 2 Traffic Control LS 1 135,000.00 $ 135,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 7,500.00 $ 7,500.00 4 AC D2 PG 64-10 TN 2,394 230.00 $ 550,620.00 5 AC C2 PG 64-10 TN 4,971 190.00 $ 894,780.00 6 ARHM GG-D PG 64-16 TN 8,415 220.00 $ 1,851,300.00 7 Remove & Replace 4" AC SF 120,736 5.00 $ 603,680.00 8 Keycut Al LF 19,506 3.30 $ 64,369.80 9 Keycut B1 LF 255 42.00 $ 10,710.00 10 Lower Manhole Covers to Finish Grade EA 39 1,140.00 $ 44,460.00 11 Adjust Manhole Covers to Finish Grade (ADDED) EA 39 1,600.00 $ 62,400.00 12 Lower Water Valve Covers to Finish Grade EA 39 870.00 $ 33,930.00 13 Adjust Water Valve Covers to Finish Grade (ADDED EA 39 1,240.00 $ 48,360.00 14 Install Blue RPM's @ Fire Hydrant EA 6 24.00 $ 144.00 15 6" White Line (Thermo) LF 55 1.25 $ 68.75 16 6" YELLOW Line (Thermo) LF 400 1.23 $ 492.00 17 12" White Crosswalk/Limit Line (Thermo) LF 986 4.30 $ 4,239.80 18 Striping Detail#12 (Thermo & Markers) (ADDED) LF 21,176 0.81 $ 17,152.56 19 Striping Detail #21(Thermo & Markers) (ADDED) LF 547 0.93 $ 508.71 20 Striping Detail #24 (Thermo) LF 2,828 1.17 $ 3,308.76 21 Striping Detail #25 (Thermo & Markers) (ADDED) LF 12,421 1.17 $ 14,532.57 22 Striping Detail #26 (Markers) (ADDED) LF 1,275 0.39 $ 497.25 23 Striping Detail 927B (Thermo) LF 14,500 1.17 $ 16,965.00 24 Striping Detail #37B (Thermo & Markers) (ADDED) LF 630 1.40 $ 982.00 25 Striping Detail #38 (Thermo & Markers) LF 3,905 1.40 $ 5,467.00 26 Striping Detail #38A (Thermo) LF 960 1.40 $ 1,344.00 27 Striping Detail 938B (Thermo & Markers) LF 190 1.40 $ 266.00 28 Striping Detail #38C (Markers) LF 310 1.40 $ 434.00 29 Striping Detail #40 (Thermo & Markers) (ADDED) LF 225 1.40 $ 315.00 30 CHEVRON STRIPING) (ADDED) LF 28 4.20 $ 117.60 31 White Cont. Xwalk (ADDED) LF 110 14.00 $ 1,540.00 32 AROW TYPE 118'-0" (ADDED) EA 6 117,00 $ 702.00 33 Arrow Type IV (UR) (Thermo) EA 32 117.00 $ 31744.00 34 Arrow Type Vil (L/R) (Thermo) (ADDED) EA 2 170.00 $ 340.00 35 "KEEP" Legend (Thermo) (ADDED) EA 3 290.00 $ 870.00 36 "CLEAR" Legend (Thermo) (ADDED) EA 3 360.00 $ 1,080,00 37 Construct New PCC Curb and Gutter LF 13,423 22.00 $ 295,306.00 38 Class I[ AB CY 1 1,242 84.00 $ 104,328.00 39 Adjust Catch Basin Lid EA 11 8,700.00 $ 95,700.00 40 Sawcut Pavement LF 13,453 1.90 $ 25,560.70 41 Remove AC Pavement SF 93,961 1.02 $ 95,840.22 42 New AC Pavement TN 2,027 180.00 $ 364,860.00 43 Crushed Aggregate Base {under New AC, and Cu CY 4,764 180.00 $ 857,520.00 44 Adjust Pull Box to Finish Surface EA 3 990.00 $ 2,970.00 45 Demolition Operations LS 1 2,500.00 $ 2,500.00 46 Clearing, Grubbing, and Removals (Except Hards LS 1 5,700.00 $ 5,700.00 47 Connect Pipes to PCC Curb EA 4 143.00 $ 572.00 48 Install Temporary Video Detection System EA 3 10,000.00 $ 30,000.00 49 Remove and Install Permanent Traffic Loops EA 38 510.00 $ 19,380.00 50 Remove and Replace Sensys EA 16 2,300.00 $ 36,800.00 TOTAL BASE BID TOTAL AMOUNT IN FIGURES: $6,509,157.72 Six Million Five Hundred Nine Thousand One Hundred Fifty - BASE BID TOTAL AMOUNT IN WORDS: Seven Dollars and Seventy -Two Cents 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A Magic Mountain Parkway BIDDER: C.A. Rasmussen Inc. ITEM NO. BID ITEMS UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 15,000.00 $ 16,000.00 2 Traffic Control LS 1 40,000.00 $ 40,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 4,900.00 $ 4,900.00 4 AC D2 PG 64-10 TN 2,209 155.00 $ 342,395,00 5 ARHM GG-D PG 64A6 TN 9,703 145.00 $1,406,935.00 6 Cold Plane & Remove 2.5" SF 273,609 0.24 $ 65,666.16 7 Cold Plane & Remove 3" SF 368,736 0.34 $ 125,370.24 8 Remove & Replace 4" AC SF 132,339 3.00 $ 397,017.00 9 Lower Manhole Covers to Finish Grade EA 37 740.00 $ 27,380.00 10 Lower Water Valve Covers to Finish Grade EA 20 570.00 $ 11,400.00 11 ILower Gas Valve Covers to Finish Grade EA 2 570.00 $ 1,140,00 12 Lower Utility Vault to Finish Grade EA 5 4,400.00 $ 22,000.00 13 Adjust Manhole Covers to Finish Grade EA 37 1,100.00 $ 40,700.00 14 Adjust Water Valve Covers to Finish Grade EA 20 800.00 $ 16,000,00 15 Adjust Gas Valve Covers to Finish Grade EA 2 840.00 $ 1,680.00 16 Adjust Utility Vault to Finish Grade EA 5 4,400.00 $ 22,000.00 17 Install Blue RPM's @ Fire Hydrant EA 13 15.00 $ 195,00 18 6" White Line Thermo LF 1,660 0.81 $ 1,344.60 19 6" YELLOW Line (Thermo) LF 275 0.81 $ 222,75 20 12" White Crosswalk/Limit Line(Thermo) LF 1,817 2.80 $ 5,087.60 21 Striping Detail 99 (Thermo & Markers) LF 2,232 0.53 $ 1,182.96 22 Striping Detail #12(Thermo & Markers) LF 18,818 0.53 $ 9,973.54 23 Striping Detail #14A hermo & Markers LF 736 0.36 $ 264.96 24 Striping Detail #27B (Thermo & Markers) LF 8,198 0.76 $ 6,230.48 25 Striping Detail 929 Thermo & Markers LF 2,555 0.90 $ 2,299.50 26 Striping Detail #38 (Thermo & Markers) LF 2,032 0.90 $ 1,828.80 27 Striping Detail #38A(Thermo) LF 2,859 0.90 $ 2,573.10 29 Striping Detail #40 (Thermo) LF 1,006 0.51 $ 513.06 30 Arrow Type IV LIR (Thermo) EA 32 76.00 $ 2,432.00 31 Legend "NO" EA 4 91.00 $ 364.00 32 Le end "TRUCKS" EA 4 230.00 $ 920.00 33 Chevron Thermo LF 177 2.80 $ 495.60 34 Install Temporary Video Detection System EA 8 2,500.00 $ 20,000.00 35 Remove and Install Permanent Traffic Loops EA 46 330.00 $ 15,180.00 36 Install Shoulder Backing LF 3,946 2.20 $ 8,681.20 TOTAL ALTERNATE I BID TOTAL AMOUNT IN FIGURES: $2,619,372.55 Two Million Six Hundred Nineteen Thousand Three ALTERNATE 1 BID TOTAL AMOUNT IN WORDS: Hundred Seventy -Two Dollars and Fifty -Five Cents *NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A Magic Mountain Parkway Alt BIDDER: C.A. Rasmussen Inc. ITEOM BID ITEMS UNIT QUA TOTAL UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 10,000.00 $ 10,000.00 2 Traffic Control LS 1 35,000.00 $ 35,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 4,900.00 $ 4,900.00 4 AC D2 PG 64-10 TN 1,379 160.00 $ 220,640.00 5 ARHM GG-D PG 64-16 TN 6,057 145.00 $ 878,265.00 6 Remove & Replace 4" AC SF 81,301 3.46 $ 276,423.40 7 Remove Roots Under Concrete or Pavement Repairs SF 3,201 6.00 $ 19,206.00 8 Cold Plane & Remove 3" SF 78,368 0.42 $ 32,914.56 9 Keycut A4 LF 12,388 2.40 $ 29,731.20 10 Keycut B4 LF 452 26.00 $ 11,752.00 11 Lower Manhole Covers to Finish Grade EA 14 740.00 $ 10,360.00 12 Adjust Manhole Covers to Finish Grade EA 14 1,100.00 $ 15,400.00 13 Lower Water Valve Covers to Finish Grade EA 14 570.00 $ 7,980.00 14 Adjust Water Valve Covers to Finish Grade EA 14 800.00 $ 11,200.00 15 Lower Gas Valve Covers to Finish Grade EA 2 570.00 $ 1,140.00 16 Adjust Gas Valve Covers to Finish Grade EA 2 840.00 $ 1,680.00 17 Install Blue RPM's @ Fire Hydrant EA 19 15.00 $ 285.00 18 6" YELLOW Line (Thermo) LF 67 0.81 $ 54.27 19 12" White Crosswalk/Limit Line (Thermo) LF 1,893 2.80 $ 5,300.40 20 Striping Detail #9 (Thermo & Markers) LF 410 0.53 $ 217.30 21 Striping Detail #12 (Thermo & Markers) LF 9,389 0.53 $ 4,976.17 22 Striping Detail #24 (Thermo) LF 300 0.76 $ 228.00 23 Striping Detail #27B (Thermo) LF 105 0,76 $ 79.80 24 Striping Detail #37B (Thermo & Markers) LF 1,095 0.90 $ 985.50 25 Striping Detail #38 (Thermo & Markers) LF 2,878 0.90 $ 2,590.20 26 Striping Detail #38A (Thermo) LF 1,558 090 $ t,402.20 27 Striping Detail #38C (Markers) LF 250 090 $ 225.00 28 Striping Detail #40 (Thermo & Markers) LF 834 0.51 $ 425.34 29 CHEVRON STRIPING) LF 78 2.80 $ 218.40 30 Arrow Type IV (UR) (Thermo) EA 27 76.00 $ 2,052.00 31 "KEEP" Legend (Thermo) EA 6 180.00 $ 1,080.00 32 "CLEAR" Legend (Thermo) EA 6 230.00 $ 11380.00 33 Install Temporary Video Detection System EA 5 4,600.00 $ 23,000.00 11 34 Remove and Install Permanent Traffic Loops EA 65 330.00 $ 21,450.00 11 TOTAL ALTERNATE 2 BID TOTAL AMOUNT IN FIGURES: $1,632,541.74 ALTERNATE 2 BID TOTAL AMOUNT IN WORDS: Ile M1111011 6 i\ Hundred I llrty- I wo I fiousand 1,wo 7u17 Forly-One Dollars and Seventy -Four CeaL�-- 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE Bid #ENG-21-22-MO1440A 21-22 Annual Overlay Project M01440A Via Princessa BIDDER: C.A. Rasmussen Inc. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QTY UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 20,000.00 $ 20,000.00 2 Traffic Control LS 1 68,000.00 $ 68,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 4,900.00 $ 4,900.00 4 AC C2 PG 64-10 TN 28,633 111.00 $ 3,178,263.00 5 ARHM GG-D PG 64-16 TN 4,026 146.00 $ 587,796.00 6 Cold Plane 12" SF 333,175 1.40 $ 466,445.00 7 Lower Manhole Covers to Finish Grade EA 7 1,500.00 $ 10,500.00 8 Adjust Manhole Covers to Finish Grade EA 7 2,300.00 $ 16,100.00 9 Lower Water Valve Covers to Finish Grade EA 43 1,100.00 $ 47,300.00 10 Adjust Water Valve Covers to Finish Grade EA 43 1 2,000.00 $ 86,000.00 11 Lower Gas Valve Covers to Finish Grade EA 6 1,100.00 $ 6,600.00 12 Adjust Gasr Valve Covers to Finish Grade EA 6 1,400.00 $ 8,400.00 13 Install Blue RPM's @ Fire Hydrant EA 20 15,00 $ 300.00 14 12" White Crosswa[klLimit Line (Thermo) LF 2,467 2.80 $ 6,907.60 15 Striping Detail #12 (Thermo & Markers) LF 9,771 0.53 $ 5,178.63 16 Striping Detail #24 (Thermo) LF 4,289 0.76 $ 3,259.64 17 Striping Detail #27 (Thermo & Markers) LF 165 0.90 $ 148.50 18 Striping Detail #27B (Thermo) LF 205 0.76 $ 155.80 19 Striping Detail #29 (Thermo & Markers) LF 650 0.90 $ 585.00 20 Striping Detail #37B (Thermo & Markers) LF 820 0.90 $ 738.00 21 Striping Detail #38 (Thermo & Markers) LF 1,691 0.90 $ 1,521.90 22 Striping Detail #38A (Thermo) LF 3,499 0.90 $ 3,149.10 23 Striping Detail #40 (Thermo & Markers) LF 289 0.51 $ 1,17.39 24 Arrow Type ill (LfR) (Thermo) EA 1 120.00 $ 120,00 25 Arrow Type IV (UR) (Thermo) EA 37 76.00 $ 2,812,00 26 AROW TYPE 1 10'-0" EA 3 76.00 $ 228.00 27 Install Temporary Video Detection System EA 8 3,000.00 $ 24,000.00 28 STUB -OUTS EA 1 1,400.00 $ 1,400.00 29 Remove and Install Permanent Traffic Loops EA 61 330,00 i $ 20,130.00 TOTAL. ALTERNATE 3 BID TOTAL AMOUNT IN FIGURES: $4,571,085.56 TERNATE 3 BID TOTAL AMOUNT IN WORDS: - -• --• _---..._._.. __ Five Dollars mtci Fitttr-Six Cents *NOTE; In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE Bid #ENG-21-22-MO1440A 21-22 Annual Overlay Project M01440A Copperhill South BIDDER: C.A. Rasmussen Inc. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL CITY UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 5,000.00 $ 5,000.00 2 Traffic Control LS 1 65,000.00 $ 65,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 4,900.00 $ 4,900.00 4 AC D2 PG 64-10 TN 1,126 155.00 $ 174,530,00 5 ARHM GG-D PG 64-16 TN 3,957 146.00 $ 577,722.00 6 Remove & Replace 5" AC SF 106,069 4,00 $ 424,276.00 7 Keycut Al LF 5,773 2.60 $ 15,009.80 8 Keycut 131 LF 297 27.00 $ 8,019.00 9 Lower Manhole Covers to Finish Grade EA 21 740.00 $ 15,540.00 10 Adjust Manhole Covers to Finish Grade EA 21 1,100.00 $ 23,100.00 11 Lower Water Valve Covers to Finish Grade EA 39 570.00 $ 22,230.00 12 Adjust Water Valve Covers to Finish Grade EA 39 800.00 $ 31,200,00 13 Install Blue RPM's @ Fire Hydrant EA 14 15,00 $ 210.00 14 12" White Crosswalk/Limit Line (Thermo) LF 2,009 2.80 $ 5,625.20 16 Striping Detail #12 (Thermo & Markers) LF 13,322 0.53 $ 7,060.66 16 Striping Detail #23 (Thermo & Markers) LF 44 0.61 $ 26.84 17 Striping Detail #37B (Thermo) LF 410 0.90 $ 369.00 18 Striping Detail #38 (Thermo & Markers) LF 3,272 0.90 $ 2,944.80 19 Striping Detail #38A (Thermo) LF 732 090 $ 658.80 20 Striping Detail #40 (Thermo) LF 655 0.61 $ 399.55 21 CHEVRON STRIPING LF 186 2.80 $ 520.80 22 Arrow Type IV (L/R) (Thermo) EA 34 1 76.00 $ 2,584.00 23 STUB -OUT EA 1 1,400.00 $ 1,400.00 24 Install Temporary Video Detection System I EA 3 4,200.00 $ 12,600.00 25 Remove and Install Permanent Traffic Loops EA 23 330.00 $ 7,590.00 26 Remove and Replace Sensys EA 12 1,500.00 $ 18,000.00 TOTAL ALTERNATE 4 BID TOTAL AMOUNT IN FIGURES: $1,426,516A II ALTERNATE 4 BID TOTAL AMOUNT IN WORDS: ne ion ourDollars HundredrFor y- a ioiEsaEs cve *NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A Copperhill North BIDDER: C.A. Rasmussen Inc. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL CITY UNIT PRICE `TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 5,000.00 $ 5,000.00 2 Traffic Control LS 1 57,000.00 $ 57,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 4,900.00 $ 4,900.00 4 AC D2 PG 64-10 TN 1,403 159.00 $ 223,077.00 5 ARHM GG-D PG 64-16 TN 4,929 144.00 $ 709,776.00 6 Remove & Replace 5" AC SF 69,651 3.50 $ 243,778.50 7 Keycut Al LF 9,523 3.00 $ 28,569.00 8 Keycut B1 LF 183 33.00 $ 6,039.00 9 Lower Manhole Covers to Finish Grade EA 24 740.00 $ 17,760.00 10 Adjust Manhole Covers to Finish Grade EA 24 1,100.00 $ 26,400.00 11 Lower Water Valve Covers to Finish Grade EA 29 570.00 $ 16,530.00 12 Adjust Water Valve Covers to Finish Grade EA 29 800.00 $ 23,200.00 13 Lower Utility Cover / Vault / Well to Finish Grade EA 1 4,400.00 $ 4,400.00 14 Adjust Utility Cover / Vault / Well to Finish Grade EA 1 4,400.00 $ 4,400.00 15 Install Blue RPM's @ Fire Hydrant EA 14 15.00 $ 210.00 16 6" White Line (Thermo) LF 160 0.81 $ I29.60 17 12" White Crosswalk/Limit Line (Thermo) LF 1,550 2.80 $ 4,340.00 18 Striping Detail #12(Thermo & Markers) LF 10,600 0.53 $ 5,618.00 19 Striping Detail #22 (Thermo) LF 900 0.90 $ 810.00 20 Striping Detail #27B (Thermo) LF 1,450 0.76 $ 1,102.00 21 Striping Detail #29 (Thermo & Markers) LF 475 0.90 $ 427.50 22 Striping Detail #38 (Thermo & Markers) LF 2,445 0.90 $ 2,200.50 23 Striping Detail #38A (Thermo) LF 535 0.90 $ 481.50 24 Striping Detail #40 (Thermo & Markers) LF 315 0.90 $ 283.50 25 Arrow Type IV (UR) (Thermo) EA 17 76.00 $ 1,292.00 26 AROW TYPE 1 18'-0" EA 2 76.00 $ 152.00 27 CHEVRON STRIPING EA 250 15.00 $ 3,750.00 28 Install Temporary Video Detection System EA 10 2,700.00 $ 27,000.00 29 Remove and Install Permanent Traffic Loops EA 44 330.00 $ 14,520.00 30 Remove and Replace Sensys EA 12 1,500.00 $ 18,000.00 TOTAL ALTERNATE 5 BID TOTAL AMOUNT IN FIGURES: $1,451,146,10 ALTERNATE 6 BID TOTAL AMOUNT IN WORDS: One MtHion Four Hundred Nne I 11011sandOne Hundred Forty -Six Doll ar- and Ten Cents "NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. DocuSign Envelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB BID SCHEDULE Bid # ENG-21-22-MO1440A 2021-22 Annual Overlay Project M01440A City of Santa Clarita, California BIDDER: C.A. Rasmussen, Inc. BID SUMMARY TOTAL PRICE $ 6,509,157.72 IN FIGURES BASE BID TOTAL PRICE Six Million Five Hundred Nine Thousand One Hundred Fifty -Seven Dollars IN WORDS and Seventy -Two Cents TOTAL PRICY $ 2,619,372.55 IN FIGURES ADD ALTERNATE 1 TOTAL PRICE Two Million Six Hundred Nineteen Thousand Three Hundred Seventy -Two IN WORDS Dollars and Fifty -Five Cents TOTAL PRICE $ 1,632,541.74 IN FIGURES ADD ALTERNATE 2 TOTAL PRICE One Million Six Hundred Thirty -Two Thousand Five Hundred Forty -One IN WORDS Dollars and Seventy -Four Cents TOTAL PRICE $ 4,671,085.66 IN FIGURES ADD ALTERNATE 3 TOTAL PRICE Four Million Five Hundred Seventy -One Thousand Eighty -Five Dollars and IN WORDS Fifty -Six Cents TOTAL PRICE 1,426,516.45 IN FIGURES ADD ALTERNATE 4 TOTAL PRICE One Million Four Hundred Twenty -Six Thousand Five Hundred Sixteen IN WORDS Dollars and Forty -Five Cents TOTAL PRICE 1,451,146A0 IN FIGURES ADD ALTERNATE 5 TOTAL PRICE One Million Four Hundred Fifty -One Thousand One Hundred Forty -Six IN WORDS Dollars and Ten Cents TOTAL PRICE $ 18,209,820.12 TOTAL OF BASE BID AND IN FIGURES ALL ADD ALTERNATES TOTAL PRICE Eighteen Million Two Hundred Nine Thousand Eight Hundred Twenty Dollars IN WORDS and Twelve Cents *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 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: 56128AD7-2728-4C7B-BA26-00926049BFFB CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A City Project No. M01440A 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. BIDDER Eric Lande4a&Abid Estimator 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: 56128AD7-272B-4C7B-BA26-00926049BFFB DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A City Project No. M01440A City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. None. The Contractor further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department/agency. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification Bidder: Signature Title Eric Landegger, Chief Estimator DocuSign Envelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB DESIGNATION OF SUBCONTRACTORS Bid # ENG-21-22-MO1440A 21-22 Annual Overlay Project M01440A City Project No. M01440A 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 $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor 3f0W� �llc��,Gwj 4 DIR Registration No.* Dollar Value of Work �., Coll, 7. 0 0 jz—r��Di6P6 / Location and Place of Business 41',-L n4 11 7b J � 4f Bid Schedule Item No's: b..t` kyj tif7, yN, Al - 3' 4,-3 Description of Work , r✓/� /+'�,-I ` E C tV /L ?t f cis S %/i� _ �. f��Ga -Exp. License No. Date: / / Phone ( ) �5& 30 z1/30/ 2 z 1 (02-&-T/3-(.0&93 Subcontractor ,+� p% 1-!"/� tC'.1►Si DNw � DIR Registration No.* Dollar Value of Work h 1� - r l 0O0 3?? �i00 aj 5 l qla 'fir'? ioeat n and Place of Business Bid Schedule Item No's: Description of Work Sc - K41 - 3$-, Az- 3&f, T�° p s License No. Exp. Date: / / Phone { ) :713107 t7`/30/23 6P�Z Subcontractor DIR Registration No.* Dollar Value of Work 1�4 10000 o ! .7(o A5 Location and Place of Business Bid Schedule Item s: Desc iption of Work 6e.3e,-194.30, A1• 17-S'3 hi-1-7- ;. II V �%! A Ali- N / C•flf. i/' lei License No. Exp. Date: / Phone { -�(v(o fS 3� a3 fly_ 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: 56128AD7-272B-4C7B-BA26-00926049BFEB DESIGNATION OF SUBCONTRACTORS Bid # FNG-21-22-MO1440A 21-22 Annual Overlay Project M01440A City Project No. M01440A City of Santa Clarita, California Listed below are the names and locations oft he places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of A of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will he used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business 115700 ,c /f rN �, G0 tea `1 �111�a Sid Schedule Item No's: �s..�s. it, 1-3,.41- r3-ir<, z-12 , d Description of Work &, License No. Exp. Date: 3 q$ `lq 3 l/3I x3 3a3- SSSs-,?000 Subcontractor DIR Registration No.* Dollar Value of Work G: i.r,C y. 7'hr•.'�%� , ri�c- 1 0 00 0 OVI 23 Ott IAK Location and Place of Business P.0. 60>C 3$5 to, if• C 104,3l Bid Schedule Item No's: Description of Work 646—C - 7-q,&f, A v-� , A F G,fj -, i% /13 - A It - - V - License No. Exp. Date: / / Phone ;75-4150a 1/30/ za "5-&a- aS60 Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: NOTE: A BIDDER or subcontractor shall not he qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Cade, 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: 56128AD7-2728-4C7B-BA26-00926049BFFB EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-Mo1440A 21-22 Annual Overlay Project M01440A City Project No. M01440A City of Santa Clorita, California This bidder C. A. Rasmussen. Inc. , proposed subcontractor , hereby certifies that it has. XJ 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 X has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: C. A. Rasmussen, Inc. By: s Title: Eric Landegge , Estimator Date: March 7. 2022 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: 992FAF6B-B425-4989-9185-CF857FE9C2A2 BIDDER PRE -QUALIFICATION QUESTIONNAIRE 1. In the past five years has any claim against your firm concerning your firm's work on a construction project been filed in court or arbitration? Yes ❑ No IX If "yes," on separate signed sheets of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court In which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution). 2. In the past five years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? Yes IN No ❑ If "yes," on separate signed sheets of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court In which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). see attached. Has CAL OSHA (or Fed/OSHA) cited and assessed penalties against your firm for any "serious," "willful" or "repeat" violations of its safety or health regulations in the past five years? NOTE: If you have filed an appeal of a citation, and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal, you need not include information about it. Yes ((No❑ If "yes," attached a separate signed page describing the citations, including information about the dates of the citations, the nature of the violation, the project on which the citation(s) was or were issued, and the amount of penalty paid, if any. If the citation was appealed to the Occupational Safety and Health Appeals Board and a decision has been issued, state the case number and the date of the decision. 4. List yourfirm's Experience Modification Rate (EMR) (California workers' compensation insurance) for each of the past three premium years: NOTE: An Experience Modification Rate is issued to your firm annually by your workers' compensation Insurance carrier. Current year: 1.16 Previous year: 0.81 Year prior to previous year: .80 If your EMR for any of these three years is or was 1.00 or higher you may, if you wish, attach a letter of explanation. See attached. DocuSign Envelope ID: 992FAF6B-B425-4989-9185-CF857FE9C2A2 5. Indicate your firm's capacity to complete this project based on any present commitments to other projects, whether that be pre -construction, post -construction, or ongoing construction. In other words, is your firm capable of performing or complying with the required delivery or performance schedules, considering all existing commercial and governmental business commitments? Please elaborate. see attached. 6. Does your firm have the adequate financial capabilities Including bonding capacity to perform the contract in question, together with all other pending work, or have the ability to obtain adequate financial resources in a timely manner? Please elaborate. See attached. Bidder Pre -Qualification Questionnaire Question #2• G.A. Rasmussen V. Department of Transportation 1604 Arbitration No. A-0013-2019 Amount of claim: $134,163 Changes in scope of work under the contract which required Rasmussen to incur additional cost G.A. Rasmussen V. Department of Transportation 1230 Arbitration No. A-0016-2019 Amount of Claim: $2,008,955 HOOH claim resulting from project delay, suspension and cancellation of work Bidder Pre -Qualification Questionnaire Question #3: C. A. Rasmussen, Inc. has an OSHA violation from an accident that occurred in February 2020. OSHA categorized the violation as "serious", C. A. Rasmussen, Inc. has contested that status. Report ID: 0950643. Bidder Pre -Qualification Questionnaire Question #4: The Experience Modification rate (Ex -Mod) is calculated on a 3 year average of claims for the three years prior to the last year. Our Ex -Mod was calculated on our experience in 2021, 2020, and 2019. During that period C. A. Rasmussen, Inc. had a couple of claims that were not of a serious nature. C. A. Rasmussen, Inc. takes safety very seriously and responded to the trend with additional training, improved work practices, active case management, and expanding the role of the Safety Director to a full-time safety position. Since these changes, C. A. Rasmussen, Inc. has acheived a significant reduction in our Ex -Mod rate. Bidder Pre -Qualification Questionnaire Question #5; For more than 55 years, C. A. Rasmussen, Inc. has been building roads, bridges, highways, and communities throughout Southern California. We are heavy construction specialists capable of building jobs of any size and complexity. C. A. Rasmussen, Inc. is local to the City of Santa Clarita and is prepared to add this project to our current project backlog. C. A. Rasmussen, Inc. is capable of complying with the requirements and time frames for this project. Bidder Pre --Qualification Questionnaire _question #6: C. A. Rasmussen, Inc. has a present bonding limit of $75,000,000.00 Single and $130,000,000.00 Aggregate and has the capacity to obtain payment and performance bonds. C. A. Rasmussen, Inc. has adequate resources and financial capability to perform this project in a timely manner. DocuSign Envelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid HENG-21-22-MO1440A 21-22 Annual Overlay Project M01440A City Project No. M01440A City of Santa Clarita, California As required by California Public Contract Code section 2204, Proposer certifies that the option checked below relating to Proposer's status in regard to the Iran Contracting Act of 2010 (Public Contract Code sections 2200 et seq.) is true and correct: IN Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of California. Contractor C. A. Rasmussen, Inc. Firm Signed March 7, 2022 Eric Landegger, Chief Estimator Date Namef-Fitie Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT DocuSign Envelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB NON -COLLUSION AFFIDAVIT Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A City Project No. M01440A City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) Eric Landegger being first duly sworn deposes and says that he/she is the Chief Estimator (sole owner, a partner, president, etc.) of C. A. Rasmussen, Inc. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, orto 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: aot�lc Signature Title Eric Landegger, Chief Estimator This document must be notarized prior to submittal. 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 Subscribed and sworn to (or affirmed) before me on this 3rd day of March , 20 22 , by Eric Landeqqer proved to me on the basis of satisfactory evidence to be the person(5�who appeared before me. DANIELLE TELLL NotaryPublic - Calitwni& l.os Angeles County i Commission k 2287547 . J my Comm. Expires Jun 1, 2027 (Sea Signature DocuSign Envelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-21-22-M0144OA 21-22 Annual Overlay Project M0144OA City Project No. M0144OA 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: 56128AD7-2728-4C7B-BA26-f)0926049BFFB NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A City Project No. M01440A City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (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. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. 2. 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. 3. 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. 1. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be DocuSign Envelope ID: 56128AD7-2728-4C7B-BA26-00926049BFFB maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and DocuSign Envelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance forthe entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use ClocuSign Envelope ICI: 56128AD7-272B-4C7B-BA26.00926049BFFB and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional Insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. DocuSign Envelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB Reauirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Risk Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. 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. March 7, 2022 Printed Name: Eric Landegger, Cheif Estimator J3ign Envelope ID: 56128AD7-272B-407B.BA26-00926049BFFB PROPOSAL FORM Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A City Project No. M01440A 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 projects 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: C. A. Rasmussen Inc. Company Address: 28548 Livingston Avenue Valencia, CA 91355 Phone: 661-367-9040 Email: bidq-@carasmussen.com carasmussen.com By: Eric Landegger Print Name Title: Chief Estimator Signature: Date: March 7, 202 C. X RASMUSSEN, INC. P& General Engineering Contractors License No. 254681 A Building the Rasmussen Way Safety - [quality • Service Valencia Commerce Center 28548 Livingston Avenue Valencia, CA 91355-4171 Telephone 661.367.9040 Fax 661.367.9099 www.carasmussen.com CERTIFICATE OF CORPORATE AUTHORITY I hereby certify that C. A. Rasmussen, Inc. is a duly organized and existing California Corporation, which has the power to take the action called for by the following resolution. I further certify that Eric Landegger is Chief Estimator of C. A. Rasmussen, Inc. and has the authority to execute bid bonds, bid submittals, contract documents and change orders on behalf of the corporation, as stated in the minutes of the Board of Directors' Meeting of C. A. Rasmussen, Inc. held April 1, 2013. In witness whereof, I have affixed my hand and seal of said corporation this 13tn Day of December 2021. Lisa Punches Corporate Secretary DocuSign Envelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB REFERENCES Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A City Project No. M01440A 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. Name and Address of owner/ Agency SEE ATTACHED LIST OF PROJECT REFERENCES. Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of owner/ Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: Lockton Insurance Brokers, LLC 725 S. Figueroa Street, 35th Floor I=es Angeles, GA 90047 (213) 689-0065 z �r a m 13CD 0 N C3 N N O N f N N H C N @ O N N J N N U 3t1cO N N 3 o a' z V R a O O O O O O N N fV N N N C O W O co O D O Co GO rl N l0 N m T m ,i vi r - Cl rm E Q rm+r tD -4 � m ri N n V m Ili N �V�pp L C yy N tn O U cri m 10 ? n m G w E o N c v m w o 4 J2 m Y `m N t0 m I c .m o m �+ m G a m 9 ajc U C "P U , s O m y ? f0 IO N `m O 3 g G O- U n o > y a > c7 u c � Q p o o 08 ar c m o N o uro 7 0 = awe y n v O W d O 7 c y N O .a C C m O W cc Y C O U in 5 a ❑ oZ; ail E c ¢ E� to d C N d N O 91 d Cp C O o d rai f a > o E E G 'O m "O m p n -a U.HO Y t ro U o U 3 c H V ri a YO }r y tl' V 'C: V N V N m L O j h cr c `-' a a m y v O� m m o O E M m a O In p a+ m yo cn c a m u6 E p L r.1 c n m n o n o n Ca 7 U o in vTr O Cl C7 It= 7 a m u coLO 4' o w } o c co m co 0o N IY U co N N o C w �n co V l0 Lh C .0 V) O CO O c coVL1 bo W a N O m N .c � t7 ❑ v � rol Y i .k p c m ro bo d ❑ rn ;E E `o -} oN -o oN > N 0 LL o� v It m H O m H O .y m to .mi O M N ONl yN� o Zn c al (3 - U O y� U Y O U J m m T 61 U O U Y 6 4f d L O r O u O Oml '� d C N C N I N W C N I m N �_ U C �� N fi o yC c N �r w o O N E �aNnc� N a' O m H rf G In J L W .n H m 3 L a-i u7 H Oo m m a. J L H m H H m t, H VJ rl O 91 in O u n C �0 C ro F d ti ? C C 3 w O U � c r u V u U vf0i Q O4 TA a O4;OfO !s 0[cEM6tF `y Addendum No. 1 BID # ENG-21-22-MO1440A City Project No. M01440A 21-22 Annual Overlay Project M01440A Addendum No. 1 February 28, 2022 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. BID CLOSING DATE CHANGE The bid closing date has been changed to March 7, 2022 before 11:00 AM. END OF ADDENDUM This addendum must be acknowledged via B!dNet and should be included with the response. n 3/7/2022 Contractor's Reprea v Date C. A. Rasmussen, Inc. Company Name BID # ENG-21-22-MO1440A DoeuSign Envelope ID: 992FAFBB-B425-4989-9185-CF857FE9C2A2 OF gANTA OL 9 Ud �> �Q F4y�8 rsorc€�A:e Addendum No. 2 BID # ENG-21-22-MO1440A City Project No. M01440A 21-22 Annual Overlay Project M01440A Addendum No. 2 March 2, 2022 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. BIDDER PRE -QUALIFICATION QUESTIONNAIRE Please see the attached Bidder Pre -Qualification Questionnaire form. This additional form must be submitted in the "General Attachments" upload section in BidNet when submitting the bid response. II. UPDATED PLANS Please see the updated plans. III. UPDATED SPECIAL PROVISIONS The updated Special Provisions in Section G have been attached to this addendum. IV. ADDITIONAL ATTACHMENT Please see the additional attachment for the catch basin top adjustment detail. V. UPDATED BID SCHEDULES Please see the updated Bid Schedules. VI. ADDITIONAL QUESTIONS The following additional questions are being addressed: Q1) Via Princessa shows 12" cold Plane but the section on the plans shows putting back 14.5" (2000 tons missing). Al) 14.5" is the correct section depth. Quantities have been updated in the bid schedule as part of Addendum No. 2. Q2) Copper Hill Drive is not clear if the work is Day work or Night work A2) Night work, but subject to change depending on City Project Manager Approval. BID # ENG-21-22-MO1440A DocuSign Envelope ID: 992FAF6B-8425-4989-9185-CF857FE9C2A2 A Addendum No-2 March 2, 2022 Q3) Copper Hill remove & replace 4" AC —the plans show removing 5" AC A3) 5" AC is the correct section depth. This has been updated in Addendum No. 2. Q4) Golden Valley Road you don't have an item for removals or unclassified excavation to place the New C&G. A4) A new bid item has been added to account for this as part of Addendum No. 2. 6?JA: �AweBUu I�+� Damon a City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 2� 3/7/2022 Contractor's R-8e etp Ave Date C. A. Rasmussen, Inc. Company Name BID # ENG-21-22-Mo1440A Addendum No. 3 March 4, 2022 Addendum No. 3 BID # ENG-21-22-MO1440A City Project No. M01440A 21-22 Annual Overlay Project M01440A 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 bid updates: 1. BID SCHEDULE CLARIFICATIONS • Curb Face for curb and gutter dimension will be 6". Gutter dimension will be 18". • Thickness of AC on roadway varies: please refer to coring log on plans. • Pave back section next to curb and gutter is 5" AC over 20" CAB. • Thickness of base on roadway may have variations but on average is 20" CAB. • CAB shall be measured in Cubic Yards, not tonnage. • Quantity in Bid Item 41 was updated to reflect the inclusion of AC under the proposed curb and gutter. II.UPDATED BID SCHEDULE • Please see updated Base Bid Schedule Ill. BID CLOSING TIME ADJUSTMENT • The Bid Closing of March 7, 2022 at 11:00 AM PST will be adjusted to March 7, 2022 at 2:00 PM PST. BID 4# ENG-21-22-MO1440A of SnriTA el a �Lhof �LQ. END OF ADDENDUM Addendum No. 3 March 4, 2022 This addendum must be acknowledged via BidNet and should be included with the response. 62 ' 3/4/2022 Contractor's Rip se' rve ©ate Eric Landegger, Chief Estimator C. A. Rasmussen, Inc. Company Name BID # ENG-21-22-MO1440A DocuSigr. Envelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB PROPOSAL GUARANTEE BID BOND Bid #ENG-21-22-MO1440A 21-22 Annual Overlay Project M01440A City Project No. M01440A City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that C.A. RASMUSSEN, INC. , as BIDDER, and LIBERTY MUTUAL INSURANCE COMPANY as SURETY, are held and firmly bound unto the TEN PERCENT CityOF THE of Santa Clarita as CITY, in the penal sum of AMOUNT BIDAL dollars 10% OF THE TOTAL p (� AMOUNT 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. 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 21 ST Day of FEBRUARY 20 22 CONTRACTOR: Name and Title of Signatory Signature E�o c, Ghi C.A. RASMUSSEN, INC. Legal Name of Bidder 28548 LIVINGSTON AVE., VALENCIA, CA 91355 Bidder Address (661) 367-9062 Telephone Number Federal Tax I.D. No. LIBERTY MUTUAL INSURANC COMPANY SURETY*: BY: Nam JENNIF HS, ATTORNEY -IN -FACT (213) 689-0065 Phone Number and Email 777 S. FIGUEROA ST., SUITE 5200, LOS ANGELES, CA 90017 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone 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. 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 March 3, 2022 before me, Danielle Tellez, Notary Public (insert name and title of the officer) personally appeared Eric Landegger who proved to me on the basis of satisfactory evidence to be the persons whose names is/afe, subscribed to the within instrument and acknowledged to me that he/s+he/they executed the same in his/hm*heir authorized capacity(* and that by his/hey/#teir signature* on the instrument the personK, or the entity upon behalf of which the persoRW 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 . T-D . DANIELLE TELLEZ Notary Public - California Los Angeles County Commission X 2287547 My Comm. Expires Jun t, 2023 (Seal) CALIFORNIA• • •D C..�i 'is�i..� s�i. �i/_.Zi��i�i�i,aid^12��2!w.'�Q/fnJs�2�L.�2�._.��.�Q_a'�i�.,z�i n.Rs�i.�t��...12�i41�i�..c�'�'..�2.��•,^.�i,.�.,. 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 1'.U'L. before me, RHONDA LARSON, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared JENNIFER OCHS Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(o) whose name) is/O(X subscribed to the within instrument and acknowledged to me that (Xshe/tXo executed the same in Xi*her/XXXauthorized capacity(KA, and that byAVher/AAXsignatureN on the instrument the personX, or the entity upon behalf of which the persoe) acted, executed the instrument. RHONDA LARSON Notary Public • Calirornia .45 Df Los Angeles County Commission t 2329998 y Comm, Expires Jun 27, 2024 J I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correet—, /-_\ WIT SSWhneal. Signature Signature of Notary Public RHONDA LARSON, NOTARY PUBLIC Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: LS`%4's. ✓4�✓',.'�'"-✓{�4�✓.4�✓,"✓4�✓,Sv4v..�✓,4�✓,{'✓{v4v4".•�Sv '�%4'•✓1'✓6U�4�✓,Sv {�✓,. •✓'4�.4U�✓,{v4�4-•✓��✓', .1✓.i.�.•%{v4�'>�v v4v6v4�✓,4�✓,4� 02014 National• • • • • • • i • • i • i • • i • This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. pJ `'� Vt. - i Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8205615-024078 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the Slate of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Adriana Valenzuela, Charles R. Teter, III., Dennis Langer, Janina Monroe, Jennifer Ochs, Martha Barreras, Michelle Haase, Thomas G. McCall, Timothy J. Noonan all of the city of Los Angeles state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surely obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of May , 2021 . to N c m ca State of PENNSYLVANIA M County of MONTGOMERY ss Liberty Mutual Insurance Company P� INsu P"11 INS&,p%NSU, q The Ohio Casualty Insurance Company c0RP0 10 y� ooapOr+4T 9y \�PooRPORa, y0 West American Insurance Company w � r Fc m vQ a °b m „ 1912�cp'� 0 0 4C2 1919 o Q 1991 Yd� ssHUg" .aaYa y0 HAMp`+a�,a3 '�S1 �'t'°rANP ,aD / 9j7 By: David M. Carey, Assistant Secretary On this 19th day of May 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance - t�6 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a> � m IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. S O �c' pliv A ( Commonwealth of Pennsylvania - Notary Seal f�tt °a¢ °< <� Te se Pastalla,tgomer Notary Public Montgomery County O E a) OF My commission expires March 28, 2025 By M w Commission number 1126044 4 �sv4��`�tie Member, Pennsylvania Association of Notaries Notary Public U 0 a; This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual EInsurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the p President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety Cc > C: any and all undertakings, bonds, recognizances and other surely obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall o ; have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such z U instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE All — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as If signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surely obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 21 st day of February , 2022 . INS(/,p �11 INS&p a 1NSUV O�rgyo yJ?GoaaoHyrR92 `VPooapoH4 qyo 3 Fo c� 1912�0 0 1919 g 1991 0 BY: Y;P, s'�4cHUs .aa� y0y HAMpSa�O �S �NMAO' da 9Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02l21 c E O N Q O 0o ` N a> � O N 1 M �0? 00 c� co � U BID SCHEDULE Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A Golden Valley Road BIDDER: C.A. Rasmussen Inc. ITEMSO BID ITEMS UNIT QUANTIAL UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 190,000.00 $ 190,000.00 2 Traffic Control LS 1 135,000.00 $ 135,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 7,500.00 $ 7,500.00 4 AC D2 PG 64-10 TN 2,394 230.00 $ 550,620.00 5 AC C2 PG 64-10 TN 4,971 190.00 $ 894,780.00 6 ARHM GG-D PG 64-16 TN 8,415 220.00 $ 1,851,300.00 7 Remove & Replace 4" AC SF 120,736 5.00 $ 603,680.00 8 Keycut Al LF 19,506 3.30 $ 64,369.80 9 Keycut B1 LF 255 42.00 $ 10,710.00 10 Lower Manhole Covers to Finish Grade EA 39 1,140.00 $ 44,460.00 11 Adjust Manhole Covers to Finish Grade (ADDED) EA 39 1,600.00 $ 62,400.00 12 Lower Water Valve Covers to Finish Grade EA 39 870.00 $ 33,930.00 13 Adjust Water Valve Covers to Finish Grade (ADDED EA 39 1,240.00 $ 48,360.00 14 Install Blue RPM's @ Fire Hydrant EA 6 24.00 $ 144.00 15 6" White Line (Thermo) LF 55 1.25 $ 68.75 16 6" YELLOW Line (Thermo) LF 400 1.23 $ 492.00 17 12" White Crosswalk/Limit Line (Thermo) LF 986 4.30 $ 4,239.80 18 Striping Detail#12 (Thermo & Markers) (ADDED) LF 21,176 0.81 $ 17,152.56 19 Striping Detail #21(Thermo & Markers) (ADDED) LF 547 0.93 $ 508.71 20 Striping Detail #24 (Thermo) LF 2,828 1.17 $ 3,308.76 21 Striping Detail #25 (Thermo & Markers) (ADDED) LF 12,421 1.17 $ 14,532.57 22 Striping Detail #26 (Markers) (ADDED) LF 1,275 0.39 $ 497.25 23 Striping Detail 927B (Thermo) LF 14,500 1.17 $ 16,965.00 24 Striping Detail #37B (Thermo & Markers) (ADDED) LF 630 1.40 $ 982.00 25 Striping Detail #38 (Thermo & Markers) LF 3,905 1.40 $ 5,467.00 26 Striping Detail #38A (Thermo) LF 960 1.40 $ 1,344.00 27 Striping Detail 938B (Thermo & Markers) LF 190 1.40 $ 266.00 28 Striping Detail #38C (Markers) LF 310 1.40 $ 434.00 29 Striping Detail #40 (Thermo & Markers) (ADDED) LF 225 1.40 $ 315.00 30 CHEVRON STRIPING) (ADDED) LF 28 4.20 $ 117.60 31 White Cont. Xwalk (ADDED) LF 110 14.00 $ 1,540.00 32 AROW TYPE 118'-0" (ADDED) EA 6 117,00 $ 702.00 33 Arrow Type IV (UR) (Thermo) EA 32 117.00 $ 31744.00 34 Arrow Type Vil (L/R) (Thermo) (ADDED) EA 2 170.00 $ 340.00 35 "KEEP" Legend (Thermo) (ADDED) EA 3 290.00 $ 870.00 36 "CLEAR" Legend (Thermo) (ADDED) EA 3 360.00 $ 1,080,00 37 Construct New PCC Curb and Gutter LF 13,423 22.00 $ 295,306.00 38 Class I[ AB CY 1 1,242 84.00 $ 104,328.00 39 Adjust Catch Basin Lid EA 11 8,700.00 $ 95,700.00 40 Sawcut Pavement LF 13,453 1.90 $ 25,560.70 41 Remove AC Pavement SF 93,961 1.02 $ 95,840.22 42 New AC Pavement TN 2,027 180.00 $ 364,860.00 43 Crushed Aggregate Base {under New AC, and Cu CY 4,764 180.00 $ 857,520.00 44 Adjust Pull Box to Finish Surface EA 3 990.00 $ 2,970.00 45 Demolition Operations LS 1 2,500.00 $ 2,500.00 46 Clearing, Grubbing, and Removals (Except Hards LS 1 5,700.00 $ 5,700.00 47 Connect Pipes to PCC Curb EA 4 143.00 $ 572.00 48 Install Temporary Video Detection System EA 3 10,000.00 $ 30,000.00 49 Remove and Install Permanent Traffic Loops EA 38 510.00 $ 19,380.00 50 Remove and Replace Sensys EA 16 2,300.00 $ 36,800.00 TOTAL BASE BID TOTAL AMOUNT IN FIGURES: $6,509,157.72 Six Million Five Hundred Nine Thousand One Hundred Fifty - BASE BID TOTAL AMOUNT IN WORDS: Seven Dollars and Seventy -Two Cents 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A Magic Mountain Parkway BIDDER: C.A. Rasmussen Inc. ITEM NO. BID ITEMS UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 15,000.00 $ 16,000.00 2 Traffic Control LS 1 40,000.00 $ 40,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 4,900.00 $ 4,900.00 4 AC D2 PG 64-10 TN 2,209 155.00 $ 342,395,00 5 ARHM GG-D PG 64A6 TN 9,703 145.00 $1,406,935.00 6 Cold Plane & Remove 2.5" SF 273,609 0.24 $ 65,666.16 7 Cold Plane & Remove 3" SF 368,736 0.34 $ 125,370.24 8 Remove & Replace 4" AC SF 132,339 3.00 $ 397,017.00 9 Lower Manhole Covers to Finish Grade EA 37 740.00 $ 27,380.00 10 Lower Water Valve Covers to Finish Grade EA 20 570.00 $ 11,400.00 11 ILower Gas Valve Covers to Finish Grade EA 2 570.00 $ 1,140,00 12 Lower Utility Vault to Finish Grade EA 5 4,400.00 $ 22,000.00 13 Adjust Manhole Covers to Finish Grade EA 37 1,100.00 $ 40,700.00 14 Adjust Water Valve Covers to Finish Grade EA 20 800.00 $ 16,000,00 15 Adjust Gas Valve Covers to Finish Grade EA 2 840.00 $ 1,680.00 16 Adjust Utility Vault to Finish Grade EA 5 4,400.00 $ 22,000.00 17 Install Blue RPM's @ Fire Hydrant EA 13 15.00 $ 195,00 18 6" White Line Thermo LF 1,660 0.81 $ 1,344.60 19 6" YELLOW Line (Thermo) LF 275 0.81 $ 222,75 20 12" White Crosswalk/Limit Line(Thermo) LF 1,817 2.80 $ 5,087.60 21 Striping Detail 99 (Thermo & Markers) LF 2,232 0.53 $ 1,182.96 22 Striping Detail #12(Thermo & Markers) LF 18,818 0.53 $ 9,973.54 23 Striping Detail #14A hermo & Markers LF 736 0.36 $ 264.96 24 Striping Detail #27B (Thermo & Markers) LF 8,198 0.76 $ 6,230.48 25 Striping Detail 929 Thermo & Markers LF 2,555 0.90 $ 2,299.50 26 Striping Detail #38 (Thermo & Markers) LF 2,032 0.90 $ 1,828.80 27 Striping Detail #38A(Thermo) LF 2,859 0.90 $ 2,573.10 29 Striping Detail #40 (Thermo) LF 1,006 0.51 $ 513.06 30 Arrow Type IV LIR (Thermo) EA 32 76.00 $ 2,432.00 31 Legend "NO" EA 4 91.00 $ 364.00 32 Le end "TRUCKS" EA 4 230.00 $ 920.00 33 Chevron Thermo LF 177 2.80 $ 495.60 34 Install Temporary Video Detection System EA 8 2,500.00 $ 20,000.00 35 Remove and Install Permanent Traffic Loops EA 46 330.00 $ 15,180.00 36 Install Shoulder Backing LF 3,946 2.20 $ 8,681.20 TOTAL ALTERNATE I BID TOTAL AMOUNT IN FIGURES: $2,619,372.55 Two Million Six Hundred Nineteen Thousand Three ALTERNATE 1 BID TOTAL AMOUNT IN WORDS: Hundred Seventy -Two Dollars and Fifty -Five Cents *NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A Magic Mountain Parkway Alt BIDDER: C.A. Rasmussen Inc. ITEOM BID ITEMS UNIT QUA TOTAL UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 10,000.00 $ 10,000.00 2 Traffic Control LS 1 35,000.00 $ 35,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 4,900.00 $ 4,900.00 4 AC D2 PG 64-10 TN 1,379 160.00 $ 220,640.00 5 ARHM GG-D PG 64-16 TN 6,057 145.00 $ 878,265.00 6 Remove & Replace 4" AC SF 81,301 3.46 $ 276,423.40 7 Remove Roots Under Concrete or Pavement Repairs SF 3,201 6.00 $ 19,206.00 8 Cold Plane & Remove 3" SF 78,368 0.42 $ 32,914.56 9 Keycut A4 LF 12,388 2.40 $ 29,731.20 10 Keycut B4 LF 452 26.00 $ 11,752.00 11 Lower Manhole Covers to Finish Grade EA 14 740.00 $ 10,360.00 12 Adjust Manhole Covers to Finish Grade EA 14 1,100.00 $ 15,400.00 13 Lower Water Valve Covers to Finish Grade EA 14 570.00 $ 7,980.00 14 Adjust Water Valve Covers to Finish Grade EA 14 800.00 $ 11,200.00 15 Lower Gas Valve Covers to Finish Grade EA 2 570.00 $ 1,140.00 16 Adjust Gas Valve Covers to Finish Grade EA 2 840.00 $ 1,680.00 17 Install Blue RPM's @ Fire Hydrant EA 19 15.00 $ 285.00 18 6" YELLOW Line (Thermo) LF 67 0.81 $ 54.27 19 12" White Crosswalk/Limit Line (Thermo) LF 1,893 2.80 $ 5,300.40 20 Striping Detail #9 (Thermo & Markers) LF 410 0.53 $ 217.30 21 Striping Detail #12 (Thermo & Markers) LF 9,389 0.53 $ 4,976.17 22 Striping Detail #24 (Thermo) LF 300 0.76 $ 228.00 23 Striping Detail #27B (Thermo) LF 105 0,76 $ 79.80 24 Striping Detail #37B (Thermo & Markers) LF 1,095 0.90 $ 985.50 25 Striping Detail #38 (Thermo & Markers) LF 2,878 0.90 $ 2,590.20 26 Striping Detail #38A (Thermo) LF 1,558 090 $ t,402.20 27 Striping Detail #38C (Markers) LF 250 090 $ 225.00 28 Striping Detail #40 (Thermo & Markers) LF 834 0.51 $ 425.34 29 CHEVRON STRIPING) LF 78 2.80 $ 218.40 30 Arrow Type IV (UR) (Thermo) EA 27 76.00 $ 2,052.00 31 "KEEP" Legend (Thermo) EA 6 180.00 $ 1,080.00 32 "CLEAR" Legend (Thermo) EA 6 230.00 $ 11380.00 33 Install Temporary Video Detection System EA 5 4,600.00 $ 23,000.00 11 34 Remove and Install Permanent Traffic Loops EA 65 330.00 $ 21,450.00 11 TOTAL ALTERNATE 2 BID TOTAL AMOUNT IN FIGURES: $1,632,541.74 ALTERNATE 2 BID TOTAL AMOUNT IN WORDS: Ile M1111011 6 i\ Hundred I llrty- I wo I fiousand 1,wo 7u17 Forly-One Dollars and Seventy -Four CeaL�-- 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE Bid #ENG-21-22-MO1440A 21-22 Annual Overlay Project M01440A Via Princessa BIDDER: C.A. Rasmussen Inc. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QTY UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 20,000.00 $ 20,000.00 2 Traffic Control LS 1 68,000.00 $ 68,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 4,900.00 $ 4,900.00 4 AC C2 PG 64-10 TN 28,633 111.00 $ 3,178,263.00 5 ARHM GG-D PG 64-16 TN 4,026 146.00 $ 587,796.00 6 Cold Plane 12" SF 333,175 1.40 $ 466,445.00 7 Lower Manhole Covers to Finish Grade EA 7 1,500.00 $ 10,500.00 8 Adjust Manhole Covers to Finish Grade EA 7 2,300.00 $ 16,100.00 9 Lower Water Valve Covers to Finish Grade EA 43 1,100.00 $ 47,300.00 10 Adjust Water Valve Covers to Finish Grade EA 43 1 2,000.00 $ 86,000.00 11 Lower Gas Valve Covers to Finish Grade EA 6 1,100.00 $ 6,600.00 12 Adjust Gasr Valve Covers to Finish Grade EA 6 1,400.00 $ 8,400.00 13 Install Blue RPM's @ Fire Hydrant EA 20 15,00 $ 300.00 14 12" White Crosswa[klLimit Line (Thermo) LF 2,467 2.80 $ 6,907.60 15 Striping Detail #12 (Thermo & Markers) LF 9,771 0.53 $ 5,178.63 16 Striping Detail #24 (Thermo) LF 4,289 0.76 $ 3,259.64 17 Striping Detail #27 (Thermo & Markers) LF 165 0.90 $ 148.50 18 Striping Detail #27B (Thermo) LF 205 0.76 $ 155.80 19 Striping Detail #29 (Thermo & Markers) LF 650 0.90 $ 585.00 20 Striping Detail #37B (Thermo & Markers) LF 820 0.90 $ 738.00 21 Striping Detail #38 (Thermo & Markers) LF 1,691 0.90 $ 1,521.90 22 Striping Detail #38A (Thermo) LF 3,499 0.90 $ 3,149.10 23 Striping Detail #40 (Thermo & Markers) LF 289 0.51 $ 1,17.39 24 Arrow Type ill (LfR) (Thermo) EA 1 120.00 $ 120,00 25 Arrow Type IV (UR) (Thermo) EA 37 76.00 $ 2,812,00 26 AROW TYPE 1 10'-0" EA 3 76.00 $ 228.00 27 Install Temporary Video Detection System EA 8 3,000.00 $ 24,000.00 28 STUB -OUTS EA 1 1,400.00 $ 1,400.00 29 Remove and Install Permanent Traffic Loops EA 61 330,00 i $ 20,130.00 TOTAL. ALTERNATE 3 BID TOTAL AMOUNT IN FIGURES: $4,571,085.56 TERNATE 3 BID TOTAL AMOUNT IN WORDS: - -• --• _---..._._.. __ Five Dollars mtci Fitttr-Six Cents *NOTE; In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE Bid #ENG-21-22-MO1440A 21-22 Annual Overlay Project M01440A Copperhill South BIDDER: C.A. Rasmussen Inc. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL CITY UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 5,000.00 $ 5,000.00 2 Traffic Control LS 1 65,000.00 $ 65,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 4,900.00 $ 4,900.00 4 AC D2 PG 64-10 TN 1,126 155.00 $ 174,530,00 5 ARHM GG-D PG 64-16 TN 3,957 146.00 $ 577,722.00 6 Remove & Replace 5" AC SF 106,069 4,00 $ 424,276.00 7 Keycut Al LF 5,773 2.60 $ 15,009.80 8 Keycut 131 LF 297 27.00 $ 8,019.00 9 Lower Manhole Covers to Finish Grade EA 21 740.00 $ 15,540.00 10 Adjust Manhole Covers to Finish Grade EA 21 1,100.00 $ 23,100.00 11 Lower Water Valve Covers to Finish Grade EA 39 570.00 $ 22,230.00 12 Adjust Water Valve Covers to Finish Grade EA 39 800.00 $ 31,200,00 13 Install Blue RPM's @ Fire Hydrant EA 14 15,00 $ 210.00 14 12" White Crosswalk/Limit Line (Thermo) LF 2,009 2.80 $ 5,625.20 16 Striping Detail #12 (Thermo & Markers) LF 13,322 0.53 $ 7,060.66 16 Striping Detail #23 (Thermo & Markers) LF 44 0.61 $ 26.84 17 Striping Detail #37B (Thermo) LF 410 0.90 $ 369.00 18 Striping Detail #38 (Thermo & Markers) LF 3,272 0.90 $ 2,944.80 19 Striping Detail #38A (Thermo) LF 732 090 $ 658.80 20 Striping Detail #40 (Thermo) LF 655 0.61 $ 399.55 21 CHEVRON STRIPING LF 186 2.80 $ 520.80 22 Arrow Type IV (L/R) (Thermo) EA 34 1 76.00 $ 2,584.00 23 STUB -OUT EA 1 1,400.00 $ 1,400.00 24 Install Temporary Video Detection System I EA 3 4,200.00 $ 12,600.00 25 Remove and Install Permanent Traffic Loops EA 23 330.00 $ 7,590.00 26 Remove and Replace Sensys EA 12 1,500.00 $ 18,000.00 TOTAL ALTERNATE 4 BID TOTAL AMOUNT IN FIGURES: $1,426,516A II ALTERNATE 4 BID TOTAL AMOUNT IN WORDS: ne ion ourDollars HundredrFor y- a ioiEsaEs cve *NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A Copperhill North BIDDER: C.A. Rasmussen Inc. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL CITY UNIT PRICE `TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 5,000.00 $ 5,000.00 2 Traffic Control LS 1 57,000.00 $ 57,000.00 3 Storm Water Pollution Prevention - BMP Plan LS 1 4,900.00 $ 4,900.00 4 AC D2 PG 64-10 TN 1,403 159.00 $ 223,077.00 5 ARHM GG-D PG 64-16 TN 4,929 144.00 $ 709,776.00 6 Remove & Replace 5" AC SF 69,651 3.50 $ 243,778.50 7 Keycut Al LF 9,523 3.00 $ 28,569.00 8 Keycut B1 LF 183 33.00 $ 6,039.00 9 Lower Manhole Covers to Finish Grade EA 24 740.00 $ 17,760.00 10 Adjust Manhole Covers to Finish Grade EA 24 1,100.00 $ 26,400.00 11 Lower Water Valve Covers to Finish Grade EA 29 570.00 $ 16,530.00 12 Adjust Water Valve Covers to Finish Grade EA 29 800.00 $ 23,200.00 13 Lower Utility Cover / Vault / Well to Finish Grade EA 1 4,400.00 $ 4,400.00 14 Adjust Utility Cover / Vault / Well to Finish Grade EA 1 4,400.00 $ 4,400.00 15 Install Blue RPM's @ Fire Hydrant EA 14 15.00 $ 210.00 16 6" White Line (Thermo) LF 160 0.81 $ I29.60 17 12" White Crosswalk/Limit Line (Thermo) LF 1,550 2.80 $ 4,340.00 18 Striping Detail #12(Thermo & Markers) LF 10,600 0.53 $ 5,618.00 19 Striping Detail #22 (Thermo) LF 900 0.90 $ 810.00 20 Striping Detail #27B (Thermo) LF 1,450 0.76 $ 1,102.00 21 Striping Detail #29 (Thermo & Markers) LF 475 0.90 $ 427.50 22 Striping Detail #38 (Thermo & Markers) LF 2,445 0.90 $ 2,200.50 23 Striping Detail #38A (Thermo) LF 535 0.90 $ 481.50 24 Striping Detail #40 (Thermo & Markers) LF 315 0.90 $ 283.50 25 Arrow Type IV (UR) (Thermo) EA 17 76.00 $ 1,292.00 26 AROW TYPE 1 18'-0" EA 2 76.00 $ 152.00 27 CHEVRON STRIPING EA 250 15.00 $ 3,750.00 28 Install Temporary Video Detection System EA 10 2,700.00 $ 27,000.00 29 Remove and Install Permanent Traffic Loops EA 44 330.00 $ 14,520.00 30 Remove and Replace Sensys EA 12 1,500.00 $ 18,000.00 TOTAL ALTERNATE 5 BID TOTAL AMOUNT IN FIGURES: $1,451,146,10 ALTERNATE 6 BID TOTAL AMOUNT IN WORDS: One MtHion Four Hundred Nne I 11011sandOne Hundred Forty -Six Doll ar- and Ten Cents "NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. DocuSign Envelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB BID SCHEDULE Bid # ENG-21-22-MO1440A 2021-22 Annual Overlay Project M01440A City of Santa Clarita, California BIDDER: C.A. Rasmussen, Inc. BID SUMMARY TOTAL PRICE $ 6,509,157.72 IN FIGURES BASE BID TOTAL PRICE Six Million Five Hundred Nine Thousand One Hundred Fifty -Seven Dollars IN WORDS and Seventy -Two Cents TOTAL PRICY $ 2,619,372.55 IN FIGURES ADD ALTERNATE 1 TOTAL PRICE Two Million Six Hundred Nineteen Thousand Three Hundred Seventy -Two IN WORDS Dollars and Fifty -Five Cents TOTAL PRICE $ 1,632,541.74 IN FIGURES ADD ALTERNATE 2 TOTAL PRICE One Million Six Hundred Thirty -Two Thousand Five Hundred Forty -One IN WORDS Dollars and Seventy -Four Cents TOTAL PRICE $ 4,671,085.66 IN FIGURES ADD ALTERNATE 3 TOTAL PRICE Four Million Five Hundred Seventy -One Thousand Eighty -Five Dollars and IN WORDS Fifty -Six Cents TOTAL PRICE 1,426,516.45 IN FIGURES ADD ALTERNATE 4 TOTAL PRICE One Million Four Hundred Twenty -Six Thousand Five Hundred Sixteen IN WORDS Dollars and Forty -Five Cents TOTAL PRICE 1,451,146A0 IN FIGURES ADD ALTERNATE 5 TOTAL PRICE One Million Four Hundred Fifty -One Thousand One Hundred Forty -Six IN WORDS Dollars and Ten Cents TOTAL PRICE $ 18,209,820.12 TOTAL OF BASE BID AND IN FIGURES ALL ADD ALTERNATES TOTAL PRICE Eighteen Million Two Hundred Nine Thousand Eight Hundred Twenty Dollars IN WORDS and Twelve Cents *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 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: 56128AD7-2726-4C7B-BA26-00926049BFFB BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-M01440A 21-22 Annual Overlay Project M01440A City Project No. M01440A City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: C. A. Rasmussen, Inc. Business Address: 28548 Livingston Avenue, Valencia, CA 91355 Telephone No.: 661-367-9040 State CONTRACTOR's License No. & Class: 254681 A, B, C-31, HAZ, ASB DIR No.: 1000000274 Original Date 6/30/2015 Expiration Date: 6/30/2022 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: Adam Rasmussen - President DocuSign Envelope ID: 56128AD7-272B-4C7B-BA26-00926049BFFB Doug Misley - Executive Vice President `all can be reached at above address and phone number. Lisa Punches - Corporate Secretary Eric Landegger - Chief Estimator 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 areas follows: None. All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: C. A, Rasmussen. Inc. IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 7th day of MarchM22 . 1.4170I471 Eric Landegger, Chief Estimator Name and Title of Signatory C. A. Rasmussen, Inc. Legal Name of Bidder 28548 Livingston Avenue, Valencia, CA 91355 Address 661-367-9040 95-2534082 Telephone Number Federal Tax I.D. No. 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 Los Angeles On March 7, 2022 before me, Danielle Tellez, Notary Public (insert name and title of the officer) personally appeared Eric Landegger who proved to me on the basis of satisfactory evidence to be the person whose name,W is/are- subscribed to the within instrument and acknowledged to me that helsh&Ab. ey executed the same in hislher4their authorized capacity�ies), and that by his/her4their signatureks3-on the instrument the persorrAa), or the entity upon behalf of which the persorl(syacted, 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) DANIELLE TELLEZ Notary Public • California Los Angeles County Commission # 2287547 My Comm, Explres Jun 1, 2023 DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 PROPOSAL FORM Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B 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 overextended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: TORO ENTERPRISES, INC. Company Address: 2101 E VENTURA BLVD OXNARD, CA 93036 Phone: 805-483-4515 Email: ESTIMATING@TOROENTERPRISES.COM By: SEAN CASTILLO Print Name Title: PRESIDENT Signature: Date: r h q/Z o 7� DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (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. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. 2. 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. 3. 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. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liabilitv Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Risk Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. 7 Authorized Signature: XDate: eZC 2 U Printed Name: SEAN CASTILLO, PRESIDENT DocuSign Envelope ID: 8289A2C5-89C7-4316-Ag0A-DEA035EEBD95 BID SCHEDULE Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B V14S BIDDER: I ITEM NO. BID ITEMS UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 OD. q-'�0 2 JTraffic Control LS 1 aq$ 000,' 01 S ovO . 3 Storm Water Pollution Control Program LS 1- 4 ARHM GG-D PG 64-16 TN 7,247 5 AC D2 PG 64-10 TN 2,470 6 Remove & Replace 4" AC SF 16,379 �/, 6 7 Install Blue RPM's @ Fire Hydrant EA 16 8 Lower Manhole Covers EA 56- 9 Lower Gas Valve Covers EA 4 01- 10 Lower Water Valve Covers EA 48 Q, 1 0,- 11 Lower Utility Covers EA 4 -3 -P_ 00. 12 lAdjust Manhole Covers EA 56 s 00,, 13 Adjust Gas Valve Covers EA 4 0. 14 Adjus Water Valve Covers EA 48 0. — 15 Adjust Utility Covers EA 4 4rig. — i 00. 16 Remove and Install Permanent Traffic Loops EA 6 p 17 Install Temporary Video Detection System EA 1 p 18 12" White Crosswalk / Limit Line (Thermo) LF 583 1 0, 19 "STOP" Legend (Thermo) EA 1 v �-, — 20 Striping Detail #11 (Thermo) LF 342 0. ' 0 21 Striping Detail #22 (Thermo & Markers) LF 4,828 o �k07, 60 22 Striping Detail #2713 (Thermo) LF 241 , Gj 5 2, , I 23 Striping Detail #38 (Thermo & Markers) LF 255 3 S cE 2S_ 24 Striping Detail #38A (Thermo) LF 582 , 7_0 25 Type I Arrow (Thermo) EA 2 i, 26 Type IV (L/R) Arrow (Thermo) EA 2 — 27 Keycut A2 LF 39,054 , -Z" 28 Keycut B2 LF 739 0oil 10,E TOTAL BASE BID TOTAL AMOUNT IN FIGURES: Pl Lq el , Lta 4-w V `�v *NOTE: In case f error in extension of price into the total price column, the unit price will gcYvern. kov-k-.\ cA_v\A- S The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. DocuSign Envelope ID: 9602614F-9DO6-4BFC-AO62-82DB2CDOD68B BID SCHEDULE Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B C1N BIDDER: ®r 7 ITEM NO. BID ITEMS UNIT TOTAL QTY UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 i 00.` ir coo. — 2 Traffic Control LS 1 009;- ,-r DOQ .s 3 Storm Water Pollution Control Program LS 1 1 let, 001 R 4 ARHM GG-D PG 64-16 TN 9,953 i 2 2lLt c6 5 AC D2 PG 64-10 TN 3,393 It , ® 3-3-G (-2 . 6 Remove & Replace 4" AC SF 86,033 7 Install Blue RPM's @ Fire Hydrant EA 27 8 Lower Manhole Covers EA 121 35'0.— 4 367 9 Lower Gas Valve Covers EA 1 10 Lower Water Valve Covers EA 68 D, OO,s 11 Lower Utility Covers EA 3 3v�0.� 0 o'- 12 Adjust Manhole Covers EA 1 121 5'00, 60 600. — 13 Adjust Gas Valve Covers EA 1 0 p(. s f 0o, -- 14 AdjustWater Valve Covers EA 68 $'d, ^ 3 D. — 15 Adjust Utility Covers EA 3 't5 "— /36-a- 16 Remove and Install Permanent Traffic Loops EA 4Q,! 17 Install Temporary Video Detection System EA 1 S� 0, r S.{10, — 18 12" White Crosswalk/Limit Line (Thermo) LF 304 2 p p 19 "STOP" Legend (Thermo) EA 9 i 2,S, _ I I Z 20 Striping Detail #22 (Thermo) LF 149 1,70 "-Z 53..30 21 Striping Detail #38 (Thermo) LF 117 013 S e5-7, q 22 Arrow Type IV (L/R) (Thermo) EA 1 4 q2, , ` 23 "AHEAD" Legend (Thermo) EA 24 24 "HUMP" Legend (Thermo) EA 24 1 zIc— 09Z. 25 Keycut A2 LF 40,426 f , 0 5 0 5-3 2 26 Keycut B2 LF 640 1 f so I Z q W- 27 Speed Hump (Traffic Calming System) EL__L 12 qq '5,— 2=3 1 iz-,9 TOTAL J LTERNATE 1 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 1 BID TOTAL AMOUNT IN WORDS:4)-ic,\AA , AA,%�zL, *NOTE: In case of error in extension of price into the total price coldmn, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. DocuSign Envelope ID: 8289A2C5-89C7-4316-A90A-DEA035EEBD95 BID SCHEDULE Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B C1S BIDDER: ®ra �-En/- , ITEM NO.1 BID ITEMS UNIT QUANTTOTA TIES UNIT PRICE *TOTAL COST Mobilization, Bonds & Insurance LS 1 7,,pd , 2 Traffic Control LS 1 DDt7. ' 60 DU. s 3 Storm Water Pollution Control Program LS 1 - 0 ego.' 151?y 0.' 4 ARHM GG-D PG 64-16 TN 9,328 2.— 1,31 0 5 AC D2 PG 64-10 TN 3,179 cj 1 2-12 6 Remove & Replace 4" AC SF 14,225 7 Blue RPM @ Hydrant EA 38 3 ®�, — 8 Lower Manhole Covers EA 109 -3 50, 9 Lower Gas Valve Covers EA 3 10 Lower Water Valve Covers EA 8 S0. ' 00, s 11 Adjust Manhole Covers EA 81- 12 Adjust Gas Valve Covers EA 31 190, — p 13 AdjustWater Valve Covers EA 3 Q s J15-, ' 14 12" White Crosswalk/Limit Line (Thermo) LF 342 2,k ,f10 15 "STOP" Legend (Thermo) EA 21 Z , — 16 Yellow Continental Crosswalk (Thermo) SF 537 0 17 Striping Detail #21 (Thermo) LF 261 18 Striping Detail #22 (Thermo) LF 1,685 ,S 19 Striping Detail #23 (Thermo) LF 1,651 1,7,o ] I).,Z19 20 "SLOW" Legend (Thermo) EA 180 �$ 2 21 "SCHOOL" Legend (Thermo) EA 4 22 "XING" Legend (Thermo) EA 4 23 "25" Legend (Thermo) EA 2 24 "AHEAD" Legend (Thermo) EA 1 (� — • 25 Keycut A2 LF 48,424 , 30 , Z(� 26 Keycut B2 LF 841 L , — I 3 TOTAL IIALTERNATE 2 BID TOTAL AMOUNT IN FIGURES: 42, 1 a t 1 K k --i- _ 0 c, II IIALTERNATE 2 BID TOTAL AMOUNT IN WORDS: 4-0.)0..1--oo.A -11,1%NAlr< -1, r,rI .. -II *NOTE: In case of error in extension of price into the total price column, the unit price will govern. -f iJ2.N 5 The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. DocuSign Envelope ID: 8289A2C5-89C7-4316-A90A-DEA035EEBD95 BID SCHEDULE Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B V16S BIDDER: Ioa"o En�09ri INEOM BID ITEMS UNIT TOTL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 001' boa 2 Traffic Control LS 1 nn, 3 Storm Water Pollution Control Program LS 1 '1 4 ARHM GG-D PG 64-16 TN 10,108 2 . ! 2 6 . 5 AC D2 PG 64-10 TN 3,446 6 Remove & Replace 4" AC SF 13,995 6 (, 7 Blue RPM @ Hydrant EA 45 — 8 Lower Manhole Covers EA 134 9 Lower Gas Valve Covers EA 2 1 0 , 10 Lower Water Valve Covers EA 142 p, — 11 Lower Utility Covers EA 12 3S©. 12 Adjust Manhole Covers EA 1 134 S©0. Onp.- 13 Adjust Gas Valve Covers EA 2 0 r 14 Adjus Water Valve Covers EA 142 .50. 15 Adjust Utility Covers EA 12 16 Remove and Install Permanent Traffic Loops EA 16 17 Install Temporary Video Detection System EA 3 00, — , 18 12" White Crosswalk/Limit Line (Thermo) LF 343 cJ , FO 19 "STOP" Legend (Thermo) EA 7 Z S: 2-is-1 — 20 White Continental Crosswalk (Thermo) EA 4 Q, f 21 Striping Detail #22 (Thermo & Markers) LF 7,954 22 Striping Detail #27B (Thermo) LF 1,395 A ys' J 325. Z,F 23 Striping Detail #27C (Thermo) LF 75 , h 24 Striping Detail #37C (Markers) LF 1,203 ', J S 25 Striping Detail #38 (Thermo & Markers) LF 109 S 26 Striping Detail #38A (Thermo) LF 560 L 1-0 b 2_ 27 Arrow Type IV (L/R) (Thermo) EA 14 4z. — Z 28 Keycut A2 LF 60,887 0 15 (% 29 1 Keycut B2 LF 901 f q, .T-0 71 S6 1, S TOTAL ALTERNATE 3 BID TOTAL AMOUNT IN FIGURES: Z C)LI p , 20 IIALTERNATE 3 BID TOTAL AMOUNT IN WORDS: A,a„ ,,%KA11)0 V_Lkl ry w�I -t'LLt ro u•sou , P.' v A s y*, �n C-ex�� *NOTE: In case of error in exten ion of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. W J 0 W 2 U 11, 11 L•J le le T O N N 1 T N 1 u II V m Q N N T N m U o �M w J F- 0 r r r O N r cc ti ~ m N O LO M 0 � r M LO t r M r r f� r t) N 00 �ry r V H Z fn J V1 J w LL LL Z Z Z Q W Q W Q w Q W Q W Q W Q W Q W Q W Q W Q W LL J LL J LL J c a LL a) (, N c� c U) Q °o E o m m C� U s U_ C LL U u� U a)O E O E U O 'N' to C c LL o _ 'N I— o au) v C_ H_ FW— > o <V <V 2 > LL o 0 > j C O EC v) O O co ��> V o O U a >` > oU Oi a) aO _>E N p UNc U(N6 O m ° E dm >j � a> m N > > m om ai c •m c o m 0 c C7 C7 0 C7 � ° m cyo = cca cNa ;� o Ea) cco p N U _U � m a co 0- a N d N C7 2 Q-p — g - � - � - � - � u C� � � in � in o O � — "= �j N U 3 Ft (� U U U Q Q _ Q �p = N J N J N J N J 7 Q 7 Q O Q 7 Q E o m C N r � O } WD � Z r N C) Cp � pp Q) O r r r N r M r ItN r r r r r r N N 0 119 4�1 `) © N N N f` LO (C N (0 N N 00 N OM O 0 N c0 LO Ce) d N d .— J J J J -I J J W W W W (n (n W (n J .0 U (0 N W N Y @ O R. Q Q E C6 a) 0 o E o E 0 E Q 7 U a) `m t FF-- F- E E fL" ° cn (n ~ N M m Q) O O I t a) H O U U Qa oUy`a3_.i o_ > Z z z" ❑ ❑ ❑ ❑ J a)?U X UU❑ c m m m EL m C 'EL m- C D- 0 J ❑ za >1 ->C C E C Ca)U�Uw Cl) i U)i in U) F> O C U. CO N It N LIB N (O N P� (V 00 N 0) N O co c- co N M CO co V co LO cM (O Cl) 1- Cl) 00 M J O O a) C ,E -10 C C 7 a) a) W a) N "O a)U w a) •— m C U � i- c zaa)) U CD:� Q�� E 0 0 o0 v; 0 a) N con U p `= O y S7. CL E •C � m a) a) a) Q C W a) a) o� EpZc o p 0 � m N U a) .A? ° QO (Y6 _ O in 2_ C U Q) 0 O U CO � a) m U L O o Q 0 a) 0 a) O C Q = O (� O c O)U C 0 .0 M a) "� v m a) (v C E 7 L a) 0 Y _ U) 0 O U a)C CL o a) 7 O C N Q U a) U a) O m o U 0 U Q =-Ez-a a) m W w FW- m Q .� m O a) a) Z 'E � ' F a) D DocuSign Envelope ID: 9602614F-9DO6-4BFC-AO62-82DB2CDOD68B BID SCHEDULE 2021-22 Annual Overlay Project M01440B Bid No. ENG-21-22-MO1440B Project No. M01440B -City of Santa Clarita, California BIDDER: )Ory �,G - ID SU MARY TOTAL PRICE $ IN FIGURES BASE BID TOTAL PRICE �ov�� ��^^�w5f'`�► h,.,/�,L, 'V�-�r �1n:�/^ IN WORDS FIGUR $ L1 �� 63 J SE ION ADD ALTERNATE 1 -t-Wv TOTAL PRICE IN WORDS1/�lw 1l 5 J TOTAL PRICE /1 1 { !{ CJ `1 1 f IN FIGURES { 1 ADD ALTERNATE 2 Vim' iMAI LL�0i't, vv'o-t k" TOTAL PRICE IN WORDS A- V-0,L50.✓-%j1 k, ' 1J1.,�� �W S f,J_�J � VpVac2.f/1r1 ' TOTAL PRICE rl `O� L IN FIGURES ADD ALTERNATE 3 TOTAL PRICE M� �, c, �f �A IN WORDS 1 p C'J��\/ -✓4, J zW-v d1lWWW`S W TOTAL PRICE IN FIGURES s L ^ ADD ALTERNATE 4 TOTAL PRICE �bULA Vkl&6 ` ee�1 ��� °� je IN WORDS Yr V A Avg O cwcur TOTAL PRICE IN FIGURES Q` CO / I Lp • 2 Q PF� ro TOTAL OF BASE BID AND ALL ADD ALTERNATES TOTAL PRICE 61. V� WI \( 15 �C�. IN WORDS V\ V\,{ ✓ve -v� v1A s"a' � A-V%, y' ` i M *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 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. YN DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: TORO ENTERPRISES, INC. Business Address: 2101 E VENTURA BLVD, OXNARD, CA 93036 Telephone No.: 805-483-4515 State CONTRACTOR's License No. & Class: 710580, A, C-31 DIR No.: 1000002410 Original Date: 11/03/2014 Expiration Date: 06/30/2022 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: SEAN CASTILLO, PRESIDENT 2101 E VENTURA BLVD, OXNARD, CA 93036 805-483-4515 DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 TRENT ROYLE, VP OPERATIONS 2101 E VENTURA BLVD, OXNARD, CA 93036 805-483-4515 JERRY HANNIGAN, SECRETARY 2101 E VENTURA BLVD, OXNARD, CA 93036 805-483-4515 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture areas follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and submits of all aforementioned principals this q dadl BIDDER: Iposal with the names, title, hands, and seals 20ZZ. Signature SEAN CASTILLO, PRESIDENT Name and Title of Signatory TORO ENTERPRISES, INC. Legal Name of Bidder 2101 E VENTURA BLVD, OXNARD, CA 93036 Address 805-483-4515 Telephone Number 77-0396663 Federal Tax I.D. No. This document must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 :�lc�acf.<=cce,�rcrc�:cS,cr1ccc—�r,�-r.,�-r.M,c-rcrc=rc=ac�c�.c�.�rc,ec=tsc=rc=csc=rc,cscr �,�`.�cs�rcic,€r.�r<-r,�-c,�cc=ccr�rcr�'�('yy's A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California, County of Ventura, On FEBRUARY 9TH, 2022 before me, Tyson Rising, Notary Public Date Here Insert Name and Title of the Officer personally appeared Sean Castillo Name() of Signer(s) 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/s�/tl�y executed the same in his/hdr/tl &r authorized capacity(ios), and that by his/hAr/toir signature(A) on the instrument the person(, or the entity upon behalf of which the person() acted, executed the instrument. TYSON RISING COMM. #2388737 z 0 Notary Public • California o z Ventura County Comm. Expires Dec. 31, 2025 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature Place Notary Seal Above -------------------------------------------------------- OPTIONAL --------------------------------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: BIDDERS INFORMATION & CERTIFICIATION - CITY OF SANTA CLARITA - ANNUAL Date: Number of Pages: _1 _ Signer (s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name Sean Castillo ia Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer's Name: ❑ Corporate Officer — Title(s): 02/09/2022 ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee []Guardian or Conservator ❑ Other: Signer Is Representing: Toro Enterprises, Inc. Signer Is Representing: ©2014 National Notary Association • www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 BIDDER'S QUESTIONNAIRE Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B City of Santa Clarita, California 1. Submitted by: SEAN CASTILLO, PRESIDENT Telephone: 805-483-4515 Principal Office Address: 2101 E VENTURA BLVD, OXNARD, CA 93036 2. Type of Firm: �2( C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 12/22/1994 State of Incorporation: CALIFORNIA President's Name: SEAN CASTILLO Vice -President's Name: TRENT ROYLE Secretary or Clerk's Name: JERRY HANNIGAN Treasurer's Name: N/A 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: N/A Name of all partners holding more than a 10% interest: N/A N/A N/A Designate which are General or Managing Partners. N/A DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 4. 5 BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B City of Santa Clarita, California Name of person holding CONTRACTOR'S license: SEAN CASTILLO License number: 710580 Class: A, C-31 Expiration Date: 08/31/2023 D.I.R. Registration # 1000002410 CONTRACTOR'S Representative: SEAN CASTILLO Title: PRESIDENT Alternate: JERRY HANNIGAN Title: SECRETARY 6. List the major construction projects your organization has in progress as of this date: A. Owner: COMMUNITY PARK 2ND ENTERANCE Project Location: VENTURA, CA Type of Project: WORK INCLUDES AC PAVEMENT, PARKING LOT LIGHTS, CURB, GUTTER, SIDEWALK AND ACCESS B. Owner: CITY OF REDONDO BEACH Project Location: REDONDO BEACH, CA Type of Project: SEWER PUMP STATION PROJECT C. Owner: CITY OF SANTA BARBARA Project Location: SANTA BARBARA, CA Type of Project: CONVEYANCE MAIN PROJECT GENERAL ENGINEERING CONTRACTORS Certificate of Corporate Authority I hereby certify that Toro Enterprises, Inc. is a duly organized and existing California corporation, which has the power to take the action called for by the following resolution. I further certify that Sean Castillo is President, Jerry Hannigan is Secretary and Trent Royle is Vice President of Operations and all have the authority individually to execute bid bonds, bid submittals, contract documents and change orders on behalf of the In corporation as stated in the minutes of the Board of Directors' Meeting of Toro Enterprises, Inc. held July 15, 2016. In witness whereof, I have affixed by hand and seal of said corporation this 15"' day of July 2016. Jerry Hannigan Secretary JH/rc Equal Opportunity Employer PO BOX 6285, OXNARD, CA 93031 PHONE: (805) 483-4515 FAX: (805) 483-3635 DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B 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. TORO ENTERPRISES, INC. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 DESIGNATION OF SUBCONTRACTORS Bid # ENG-21-22-MO1440B 21-22 Annual Overlay Project M01440B City Project No. M01440B 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. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor ` CrV5, fo-A Mecfricw) :�j44� DIffR Registration No.* Dollar Value of Work Location and Place of Business Sq�-y Tit 5 r"d. �u Bid Schedule Item No's: d l 26 Z All 4 16 14�r�(. bescription of Wor v ivo s % -r. -Y lei C&0 GC(//ns Li ens No. 9� Exp. Date: / / �1630 30 o,0-Z / Phone ` 102 Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor T IR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / 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.S of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.S of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) ofthe California Labor Code. DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 REFERENCES Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. CITY OF OXNARD, 300 W THIRD ST, OXNARD, CA 93030 Name and Address of Owner / Agency ALEXANDER NGUYEN 805-385-7430 Name and Telephone Number of Person Familiar with Project $2,652,665 RESURFACING PROJECT 09/2019 Contract Amount Type of Work Date Completed 2. City of Glendale, 633 E Broadway Ste, 205, Glendale, CA 91206 Name and Address of Owner / Agency SAUMIL MODY 818-937-8255 Name and Telephone Number of Person Familiar with Project $2,433,077 Contract Amount REHABILITATION 03/2020 Type of Work Date Completed 3 CITY OF SANTA CLARITA, 23920 VALENCIA BLVD, SANTA CLARITA, CA 91355 Name and Address of Owner / Agency RAMIRO FUENTES 661-286-4134 Name and Telephone Number of Person Familiar with Project $3,347,941 CITYWIDE PAVEMENT RESURFACING 12/2019 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder Intends to procure Insurance bondS:LOCKTON INSUARANCE BROKERS, 777 SOUTH FIGUEROA STREET#5200, LOS ANGELES, CA 90017, (213) 655-9727 TRAVELERS CASUALTY AND SURETY COMPANY, 21688 GATEWAY CENTER DR, DIAMOND BAR, CA 91765; (909) 612-3654 DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. N/A Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. N/A The Contractor further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department/agency. NOTE: Providing false information may result in crirpfnal prosecution or administrative sanctions. The above certification is part of the Prop sal. ning this Proposal on the signature portion thereof shall also constitute signature of this Certifi ion. Bidder: Signature Title SEAN CASTILLO, PRESIDENT DocuSign Envelope ID: 6D17D942-68D8-40DE-AECA-F612B80CD237 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B City of Santa Clarita, Californi As required by California Public Contract Code section 2204, Proposer certifies that the option checked below relating to Proposer's status in regard to the Iran Contracting Act of 2010 (Public Contract Code sections 2200 et seq.) is true and correct: 52( Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the la s of the State of California. 11 Contractor �. TORO ENTERPRISES, INC. Firm Signed Q th0ZZ SEAN CASTILLO, PRESIDENT Date I I Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B City of Santa Clarita, California This bidder TORO ENTERPRISES, INC. , proposed subcontractor , hereby certifies that it has X has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X, has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports t1lot are/der the applicable filing requirements. Company: By: TORO ENTERPRISES Title: SEAN CASTILLO, PRESIDENT Date: © V 1&ezz, 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: 6D17D942-B8D8-40DE-AECA-F612B80CD237 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B City of Santa Clarita, California This bidder %oRC Etproposed subcontractorZ�"/WNereby certifies that it has X has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X , has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Crosstown Electrical & D t I C. By: Dave Heermance Title: President Date: 2/14/22 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: 8289A2C5-89C7-4316-A90A-DEA035EEBD95 ddendum ddendum No. 1 January 31, 2022 A Addendum No. 1 BID # ENG-21-22-MO1440B City Project No. M01440B 21-22 Annual Overlay Project M01440B 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. UPDATED PLAN SHEETS AND BID SCHEDULES Please see the attached updated plan sheets and bid schedules for the Base Bid, Alt 1, Alt 2, and Alt 3. A robed• ,/1 ocu}%ignetl by: 1 0... Damon Letz City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 6ar,; D� 3l Z02z Contractor'-s Re'resentative Date 50<1-(V C.4,S f , I l 01 Pwik4 Company Name BID # ENG-21-22-MO1440B DocuSign Envelope ID: 9602614F-9DO6-4BFC-AO62-82DB2CDOD68B OF SNNTA 04 4 U� R b r CFO I6 UECE4 e Addendum No. 2 BID # ENG-21-22-MO1440B City Project No. M01440B 21-22 Annual Overlay Project M01440B Addendum No. 2 February 7, 2022 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. UPDATED AWARD LANGUAGE FOR BID SCHEDULES 1. This project will be awarded based on base bid plus all alternates. UPDATED BID SCHEDULES 1. Please see the attached updated bid schedules for Alt 1 (C1N). 2. Please see the attached Bid Schedule Summary sheet. III. UPDATED SPECIAL PROVISIONS 1. The entire Special Provisions section is being revised to provide section numbering. 2. Language has been added to sections G2-7.2 and G2-8.2.3.1. 3. The following section has been added: G2-14 SPEED HUMP (TRAFFIC CALMING SYSTEM). IV. UPDATED PLAN SHEETS 1. Please see the attached updated plan sheets for area C1N including speed humps to be removed and reinstalled. 2. Please see the attached updated plan sheet for Newhall Avenue including drive approach to be installed. BID # ENG-21-22-MO1440B DocuSign Envelope ID: 9602614F-9D06-4BFC-A062-82DB2CDOD68B CtDctr x%dby: /� amon e z City Engineer END OF ADDENDUM Addendum No. 2 February 7, 2022 This addendum must b ck wledged via BidNet and should be included with the response. OZ D � Z�ILZ Contractor's Re�resenta a Date Sec�.r G ws -i i 1(�� reb 00efirP1k's Company Name BID # ENG-21-22-M01440B Docu ign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 PROPOSAL GUARANTEE BID BOND Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that TORO ENTERPRISES, INC. , as BIDDER, and Travelers Casualty and Surety Company of America as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of ` dollars ($ ** ), 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. *Ten Percent of the Total Amount of Bid **10% of the Total Amount of 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,find seals, this 7th CONTRACTOR: Day of Februa Name and Title of Signatory TORO ENTERPRISES, INC. Legal Name of Bidder 2101 E. Ventura Blvd., Oxnard, CA 93036 Bidder Address 805-483-4515 Telephone Number Travelers Casualty and Surety SURETY*: Na Jennifer Ochs, Attofney 818-409-4240, rjtorres@travelers.com Phone Number and Email Signature 7 �_ - 0316663 Federal Tax I.D. No. of America 655 N. Central Ave., Suite 1100, Glendale, CA 91203 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone 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 ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California, County of Ventura, On_FEBRUARY9TH, 2022 before me, _ Tyson Rising, Notary Public_ Date Here Insert Name and Title of the Officer personally appeared Sean Castillo Name(N) of Signer(K) who proved to me on the basis of satisfactory evidence to be the person(yj whose name) is/am subscribed to the within instrument and acknowledged to me that he/sD(wDC12))t executed the same in his/bW/X*k authorized capacity(iX)O, and that by hislWt/i(Wx signature(X) on the instrument the person(X), or the entity upon behalf of which the person(() 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. TYSON RISING _ 1 COMM. #2388737 z my ~� Notary Public - California � Z Ventura County Comm. Expires Dec. 31, 2025 Signature Place Notary Seal Above ---------------------------------------------------- OPTIONAL --------------------------------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document TitleorType of Document: BID BOND -CITY OF SANTACLARITA-ANNUALOVERLAYPROJECT Date: 02i07i2022 Number of Pages: _1 _ Signer (s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name _Sean Castillo Signer's Name: e Corporate Officer — Title(s): President ❑ Corporate Officer — Title(s):� ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee []Guardian or Conservator ❑ Other: Signer Is Representing: Toro Enterprises, Inc. _ Signer Is Representing: ©2014National Notary Association •www.NationaiNotary. org • 1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA• • r • • C:�'�e�ere�e!.�e�•�er•�v,^.�.•�r•�e�w.id{^�er rs�ere�..:.e e�.�e�•�•�.�.r•�.�•�t�.re!:�L�.�e�,v. ;'e�e�e�.!a.�e. A notary public or other officer completing this certificate verifies only the. identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califomia ) County of LOS ANGELES ) On -EQ before me, Date RHONDA LARSON, NOTARY PUBLIC Here Insert Name and Title of the Officer personally appeared JENNIFER OCHS Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose name) is/W subscribed to the within instrument and acknowledged to me that Mshe/t)(* executed the same in XiXher/)tXXauthorized capacity , and that by)Wher/XAXsignatureN on the instrument the person, or the entity upon behalf of which the person)o 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—�� —' RHONDA LARSON WITNIS n a ffic I seal. Notary Public • California Los Angeles County Commission 2329998y Comm. Expires Jun 27, 2024Signa OR^ ure of Notary Public RHONDA LARSON, NOTARY PUBLIC Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: L'.C✓.LVL'�4�.'.✓<C4�/.�.4�✓.4�.4�✓.4�✓.: •✓6�✓.4�.4`:.4�'L4�: `✓4�:4`:<V 4��'�.«:4�±:4�✓.LV4�.��4`'✓.<ti.4`✓LV<�✓.4�✓. Lc�. \�LV4�✓.L�Lv4�:v6�.4�'.:�✓: Travelers Casualty and Surety Company of America A01k Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jennifer Ochs of LOS ANGELES , California , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. o4we Y AA,,,leCONN. VA > O State of Connecticut City of Hartford ss. 74-JIF By: -�d4�e Robert L. Rane enior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. . P N*- ..w IN WITNESS WHEREOF, I hereunto set my hand and official seal. NOTARY My Commission expires the 30th day of June, 2021 PU4RIC : Anna P. Nowik, Notary Public •NYEC This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 7th day of FEBRUARY , 2022 y��ya swgr ���.TY .epos � A H 5 CONN. ?. 'm CONN. Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please calf us at 1-800-421-3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which this Power ofAttorney is attached. DocuSign Envelope ID: 6D17D942-B8D8-40DE-AECA-F612B80CD237 NON -COLLUSION AFFIDAVIT Bid #ENG-21-22-M01440B 21-22 Annual Overlay Project M01440B City Project No. M01440B City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) SEAN CASTILLO, PRESIDENT being first duly sworn deposes and says that he/she is the PRESIDENT (sole owner, a partner, president, etc.) of TORO ENTERPRISES, INC. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, orga "nation, bid depository, or to any member or CITY thereof, or to any other individual, except to such perso " or persons as have a partnership or otherfinancial interest with said BIDDER in his general busines/ ;', Bidder: Signature Title SEAN CASTILLO, PRESIDENT This document must be notarized prior to submittal. CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 ifSee Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) -------- ------------------------ * _51✓�-ce k e----------------- ------- -- Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of VENT URA TYSON RISING 4 COMM. #2388737 z W Notary Public - California p z ,r- Ventura County „o.• My Comm. Expires Dec, 31, 2025 Subscribed and sworn to (or affirmed) before me on this 9TH day of FEBRUARY, 2022 , by Date Month Year (1) SEAN CASTILLO (and Name(,V of Signer(j? proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature 11 t of Notary Public Seal Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: NON -COLLUSION AFFIDAVIT, CITY OF SANTA CLARITA Document Date: ov01i2022 Number of Pages: Signer(s) Other Than Named Above: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5910 DocuSign Envelope ID: 90EC5502-CB15-4A94-BDSD-CO8A949986DC gx1(p.-h. Acr-O '4Lrt0Z'. !t DESIGNATION OF SUBCONTRACTORS Bid # ENG-21-22-MO144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prlme contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DI R Registration No.* Dollar Value of Work Cal - 64-r- peg / o a 47470 a v / 9 B✓ 3v 9 Location and Place of Business Schedule I m No's Acr-49:�'�- Descr'pti n of Work of.Z 8 /3�piri� eP. SfrtpiS f?�n+,7 Art-3• 7- lt¢ 3 -a AIf.S.7-/Z License No. Exp. Date: / / Phone ( J 6'�53�7 / vl �Z4 q, —g&4 —7170 Subcontractor PavW"►vf- ill Aab e • DIR Registration No.* / 0000 G q 8- ✓3 Dollar Value of Work Location and Place of Business CD 5-1,11Z A41-SA , C� Bid Schedule Item No's: Z cpaf—h v-r% ) r Si � Description of Work M6 ofa 9,, �.� Z vdfm' 5 TiVt sN ZOvDrhz -� 5 ja7to Exp. Date: / / Phone ( J o 37 4 331 Zvz3 7 (A) Z3g - /4 4- ctoi 2^�- PW7'1& " S' (e DIR Registration No.* Dollar Value of Work * tT-1 Location a d Place of Business Bid Schedule Item No's: Description of Wor License No. Date: / / 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 loran 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 17201 of the California Labor Code. DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-008A949986DC DESIGNATION OF SUBCONTRACTORS Bid # ENG-21-22-MO144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS 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,ODD (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor &b&17Ze1 DIR Registration No.* 1000%5) Dollar Value of Work Zlro, /Z 5" Location and Place of Business J�AerrV Schell le Ite s: - , ,�'rA, Description of Work Lit4ensg Flo¢+ ` 5 ¢ !`f' 77 Exp. Date° / / it 3r�/z�zz Phone ( I (71�) S'{ Sl�� Subcontractor DIR Registration No.* --JDollar Value of Work 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 Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / 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: 90EC5502-CB15-4A94-BD8D-008A949986DC EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M01445S 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS City of Santa Clarita, California This bidder Pavement Coatings Co., proposed subcontractor , hereby certifies that it has X has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Pavem oatin s Co. By: Title: 1a s Vice President 22 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: 90EC5502-CB15-4A94-BD8D-008A949986DC IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #ENG-21-22-M0144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS City of Santa Clarita, California As required by California Public Contract Code section 2204, Proposer certifies that the option checked below relating to Proposer's status in regard to the Iran Contracting Act of 2010 (Public Contract Code sections 2200 et seq.) is true and correct: Ex Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of California. Contractor Pavement Coatings Co. Firm 2/912022 Date �es Wu- Vice Pre: itle Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-Co8A949986DC NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-21-22-MO1445S 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS 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: 90EC5502-CB15-4A94-BDBD-CO8A949986DC NON -COLLUSION AFFIDAVIT Bid #ENG-21-22-M0144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA J J§ COUNTY OF LOS ANGELES J James Wu being first duly sworn deposes and says that he/she is the Vice President (sole owner, a partner, president, etc.) of Pavement Coatin s Co. 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, laid 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: Title This document must be notarized prior to submittal. 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 Riverside On 2/9/2022 before me, Corbin Tyler Pierce, Notary Public Date Here Insert Name and Title of the Officer personally appeared James Wu Name(b) of Signer(h) who proved to me on the basis of satisfactory evidence to be the person(z) whose name(9) is/dre subscribed to the within instrument and acknowledged to me that he/she/tKey executed the same in his/h4r/their authorized capacity(i6s), and that by his/h6r/th6ir signature(i) on the instrument the person(!;), or the entity upon behalf of which the person(+,) 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. *My CORBiN NLER PIERCE WITNESS my hand and official seal. Notary Public - CaliforniaRiverside County Commission # 23424L2025J Signature Comm. Expires Jan 1 Signature of Notary Pub is Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Non -Collusion Number of Pages: Document Date: 2/9/2022 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): Partner -- Limited I . General Individual Attorney in Fact Trustee . Guardian or Conservator I : Other: Signer Is Representing: Signer's dame: Corporate Officer — Title(s): Partner -- . Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #.5907 DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-008A949986DC NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-21-22-M0144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (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. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. 2. 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. 3. 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. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, foss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-008A949986DC maintained by CONTRACTOR in this Agreements ha I I not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-008A949986DC the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance forthe entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liability andZor Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-008A949986DC and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design-Buildl Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-008A949986DC Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Risk Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Si Printed Name 2/9/2022 DoCuSign Envelope ID: 90EC5502-CB15-4A94-1313813-008A949986DC PROPOSAL FORM Bid #ENG-21-22-MO144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. MO144SS 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 AMQUNTOF ANY QUANTITY SHOWN ANDTO DELETE ANY ITEM FROM THE CONTRACT. It is agreed thatthe 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: Pavement Coatings Co. Company Address: 10240 San Sevaine Jurupa Valley, CA 91752 Phone: 714-826-3011 Email: Jwu@pavementrecycling.com By: Title: Signature: Date: James Wu Print !Name DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-008A949986DC REFERENCES Bid #ENG-21-22-M01445S 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS City of Santo Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. City of Irvine-1 Civic Center Plaza Irvine, CA 92623-9575 Name and Address of Owner / Agency Anthony Caraveo- 949-724-6000 Name and Telephone Number of Person Familiar with Project 6,957,756 Slurry Seal 10/8/2020 Contract Amount Type of Work Date Completed 2. County of San Diego - 5560 Overland Ave. Suite 270 San Diego, CA 92123-1204 Name and Address of Owner / Agency Sam Tradous - 858-505-6367 Name and Telephone Number of Person Familiar with Project 3,736,432 Slurry Seal and Chip Seal 1/21/2020 Contract Amount Type of Work Date Completed 3. County of Riverside- 4080 Lemon St., 8th Floor Riverside, CA 92501 Name and Address of Owner / Agency Hector Davilla - 951-955-6740 Name and Telephone Number of Person Familiar with Project 2,022,613 Slurry Seal, Micro -Surfacing, Chip Seal 6/30/2019 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure Insurance bonds: Adamson and McGoldrick- 1150 E. Orangethorpe Ave. Placentia, CA 92870/ 714-257-9833 The Ohio Casualty Insurance Co.- 790 The City Drive South, Suite 200, Orange, CA 92868 / 714-634-3311 Addendum No. 1 February 10, 2022 Addendum No. 1 BID # ENG-21-22-MO144SS City Project No. M0144SS 21-22 Annual Slurry Seal Project M0144SS 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. UPDATED AWARD LANGUAGE FOR BID SCHEDULES 1. This project will be awarded based on base bid plus all alternates. II. ADDITIONAL BID SUMMARY 1. Please see the attached updated bid schedules for the Base Bid, Alt 2 — C27, Alt 3 — N9, and Alt 4 — N 11. 2. Please see the attached Bid Schedule Summary to be included with the bid response. III. UPDATED SPECIAL PROVISIONS 1. Please see the updated Section G — Special Provisions. IV. UPDATED PLANS 1. Please see the updated plan sheets. Approved: 2/10/2022 Damon Letz City Engineer BID # ENG-21-22-MO144SS O� SNNTA 0 a } This addendym-ust be Paverrneht Coatings Co. omo6i v Name BID # ENG-21-22-MO144SS Addendum No. 1 February 10, 2022 END OF ADDENDUM via BidNet and should be included with the response. ive James Wu- Vice President 2/14/2022 Date THIS PAGE LEFT BLANK SPECIAL PROVISIONS - TECHNICAL (Standard Specification for Public Works Construction) SECTION F1 - GENERAL CONSTRUCTION INFORMATION F1-1 LOCATION AND SCOPE OF WORK The work to be performed consists of the CONTRACTOR furnishing all materials, equipment, tools, labor, and incidentals necessary for the construction of the proposed project, complete in place in accordance with the contract drawings and specifications and subject to the terms and conditions of the Agreement. The work to be performed includes, but is not limited to furnishing all materials, equipment, tools, labor, and incidentals as required by the plans, specifications, and contract documents for the reconstruction or repair of city streets at various locations throughout the City of Santa Clarita. See project plans and details for more detailed description of the location of the various sites. The work includes: Saw -cutting; excavation, removal and disposal of the AC roadway section; cold milling and disposal of AC pavement; replacement and compaction of subsurface material; setup and maintenance of traffic control system; placement of AC pavement material; crack sealing, placement of fiberized slurry seal and micro -surfacing materials; placement of double seal coat; replacement of traffic striping and markings; and clean up of the project area. CONTRACTOR shall provide safe and adequate pedestrian access at all times. Vehicular movement at and around all construction sites shall be provided and maintained at all times. Approved barriers and signs (traffic flagging personnel, if necessary), shall be furnished and utilized by the CONTRACTOR to ensure safety and public access to businesses at all times. 1171-2 NOTIFICATIONS The CONTRACTOR shall notify the AGENCY not less than (2) working days prior to start of work. The CONTRACTOR shall also call Underground Service Alert at (800) 227-2600 as required. The General Contractor is in charge of notifications including any and all subcontractor's work. If the closing or opening (either partial or full) of a street or alley within the City of Santa Clarita is approved by the Engineer, the CONTRACTOR shall notify the following City Departments at least twenty-four (24) hours prior to the schedule closing or opening. City of Santa Clarita Public Works Inspection (661) 255-4948 Los Angeles County Sanitation Department (818) 458-5100 Los Angeles County Sheriff Department (Santa Clarita) (661) 255-1121 Los Angeles County Fire Department (Santa Clarita) (661) 286-8821 U.S. Post Office, Santa Clarita (661) 254-3270 City of Santa Clarita Transit Division (Grace Ferguson) (661) 255-6308 IF The Contractor must notify the City's Landscape Maintenance Districts (LMD) for valve shutoff 72 hours in advance, otherwise Contractor shall pay for emergency shut off. Valves to be shut off in phases approved by LMD. F1-3 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the CONTRACTOR and SUBCONTRACTORS shall be filed with the City and the County Sheriff's Department on the day of the pre -construction meeting. F14 UTILITY COMPANY INFORMATION For utilities of AT&T, please contact Bryan Montgomery at 661-267-7525 for coordination For utilities of Charter Communications, please contact Tim Monson (Construction Coordinator) at 661-810-6016 for coordination. For utilities of Sanitation Districts of Los Angeles County, please contact Superintendent of Maintenance at 661-257-4809 a minimum of three (3) working days prior to the start of any work involving Sanitation Districts of Los Angeles County's facilities for coordination. Additional requirements from the Sanitation Districts can be obtained from the City. For utilities of Santa Clarita Water Divisions (SCWD), please contact Josh Gilliam at 661-259- 3610 x235 a minimum of five (5) working days prior to the start of any work involving SCWD's facilities for coordination. SCWD's inspector to be on site during work. Valve slip cans and lids as needed can be picked up from SCWD's Warehouse. Materials provided by the contractor, if necessary, must be approved by SCWD before any adjustments and/or removals of existing SCWD property(s) are made. For utilities of Southern California Gas Company (So Cal), please contact David Ferguson at 661- 524-1128 for coordination. So Cal's inspector to be on site during work. For utilities of So Cal Edison (SCE), SCE will adjust their own facilities once paving is complete. Please contact Evan Bryan at 805-575-6319 for coordination. F1-5 PROTECTION OF OAK TREES Oak trees greater than one inch (1") in diameter are protected by City ordinances. CONTRACTOR shall protect all oak trees within the project limits. An orange construction fence shall be placed 5 feet from the drip line of all oak trees within the project area for the duration of the project. CONTRACTOR shall maintain the fence so that no work is permitted within 5 feet of the drip line of any oak tree. Any damage to protected oak trees during the construction period is the responsibility of the CONTRACTOR and may result in fines to the CONTRACTOR. If no bid item is included in the bid schedule, Protection of Oak Trees shall be included in the various items of work and no additional compensation will be allow therefore. F2 F1-6 RECYCLING PLAN Within 7 days of award of Contract, the CONTRACTOR shall submit a Construction and Demolition Materials Management Plan (C&DMMP) in accordance with Chapter 15,46, Construction and Demolition Materials Management, of the City of Santa Clarita Municipal Code. This plan shall outline the quantity of inert material (including dirt, rock, brick, sand, and gravel) and construction material that may be recycled or reused and the possible recycling methods. The C&DMMP must be approved by the Environmental Services Division prior to construction. A sample C&DMMP is provided in Exhibit A. When preparing the C&DMMP, the CONTRACTOR must name the hauler or haulers that the CONTRACTOR plans on using for the project. The CONTRACTOR must use a hauler that currently has a franchise agreement with the City of Santa Clarita (see Exhibit A for a list of franchised haulers). CONTRACTORS are urged to contact the Environmental Services Division at (661) 286-4098 if there are any questions prior to the submission of the C&DMMP. If the CONTRACTOR selects to self -haul, the CONTRACTOR must name the facility where the material is going to be hauled on the C&DMMP. In accordance with Chapter 15.46, Construction and Demolition Materials Management of the City of Santa Clarita Municipal Code, at least fifty percent (50%) of all Construction and Demolition Materials and Inert Wastes from construction, demolition, grading, and renovation projects shall be diverted from landfills. At least 50% of the construction and demolition materials on this project must be recycled. All weight tickets and estimates of materials shall be given to the city's project inspector. All surplus material shall become the property of the CONTRACTOR and shall be disposed of at the CONTRACTOR'S expense. All materials removed from the work area to be disposed off site unless otherwise specified. CONTRACTOR shall dispose of all debris in full compliance with all government regulations having jurisdiction. All vegetation, trash, demolished structures and pavement materials shall be removed in clearing and site maintenance operations and shall become the property of the CONTRACTOR and shall be disposed of outside the site of the work and at the expense of the CONTRACTOR. The CONTRACTOR shall keep the project site clean and free from rubbish and debris at all times, as well as any adjacent areas, which are affected by the construction operations. F1-7 ORDER OF THE WORK CONTRACTOR is responsible for coordinating with the City's CIP Project Manager, Ramiro, at (661) 857-7211. All tree root removals and PCC repairs on a particular street must be constructed and accepted by the Agency prior to the construction of the street overlay. CONTRACTOR is responsible for coordinating with the contractors who are awarded City Project No. M0144 — Annual Overlay Projects. At no time shall a milled pavement surface be opened to traffic. Milled pavement surfaces shall be paved back with the asphalt concrete base or leveling course immediately after milling and base repairs (digouts) have been completed. F3 F1-8 PROSECUTION OF WORK Once started, the contractor shall continuously work on the project until completion. Other than for inclement weather, work shall not be discontinued unless notification is provided to the City at least 72 hours in advance. Such notification of work suspension shall include the exact date when work will be suspended and the date when work will resume. Failure to notify the City of work suspension will subject the contractor to a $9001per working day inspection charge for each day work is suspended without the required notification. No work suspension due to material and/or equipment issues will be allowed. All work suspension not approved by the City's Project Manager will subject the contractor to a $5,000/per working day charge. At any time during construction, the slurry seal application may only be treated at one location. Contractor shall finish the slurry seal treatment completely in one work area before moving to the next work area. A Project Manager with qualifications for the scope of work will need to be on site during the duration of construction. Contractor cannot assign a field personnel to be the Project Manager with no experience. The General Contractor's Representative, the non -working foreman, shall be on site, and on call, at all times and in coordination with subcontractors. The Project Manager, and all working foreman and non -working foreman shall attend the mandatory kick-off meeting. The contractor is responsible for having a qualified representative for each subcontractor attend all meetings. Failure to follow the above requirements will result in, but not limited to, a liquidated damage of $1,000 per day per incident unless otherwise specified. Failure to have a prime contractor on site for subcontractor's work will result in a liquidated damage of $1,000 per day per subcontractor per work area. The City can at any time request a more experienced or qualified foreman and/or operator when work performance is not being met for a certain skill. All liquidated damages occurring on arterials will be increased to $5,000. F1-9 STORM WATER POLLUTION PREVENTION — BMP PLAN The Contractor shall prepare and submit in accordance with Section 7-8.6 of the Standard Specifications a BMP Plan in conformance with the requirements of the Waste Discharge Requirements for Municipal Separate Storm Sewer System (MS4) Discharges within the Coastal Watersheds of Los Angeles County, except those Discharges Originating from the City of Long Beach MS4 (Order No. R4-2012-0175, NPDFS No. CAS004001), including section V1.0 .8.i.v., Table 16 (below), are the minimum required BMPs for roadway paving or repair. These 12 BMPs shall be implemented, as applicable, for the proposed activities. No. Table 16 BMP Description CASQA BMP No. F4 Restrict paving and repaving activity to exclude periods of rainfall EC-1, Scheduling or predicted rainfall unless required by emergency conditions. NS-3, Paving & Grinding Operations 2. Install gravel bags and filter fabric or other equivalent inlet SE-10, Drain Inlet Protection protection at all susceptible storm drain inlets and at manholes to prevent spills of paving products and tack coat. SE-6, Gravel -bag Berms NS-3, Paving & Grinding Operations 3. Prevent the discharge of release agents including soybean oil, NS-3, Paving & Grinding Operations other oils, or diesel to the storm water drainage system or receiving waters. WM-2, Material Use WM-4, Spill Prevention & Control 4. Minimize non storm water runoff from water use for the roller and NS-1, Water Conservation for evaporative cooling of the asphalt. NS-3, Paving & Grinding Operations 5. Clean equipment over absorbent pads, drip pans, plastic sheeting NS-3, Paving & Grinding Operations or other material to capture all spillage and dispose of properly. NS-8, Vehicle & Equipment Cleaning WM-4, Spill Prevention & Control 6. Collect liquid waste in a container, with a secure lid, for transport NS-3, Paving & Grinding Operations to a maintenance facility to be reused, recycled or disposed of properly. WM-6, Hazardous Waste Management 7. Collect solid waste by vacuuming or sweeping and securing in an NS-3, Paving & Grinding Operations appropriate container for transport to a maintenance facility to be reused, recycled or disposed of properly. SE-7, Street Sweeping & Vacuuming 8. Cover the "cold -mix" asphalt (i.e., pre -mixed aggregate and NS-3, Paving & Grinding Operations asphalt binder) with protective sheeting during a rainstorm. WM-3, Stockpile Management 9. Cover loads with tarp before haul -off to a storage site, and do not NS-3, Paving & Grinding Operations overload trucks. WE-1, Wind Erosion Control 10. Minimize airborne dust by using water spray or other approved NS-3, Paving & Grinding Operations dust suppressant during grinding. WE-1, Wind Erosion Control 11. Avoid stockpiling soil, sand, sediment, asphalt material and NS-3, Paving & Grinding Operations asphalt grindings materials or rubble in or near storm water drainage system or receiving waters. WMA, Material Delivery & Storage WM-3, Stockpile Management 12. Protect stockpiles with a cover or sediment barriers during a rain. NS-3, Paving & Grinding Operations F5 WM-3, Stockpile Management The BMP Plan is to be implemented prior to the start of work. See Section 7-8.6 Water Pollution Control/Storm Water Pollution Prevention in Section E-Special Provisions for additional information. Temporary AC is subject to raveling. When temporary AC is being used, a street sweeper shall be scheduled to remove all debris caused by the raveling. The sweeper shall operate continuously until the raveling has stopped or the temporary AC has been removed. All flow lines shall be left unimpeded and no material, including AC cold mix, waste AC, road base, or soil, shall be placed in the flow line. Disturbance to non -stabilized surfaces at staging and storage areas shall be minimized. These areas will only be large enough to run an efficient and safe operation. They shall be surrounded with temporary construction fence if no fence or barrier is present. Should sand be used on fresh AC surfaces, the excess sand shall be removed by either sweeper, broom, or vacuum. Washing sand away is not permitted. Upon completion of the project ALL disturbed -soil areas, including the construction staging area, shall be stabilized with materials providing soil stabilization for a minimum of one year. These materials shall be approved by the ENGINEER. Stabilization items are required to be implemented prior to the project acceptance by the City's Project Manager. No BMPs may contain plastic. Failure to comply with any required environmental standards will subject the Contractor to liquidated damages in the amount of $1,000 per day per deficiency. The LUMP SUM price paid for "STORM WATER POLLUTION CONTROL PROGRAM" shall include but not be limited to all costs associated with installation, maintaining, removal of BMPs and record keeping and reporting as required by the latest regulations. Payment will be made as follows: a. Fifty percent (50%) of the total amount bid for Implement BMP Plan and Maintain BMPs will be paid with the first progress payment after at least five percent (5%) of the original Contract Amount for other items of work has been performed. b. When at least ten percent (10%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Implement BMP Plan and Maintain BMPs paid to seventy-five percent (75%) of the total amount bid for Implement BMP Plan and Maintain BMPs. c. When at least twenty percent (20%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Implement BMP Plan and Maintain BMPs paid to ninety percent (90%) of the total amount bid for Implement BMP Plan and Maintain BMPs. F6 d. Upon substantial completion, one -hundred percent (100%) of the remaining contract price paid for Implement BMP Plan and Maintain BMPs will be included in the estimate for payment. e. The City's Project Manager will retain an amount equal to 25 percent of the estimated value of the contract work performed during estimate periods in which the CONTRACTOR fails to conform to the provisions in this section "Water Pollution Control" as determined by the City's Environmental Specialist. The City's Environmental Specialist shall inspect the work areas weekly, or as required, and the deficient item list will be issued if correction(s) is/are needed. Corrections shall be made within 3 working days. Once the deficient item is corrected and approved by the City's Environmental Specialist, the withheld money will be released to the Contractor. SECTION F2 - CONSTRUCTION MATERIALS AND METHODS F2-1 MOBILIZATION, BONDS & INSURANCE The LUMP SUM price paid for "MOBILIZATION, BONDS & INSURANCE" shall include all costs associated with insurance, bonds, required permits and fees, shop drawings, moving onto the job (mobilization), moving off the job (demobilization), preparation of project schedule, project phasing, supervision, coordination of concurrent work with other CONTRACTORS, meetings, and "as -built" plans required to perform the Work indicated in the plans and specifications. The price for mobilization shall not exceed 3% of the total bid items exclusive of the cost for Mobilization. Payment will be made as follows: a. Fifty percent (50%) of the total amount bid for Mobilization will be paid with the first progress payment after at least five percent (5%) of the original Contract Amount for other items of work has been performed. b. When at least ten percent (10%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Mobilization paid to seventy-five percent (75%) of the total amount bid for Mobilization. c. When at least twenty percent (20%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Mobilization paid to ninety percent (90%) of the total amount bid for Mobilization. d. Upon substantial completion, one -hundred percent (100%) of the remaining contract price paid for Mobilization will be included in the estimate for payment. F7 F2-2 TRAFFIC CONTROL F2-2.1 SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment, transportation and incidentals necessary to maintain and control all pedestrian and vehicular traffic through the construction site. In addition, this work shall include all work as outlined in Section 7-10 of these Contract Documents. All such work shall conform to the applicable provisions of the Standard Specifications and these Special Provisions. The criteria for controlling traffic movements in the work areas are contained in the latest Work Area Traffic Control Handbook, published under the authority of the Watch Committee of Public Works Standards, Inc. The manual prescribes MINIMUM standards for the application of uniform traffic control devices such as traffic cones, barricades, regulatory signs, warning signs and guide signs. The CONTRACTOR shall have at the worksite a copy of The California Manual on Uniform Traffic Control Devices CA MUTCD latest Edition and shall comply with its provisions. At no time shall any roadway that is to be repaired as part of this project be closed to traffic, pedestrian or vehicular, unless approved by the City. If the closing or opening (either partial or full) of a street within the City of Santa Clarita is approved by the Engineer, the CONTRACTOR shall notify the City Public Works Inspector assigned to the project and local authorities at least 24 hours prior to the schedule closing or opening. The CONTRACTOR shall provide and maintain traffic control devices at all times in accordance with the Standard Specifications, these project Special Provisions, and as directed by the City Engineer. At no time is any business or residence to be without access unless otherwise approved. Traffic striping shall be replaced in between treatments and upon the finished surface at the original location before being opened to traffic, unless shown otherwise on the improvement plan. Pavement arrows, messages, and limit lines shall be installed per City standards. Temporary traffic markers shall be spaced at a maximum of 24' apart. All traffic signs shall be reflectorized and shall conform to the City of Santa Clarita's specifications. Installation shall conform to Caltrans standard plans and CA MUTCD. F2-2.2 TRAFFIC CONTROL PLAN Two Weeks prior to starting any construction work, the CONTRACTOR shall submit to the Engineer for his review, a detailed traffic maintenance and control plan for the various affected project sites or streets. The traffic control plans shall be in accordance to Section E 7-10.1.1, Engineering Traffic Control Plan, of this project manual. No work may commence in any area until the Traffic Control Plan has been approved by the City Traffic Engineer. Failure to provide the City with the required traffic maintenance and control plans at the specified time will subject the Contractor to liquidated damages in the amount of $1,000 per day the submittal of the traffic maintenance and controls plans is delayed. F8 Soft closures shall be avoided at all costs; however, if a soft closure is required, and approved by the City, the Contractor shall submit a revised TCP for approval. Road detours shall be the sole responsibility of the Contractor for all work including those of the subcontractors. Crew assigned for traffic control may only be on traffic control duty and cannot perform other types of work. For work on arterials, contractor shall provide a Y' party company for traffic control support at no additional cost if the City's Project Manager deems the requirements are not being met. F2-2.3 CONSTRUCTION SIGNING Construction signing shall consist of furnishing, installing, maintaining, and removing construction signs, temporary guide markers, and barricades. Construction signing shall meet the requirements set forth in The CA Manual on Uniform Traffic Control Devices (MUTCD), latest Edition, and these Special Provisions. Flagmen will be required to direct traffic during construction. In addition, after bituminous materials are applied, pilot cars may be required, as directed by the Engineer, to control traffic to a speed below 20 mph to ensure traffic safety. F2-2.4 TRAFFIC MAINTENANCE The CONTRACTOR shall be responsible for handling vehicular and pedestrian traffic in accordance with Subsection 7-10 of the Standard Specifications and these Special Provisions. Vehicular traffic must be maintained at all times to all businesses and residences, except as noted below. CONTRACTOR shall provide a knowledgeable, full time, on site, individual, whose sole task is controlling AC delivery truck traffic. This person shall ensure that trucks do not enter the work area until the proper time of loading and off load is required by the paving and grinding crew. Further, this person will report the presence of any tracked material from the work area to the Owners Representative and the Project Manager for immediate clean up by the CONTRACTOR. For towing vehicles parked at no parking zones, contact the City's Parking Enforcement Supervisor, Justin Hillemann at 661-255-4351 F9 The CONTRACTOR shall coordinate working hours with City Project Manager. Working lane widths shall be approved by the City. This location shall be done at night and an engineered traffic control detour plan shall be submitted by the Contractor and approved by the City prior to beginning any work. Night work hours shall be from 8:00 PM to 4:30 AM. CONTRACTOR shall only grind and place temporary striping that can be completed and open to traffic by 4:30 AM. No exposed milled surfaces Valley Center Drive from can be open to traffic at any time. Contractor to Soledad Canyon Road to provide staging area proposed location for Golden Valley Road equipment for City's approval. Deviations will only be allowed as approved by the City. Provide flagmen continuously at affected intersections as well as beginning and end of restricted traffic control area. All flagmen and foreman shall be in radio contact with each other to coordinate work and provide a safe work zone. The CONTRACTOR shall notify NOAs, businesses, hospitals, and senior facilities 72 hours prior to any lane closures. At least 8 CMS will be required during lane closures. Special Instructions for Night Work Contractor shall not be responsible for inspection costs for non-standard time/day work as approved by the Engineer. Days of night work shall be Monday through Friday. No work will occur between 4:30 AM Saturday morning and 8:30 PM Monday evening, with the exception of grinding and jackhammering operations without prior approval from the Project Manager. Extended hours for grinding work may be allowed if approved by the City Traffic Engineer. Night time grind and jackhammer hours are from 7:00 PM to 11:00 PM. Equipment shall have two backup alerts, one for day work and one for night work, and must meet all local, state, and federal safety regulations. Special Instructions for School Zones CONTRACTOR shall complete work with school zones prior to the start of the school year. This includes any work within 1,000 feet of a school, roadways leading directly to a school, or street having a school. CONTRACTOR shall notify school district and coordinate work as to maximize safety and minimize inconvenience. This includes any work within 1,000 feet of a school, roadways leading directly to a school, or street having a school. If at all possible, such work shall be scheduled after school is released for summer session. Work in school zones shall be prohibited from 7:00 a.m. to 9:00 a.m. and from 2:00 p.m. to 4:00 p.m. on weekdays when school is in session. Work is also prohibited in school zones during the first week of school. F10 The CONTRACTOR shall coordinate with the following School Districts at least forty-eight (48) hours prior to the schedule closing or opening of streets. Hart District (661) 259-0033 Newhall School District (661) 291-4000 Saugus Union School District (661) 294-5300 Sulphur Springs Union School District (661) 252-5133 Special Instructions for Traffic Loop Detectors Prior to beginning the work, CONTRACTOR shall disarm loop detectors and set signals to automatic timing mode. This work shall be coordinated through City Personnel. Actual work may be performed by City or other agency personnel. CONTRACTOR shall be responsible for disarming traffic loop detectors and setting signals to automatic timing for those signals whether performed by City of other agency personnel, or by CONTRACTOR'S personnel. Special Instructions for Bus Route The CONTRACTOR shall notify Santa Clarita Transit at least forty-eight (48) hours prior to the schedule closing or opening of streets. The City will subject the Contractor to liquidated damages in the amount of $1,200 per day for each missed notification. Special Instructions for Staging and Haul Route All haul routes and staging areas for the work shall be submitted to the City for approval. The CONTRACTOR shall be responsible for developing specific detailed traffic control plans for these circumstances as required in Section F2-2.2 above. The CONTRACTOR shall notify the Engineer of his intention to begin work at least three (3) working days before starting any work at each street location. The CONTRACTOR shall cooperate with the Engineer relative to handling traffic through the areas and shall make his own arrangements relative to keeping the working area clear of parked vehicles and to clear access to driveways. Contact the City's Parking Enforcement for towing vehicles. At intersections, if a cross street needs to be temporarily closed when work is in progress through the intersection, and the anticipated traffic delay is more than five minutes, a detour sign shall be installed on the cross street and shall include the installation of advance signing displaying the anticipated delay time. The signing shall be reviewed by the Engineer. CONTRACTOR'S equipment and personal vehicles of the CONTRACTOR'S employees shall not be parked on the traveled way nor on any street where traffic is restricted at any time. If construction equipment is parked in the parking lanes overnight, barricades and other suitable warning devices shall be required. F2-2.5 PORTABLE DELINEATORS Portable delineators shall be either cones or tubular markers. F11 Delineators to be used at night or in low light conditions shall be reflectorized. The minimum height of either cones or tubular markers shall be 37 inches above the road surface. All portable delineators shall comply with the current version of the Caltrans Traffic Manual. The portable delineators shall be spaced as necessary for proper delineation; however, in no case shall the spacing between portable delineators exceed 50 feet on tangents or 25 feet on curves. F2-2.6 CHANGEABLE MESSAGE SIGNS (CMS) Contractor shall, for the duration of the contract, supply 6 CMS to be placed at locations at the direction of the Engineer. The locations of the CMS shall be shown on the Traffic Control Plan. CMS shall be installed a minimum of 7 days prior to beginning of any work as part of this contract. Contractor to provide 2 extra, on standby, CMS for use during schedule changes. Messages on the CMS shall be corrected for any error as soon as noted and must be done prior to the end of the day the error was noted. F2-2.7 RESTRICTIONS ON CLOSURE OF TRAFFIC LANES The streets shall be open for use by public traffic on Saturday, Sunday, and any day designated by the City as a legal holiday, after 3 p.m. on Friday, after 3 p.m. on the day preceding a designated legal holiday, and when construction operations are not actively in progress on working days. During daily construction operations, there may be certain a.m. and p.m. peak traffic hours that may require the CONTRACTOR to alter and/or modify his construction schedule to complete the work so as to have the least impact the public convenience if determined by the engineer. The General Contractor shall ensure that no one drives into road closures. F2-2.8 PAYMENT The payment for "TRAFFIC CONTROL" will be made on a LUMP SUM basis. The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work involved in maintaining and controlling traffic, complete in place, including changeable message signs, as specified in the Standard Specifications and these Special Provisions. Payment will be made as follows: a. Fifty percent (50%) of the total amount bid for Maintaining and Controlling Traffic will be paid with the first progress payment after at least five percent (5%) of the original Contract Amount for other items of work has been performed. b. When at least ten percent (10%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Maintaining and Controlling Traffic paid to seventy-five percent (75%) of the total amount bid for Maintaining and Controlling Traffic. F12 c. When at least twenty percent (20%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Maintaining and Controlling Traffic paid to ninety percent (90%) of the total amount bid for Maintaining and Controlling Traffic. d. Upon substantial completion, one -hundred percent (100%) of the remaining contract price paid for Maintaining and Controlling Traffic will be included in the estimate for payment. F2-3 ROADWAY PREPARATION F2-3.1 SCOPE Roadway Preparation shall conform to Section 300-1 of the Standard Specifications, and as modified by the following Special Provisions and the plans. The work under this section consists of preparing the roadway prior to the resurfacing or reconstruction. Such work shall include controlling nuisance water, sweeping, watering, removal of all raised pavement markers, removing thermoplastic pavement markers, removing rubber speed bumps and storing them at a safe location agreeable to the City until replacement, and removing loose and broken asphalt concrete pavement and foreign material, including existing weed growth as specified in these Special Provisions and as required by the Engineer. The Storm Water Pollution Control Program is to be implemented prior to the start of work. Any roadway area that contains existing weed growth shall be treated with an E.P.A. approved herbicide composed of glyphosate and oryzaline, combined and applied according to label directions. Contractor shall pothole for shallow utilities that may be in conflict with work. Contractor shall submit results to the City at least 2 weeks prior to start of any excavation work to provide sufficient time to resolve any issue that may be encountered. F2-3.2 MEASUREMENT AND PAYMENT Payment for Roadway Preparation shall be included in the prices bid for other items of work and no additional compensation will be allowed therefore unless noted on Plans and bid proposal as part of this contract. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. F2-4 CRACK SEAL F2-4.1 GENERAL This work shall consist of mechanically routing cracks, cleaning, applying sterilent, and filling the cracks with rubber asphalt joint seal as specified in these special provisions, and as directed by the Engineer. All cracks 118 of an inch wide or wider shall be sealed. F13 F2-4.2 MATERIALS The crack sealant shall be a mixture of paving asphalt and ground rubber and shall conform to ASTM D 5078, Type II. The crack seal product shall conform to the following requirements: Test Cone Penetration 77°F(250C)(ASTM D5329) Resilience (ASTM D5329) Softening Point (ASTM D36) Ductility 77'F(25'C)(ASTM D5113) Flexibility (ASTM D3111 Modified) Flow 140°F(60°C)(ASTM D5329) Brookfield Viscosity 400°F(204°C)(ASTM D2669) Asphalt Compatibility (ASTM D5329) Bitumen Content (ASTM D4) Tensile Adhesion (ASTM D5329) Safe Heating Temperature Recommended Pour Temperature F2-4.3 CONSTRUCTION Specification Limit 35-55 40% min. 200°F(93°C) min. 30 cm min. Pass at 20'F(-7°C) 3 mm max. 100 Poise max. Pass 60% min. 500% min. 400°F(204°C) 380°F(193°C) During all construction operations, the CONTRACTOR shall protect cracks cleaned for sealing from intrusions of solid foreign materials into the groove or into the sealant. Immediately prior to applying the sealant, the cracks shall be mechanically routed and then cleaned with high pressure air jets to remove all residue and foreign material. Cracks wider than 114 inch do not need to be routed prior to crack filling. Any weed growth shall be physically removed. Any areas indicating weed growth shall be treated with a soil sterilent. Water jets will not be allowed. Crack surfaces shall be surface dry at the time the sealant is applied. The CONTRACTOR shall submit a product information sheet on the sterilent to be used. Crack seal materials shall be placed in conformance with the manufacturer's recommendations. Crack seal materials shall not be placed when the surface temperature is below 50 degrees Fahrenheit. The finished crack seal shall be bonded to the crack such that there is no separation or opening between the sealant and the crack edge and there shall be no cracks, separation or other opening in the sealant. The CONTRACTOR shall remove crack seal material that is not placed within the conformance of these provisions, clean cracks as specified herein and then reseal the cracks at his expense. F2-4.4 MEASUREMENT AND PAYMENT The measurement and payment for crack filling shall be included in the contract unit price for Fiberized Slurry Seal. F14 F2-5 DIGOUTS OR REMOVE & REPLACE F2-5.1 GENERAL The work of Digouts or Remove & Replace consists of removing the existing asphalt concrete and base if necessary to the specified depth by cold planing. F2-5.2 MATERIALS Asphalt concrete for Digouts or Remove & Replace shall be C2 and conform to Section F2-7. Asphalt concrete binder shall be PG 64-10 unless specified on the plans or approved by the engineer. F2-5.3 CONSTRUCTION The Engineer shall mark the locations of each digout. The asphalt concrete shall be removed to a uniform depth as specified. The edges of the removal area shall be sawcut or vertical grind. Any removed material shall be removed from the site. After completion of the full -width milling operations, the asphalt concrete within the marked digoutlbase repair areas shall be removed to a uniform depth as specified. The edges of the removal area shall be saw cut or vertical grind. Any removed material shall be removed from the site. Materials, within 3 inches, underneath the specified removal depth that are displaced during the milling operations shall be replaced and compacted with asphalt concrete as specified in Subsection 302-5 of the Standard Specifications and these Special Provisions. If base rock is exposed, the surface shall be compacted and proof -rolled in the presence of the Engineer or designated representative. The pavement area shall be cleaned and tack coated in accordance with Section F2-6. Asphalt concrete shall be placed and compacted as specified in Subsection 302-5 of the Standard Specifications. On areas where the underlying material appears to be wet or soft, or where it deflects under wheel loads, the CONTRACTOR shall employ excavation and grading techniques which do not worsen the subgrade condition. Prior to placing asphalt concrete, the area shall be proof -rolled with a loaded construction vehicle, preferably a ten cubic yard dump truck or equivalent. The compacted surface shall not visibly yield or deflect. Soft, yielding, unstable, or unsuitable areas shall be removed and replaced with base rock or asphalt concrete. If the areas were caused or significantly worsened by the CONTRACTOR's operations, these areas shall be replaced at the CONTRACTOR's expense. In the event that the underlying material is soft, yielding, unstable, or unsuitable, it shall be excavated to the depth of 0.5 feet below the depth required above and disposed of in accordance with these Special Provisions. The limits of removal shall be designated by the Engineer. The resulting space shall be filled with a single lift of asphalt concrete. Unsuitable material is defined as material the Engineer determines to be: 1. Of such unstable nature as to be incapable of being compacted to specified density using ordinary methods at optimum moisture content, or F15 2. Too wet to be properly compacted and circumstances prevent in -place drying prior to incorporation into the work, or 3. Otherwise unsuitable for the planned use. Remove only what can be replaced during the same work period. For digout or remove & replace areas, temporary striping must be placed back prior to opening to traffic. The Contractor shall provide full time quality control during paving operations as outlined in the Caltrans 2010 Standard Specifications (Unrevised) for the Standard construction process. F2-5.4 MEASUREMENT AND PAYMENT Payment for'A" REMOVE AND REPLACE", complete in place, will be made at the contract unit price bid per SQUARE FOOT for the respective items. Such payment shall be considered full compensation for furnishing all labor, material, asphalt concrete, tack coat, temporary striping, tools, and equipment necessary to complete the work including the removal and proper disposal of the excavated material and replacement of displaced materials underneath, in accordance with the Standard Specifications and these Special Provisions. Sawcut shall be incidental to the work. Section 3-2.2.2 "Increases of More Than 25 Percent" and Section 3-2.2.3 "Decreases of More Than 25 Percent" shall not apply to the bid items related to removing and replacing pavement or digouts. Measurement and Payment for "OVER -EXCAVATION (REVOCABLE ITEM)" shall be on a unit cost basis as indicated in the bid schedule. The unit costs shall include full compensation for removal of unsuitable subgrade and placement and compaction of six (6") inches of asphalt concrete (AC). Payment for this item shall only be made on an allowance basis and only for the work completed. The Contract shall have no claim to that portion of the allowance which is not necessary for the project. F2-6 ASPHALT TACK COAT F2-6.1 SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment and incidentals necessary to furnish and apply, complete in place tack coat in conjunction the asphalt concrete overlay and other asphalt paving work. All such work shall conform to the applicable provisions of the Standard Specifications, and these Special Provisions. F2-6.2 MATERIALS The tack coat shall be High Performance Seal (No —Track). A certificate of compliance shall be submitted prior to construction. F16 F2-6.3 CONSTRUCTION The tack coat shall not be applied until the preparation of the existing surface has been completed, and then only so far in advance of placing the asphalt concrete overlay as permitted by the Engineer 1 Inspector. No tack coat shall be left exposed overnight. Immediately in advance of placing the asphalt concrete overlay additional tack coat shall be applied, as directed by the Engineer to areas where the tack coat has been destroyed or otherwise rendered ineffective, and no additional compensation will be allowed for such work. Tack coat shall be applied to all vertical edges after every lift of asphalt. Vertical edges shall be tack coated by hand wand or manually by brush. The tack coat application shall not extend above the level of the finished surface by more than 1 inch. Gutter pans and curb faces not to be tack coated shall be protected by shields or other methods. An overspray beyond the 1 inch shall be removed by means approved by the Engineer. Existing concrete curb faces and driveways shall be protected against disfigurement from the asphalt. Residue of the material shall be removed from curb faces and driveways by sandblasting to the extent required by the Engineer. The tack coat shall be applied as specified in Subsection 302-5.4 of the Standard Specifications and these Special Provisions. Tack coat shall not be applied when the temperature of the surface to be tacked is below 401, Fahrenheit in the shade. The CONTRACTOR shall be responsible for cleaning tack coat tracked onto decorative concrete crosswalks or thermoplastic legends and crossbars within the project limits and along truck haul routes used by the CONTRACTOR or his SUBCONTRACTORS. The haul routes shall be inspected by the City and CONTRACTOR prior to initiating work to photographically establish the existing conditions. Within 10 calendar days of completion of final paving, the City and CONTRACTOR shall reinspect the haul routes to determine the extent and locations of required cleaning. Cleaning shall be performed within 10 calendar days after the City delivers a written copy of the locations of required cleaning. Failure to meet this schedule, whether to reinspect or to perform cleaning, shall subject the CONTRACTOR to a liquidated damage of $500 per calendar day per location. F2-6.4 MEASUREMENT AND PAYMENT No separate payment will be made for work or other features as required and outlined in this Section, "Asphalt Tack Coat." Full compensation for such work and features shall be considered included in the price bid for asphalt concrete pavement bid items (e.g. digouts) and no additional compensation will be allowed therefore. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. F17 F2-7 ASPHALT CONCRETE (AC) F2-7.1 SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment, transportation, and incidentals necessary to construct asphalt concrete. All such work shall conform to the dimensions of the plans, the applicable provisions of the Standard Specifications, and these Special Provisions. F2-7.2 MATERIALS Material used shall be asphalt concrete as specified in Subsection 203-6 of the Standard Specifications. The class of combined aggregate grading shall be Class C2 or D2 as shown on the Typical Sections. The grade of asphalt shall be PG 64-10. The mix properties indicated in Table 203-6.4.3(A) shall be modified as follows: Design and Mix Production Stabil C2 37 min. D2 30 min. Production Air Target Air Voids Voids 4.0% 2.5% - 5.5% 4.0% 2.5% - 5.5% TSR to be minimum 70 in accordance with Caltrans Test Methods 371. The allowable production range for mix voids shall be 2.5% to 5.5%. F2-7.3 CONSTRUCTION The work shall further consist of preparing the existing street surfaces prior to the slurry or micro surfacing. Such work shall include removing raised pavement markers, removing thermoplastic pavement markers, painted legends and crossbars (12" white and yellow), controlling nuisance water, sweeping prior to tack application, watering, and removing loose and broken asphalt concrete pavement and foreign material as specified in the Standard Specifications and these Special Provisions and as required by the Engineer. The minimum ambient temperature to begin paving shall be 55 degrees F. The CONTRACTOR shall use any means necessary to clean the pavement, including sweeping and flushing. F2-7.3.1 Cold Joints Cold joints shall be saw -cut or vertical grind prior to the placement of new material. Pavement shall be removed to clean, straight lines by saw -cutting in straight lines either parallel to the curb or at right angles to the alignment of the sidewalk. All cold joints, both longitudinal and transverse, shall be heated with a torch immediately prior to paving. Care shall be exercised such as to not damage the asphalt concrete by burning or excessive aging, as determined by engineer. Damaged material shall be removed by saw cutting to form a new cold joint followed by torch heating. Cold joints include AC with internal temperature below 170 degrees Fahrenheit. All cold joints shall be tack coated. Failure to meet the cold joint requirements will subject the Contractor to liquidated damages in the amount of $1,000 per joint. F18 F2-7.3.2 Layout The CONTRACTOR shall layout and mark the location of the edges of the paving passes of the surface course to match the new layout of the lane lines. The layout shall be made at least 24 hours prior to paving. The layout shall be approved by the Engineer prior to paving. If the striping is to remain unchanged, the edges of the paving passes shall conform to existing lane edges. In all cases where practical, each lane shall be paved in a single pass. In tapered transition areas, the shoulder areas shall be paved first, then the through lane shall be hotlapped immediately after the shoulder paving. For paving which incorporates new quarterpoints or gradebreaks due to keycuts or other conditions, the CONTRACTOR shall provide equipment capable of adjusting to the new surface profile at the appropriate locations. The profile adjustments shall be within twelve inches of the actual quarterpoint or gradebreak. The CONTRACTOR shall take sufficient measurements during laydown to assure that the full design asphalt concrete layer depth is provided at each quarterpoint, gradebreak, or transition. Failure to provide the design depth at these areas will result in rejection of the work. Correction of this rejected work will include milling out the new asphalt concrete from the road edge to the centerline or nearest inside lane line and repaving. The minimum length of the milled and corrected area shall be fifty feet. F2-7.3.3 Tolerances The finished asphalt concrete surface shall be flush with, to 1/4 inch (0.02 feet) (6 mm) above the gutter lips. The finished pavement surface shall not be lower than the gutter lips. The average pavement thickness shall be equal to the specified thickness for the project. For total pavement thicknesses less than four inches, the minimum allowable thickness will be 114 inch less than that specified. For total pavement thicknesses of four inches or more, the minimum allowable thickness will be 112 inch less than that specified. The provisions of Section 302-5.6.2 shall apply and shall be modified to provide that the straightedge shall be 12 foot in length. F2-7.3.4 Automatic Screed Controls In addition to the requirements in Subsection 39-1.10 of the State of California Department of Transportation Standard Specifications, asphalt concrete shall be placed with spreading equipment equipped with fully automatic screed and grade sensing controls which shall control the longitudinal grade of the screed. Automatic controls shall conform to and be operated in accordance with the provisions herein. Unless approved otherwise, ski -type devices with a minimum length of 30 feet shall be used to provide a reference for the grade sensor. Skis shall be constructed and installed in such a manner that a reference to the average elevation of the existing pavement, along the length of the ski, is maintained at the sensor point. When placing surfacing adjacent to surfacing previously placed in conformance with these provisions, a joint matching shoe of adequate size and type to properly F19 sense the grade of the previously placed mat may be used in lieu of the 30-foot ski. The ski shall be mounted at a location which will provide an accurate reference for the surfacing being placed. This may require the ski to be mounted ahead of and inside the outer limits of the screed. Automatic cross slope control may be accomplished by use of a ski and grade sensor on each side of the paving machine. Automatic screed controls shall be installed in such a manner that the occasional manual adjustments necessary to maintain the attitude of the screed parallel to the underlying pavement are readily accomplished. Automatic screed controls shall be installed so that with little or no delay, use of the automatic controls can be discontinued and the screed controlled by manual methods. Should the automatic screed controls fail to operate properly during any day's work, the CONTRACTOR may manually control the spreading equipment for the remainder of that day provided the quality of the work conforms to the requirements of Sections 39-1.11 and 39-1.12 of the 2010 State of California Department of Transportation Standard Specifications (Unrevised). Should the methods and equipment used for automatic control fail to result in the quality of work required by said Sections 39-1.11 and 39-1.12, the paving operations will be temporarily discontinued and the CONTRACTOR shall make the necessary changes to the equipment, or furnish other equipment conforming to the requirements herein, before paving is resumed. If it is determined by the Engineer that the existing grade and cross slope are too irregular for the automatic controls to provide the quality of work required, the use of the automatic controls shall be discontinued and the spreading equipment adjusted by manual methods. Use of automatic controls shall resume when the Engineer has determined that it is again practical and so orders. F2-7.3.5 Rolling and Compaction In addition to the requirements of Subsection 39-1.11 of the 2010 State of California Department of Transportation Standard Specifications (unrevised), the number of rollers required for each paving operation shall be such that all rolling for density can be completed before the temperature of the asphalt concrete mixture drops below 140 degrees Fahrenheit. Breakdown rolling shall commence when the asphalt concrete is placed except in cases where mix distortion/shoving rather than compaction is taking place under the roller. In those instances, wait for the mix to cool to sufficiently, then breakdown compact. Rolling shall be accomplished with the drive wheel forward and with the advance and return passes in the same line. For leveling courses under 1 inch using a D2 asphalt concrete, breakdown rolling shall consist of three coverages with an 8 to 12 ton pneumatic roller followed by a finishing coverage with a steel wheel roller. The rolling may begin with a single pass of a steel wheel roller until the pneumatic has sufficient opportunity to warm up to avoid tracking and picking up material from the mat. The pneumatic roller tires shall be treated with a non -petroleum based product to prevent pickup. Failure to successfully provide for breakdown rolling with the pneumatic roller after a reasonable warm up time will be cause for termination of paving activities until the CONTRACTOR can provide equipment which will perform without pickup. For all other leveling courses, the intermediate roller shall be a 12-16 ton pneumatic roller. From the second paragraph of Section 302-5.6.2 "Density and Smoothness" to the end shall be deleted and replaced by the following: F 20 Subiots to determine compaction testing shall be based on the following: Each 750 tons, or part thereof, placed in a paving day. If over 750 tons are placed in a single paving day, up to 150 tons over 750 tons can be moved in to the previous 750 ton sublot. The in -place density shall be between 92.0 percent and 97.0 percent of maximum theoretical unit weight. Compaction testing will be determined by cores. Three cores will be sampled per sublot. The average of the three cores will be used to determine compaction for the sublot. Cores will be located by the engineer using random sampling charts in CTM 356. Cores shall be 4 or 6 inches in diameter and must be sampled within 5 calendar days of paving. The contractor will submit cores, properly labeled, to the engineer for testing. The engineer will provide core test results within 3 working days of receiving cores. For the percent of maximum theoretical density, the following table shall apply to deductions for average compaction of a sublot: Reduced Payment Factors for Percent of Maximum Theoretical Density Mix Type B and C2 Percent of Maximum Theoretical Density Reduced Payment Factor Mix Type B and C2 Percent of Maximum Theoretical Density Reduced Payment Factor 92.0 0.0000 97.0 0.0000 91.9 0.0125 97.1 0.0125 91.8 0.0250 97,2 0.0250 91.7 0.0375 97.3 0.0375 91.6 0.0500 97.4 0.0500 91.5 0.0625 97.5 0.0625 91.4 0.0750 97.6 OA750 91.3 0.0875 97.7 0.0875 91.2 0.1000 97.8 0.1000 91.1 0.1125 97.9 0.1125 91.0 0.1250 98.0 0.1250 90.9 0.1375 98.1 0.1375 90.8 0.1500 98.2 0.1500 90.7 0.1625 98.3 0.1625 90.6 0.1750 98.4 0.1750 90.5 0.1875 98.5 0.1875 90.4 0.2000 98.6 0.2000 90.3 0.2125 98.7 0.2125 90.2 0.2250 98.8 0.2250 90.1 0,2375 98.9 0.2375 90.0 0.2500 99.0 0.2500 <90.0 Remove & Replace Remove & Replace The CONTRACTOR shall have hand -compaction equipment immediately available for compacting all areas inaccessible to rollers. Hand -compaction shall be performed concurrently F21 with breakdown rolling. If for any reason hand -compaction falls behind breakdown rolling, further placement of asphalt concrete shall be suspended until hand -compaction is caught up. Hand - compaction includes vibraplates and hand tampers. Hand torches shall be available for rework of areas which have cooled. After compaction, the surface texture of all hand work areas shall match the surface texture of the machine placed mat. Any course or segregated areas shall be corrected immediately upon discovery. Failure to immediately address these areas shall cause suspension of asphalt concrete placement until the areas are satisfactorily addressed, unless otherwise allowed by the Engineer. F2-7.3.6 Sampling The Engineer may sample the asphalt concrete from the truck bed, windrow, hopper for the spreading machine, or the mat at various intervals. The CONTRACTOR shall facilitate the sampling process. F2-7.3.7 Temporary Transitions The CONTRACTOR shall construct temporary pavement transitions at all paving joints greater than 1 inch prior to allowing traffic onto the paved surface. This includes both longitudinal and transverse paving joints for both leveling and surface courses. Temporary pavement transitions shall have a slope of 20:1 or as approved by the engineer and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the temporary pavement transition, a clean notch remains. The temporary transitions may be constructed of either cold mix or hot mix. The CONTRACTOR shall construct temporary pavement transitions at all PCC facility transitions greater than 1 inch around corners from beginning of curb return to end of curb return, at PCC cross gutters, and PCC spandrels. The CONTRACTOR shall continuously maintain the temporary pavement until final paving. Each temporary transition shall be inspected by the CONTRACTOR and repaired as necessary to comply with these provisions at the end of each day including weekends and holidays. Failure to comply with these provisions will result in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct for public safety. F2-7.3.8 Quality Control The Contractor shall provide full time quality control during paving operations as outlined in the Caltrans 2010 Standard Specifications (Unrevised) for the Standard construction process. 1=2-7.4 MEASUREMENT AND PAYMENT The measurement and payment for asphalt concrete, complete in place, will be made at the contract unit price per ton (U.S. standard measure, 2,000 pounds) as shown in the Bid Schedule for the various types of asphalt concrete. Asphalt concrete used in other items of work, including but not limited to digouts, shall be included in the respective bid items. The above contract price and payment shall include full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work involved in F 22 constructing asphalt concrete pavement, tack coat, including leveling course, complete as detailed, and as specified in the Standard Specifications and these Special Provisions. F2-8 FIBERIZED SLURRY SEAL F2-8.1 SCOPE The work consists of constructing a Type II slurry seal. The Type II emulsion -aggregate slurry seal constructed in accordance with Section 203-5 and 302-4 and as modified herein. F2-8.2 MATERIALS The materials for slurry seal immediately prior to mixing shall conform to the following requirements: Aggregate — Black Rock Aggregate shall conform to Type II. Aggregate shall be 100% crushed with no rounded particles, volcanic in origin and black in color, as supplied by George Reed, Table Mountain, Sonora, CA or Equal. Asphalt Emulsion - Polymer modified asphaltic emulsion shall be composed of a bituminous material uniformly emulsified with water and an emulsifying or stabilization agent and shall contain a polymer. The polymer used in the manufacture of polymer modified asphaltic emulsions shall be at the option of the CONTRACTOR, either neoprene, or a copolymer of butadiene and styrene. The polymer used in the polymer modified asphaltic emulsion shall be homogenous and shall be milled into the product at the colloid mill. The polymer modified asphalt emulsion Cationic shall be grade PMCQS1 h and shall conform to the following requirements:Type Grade PMCQS 1 h Properties Min. Max Tests on Emulsion: Viscosity SSF @ 25°C, sec 15 90 AASHTO Designation T-59 Sieve Test, % — 0.30 AASHTO Designation T-539 Storage Stability, 1 day, % — 1 AASHTO Designation T-59 Residue by Evaporation, % 57 California Test 331 Particle Charge AASHTO Designation T-59 Positive ___[ Tests on Residue from Evaporation Test Penetration, 25°C 40 90 AASHTO Designation: T 49 F 23 Ductility, 25°C, mm 400 — AASHTO Designation: T 51 Torsional Recovery, % 18 — California Test 332 or Polymer Content, % 2.5 — California Test 401 Note: When the test for polymer content of polymer modified asphaltic emulsion is used, see sampling requirements in Section 94-1.03, "Sampling" of the Standard Specifications. At the time of delivery of each shipment of asphalt, the vendor supplying the material will deliver to the purchaser certified copies of the test report. The test report shall indicate the name of the vendor, type and grade of asphalt delivered, date and point of delivery, quantity delivered, delivery ticket number, purchase number, and results of the specified tests. The report shall show the results of the tests on individual materials and shall compare their values to those required by these special provisions. The report shall clearly show the proportions of aggregate, fiber, filler (minimum and maximum), water (minimum and maximum), set control additive, and PMCQS-1 h solids content (minimum and maximum) based on the dry weight of aggregate. The test report signed by an authorized representative of the vendor shall certify that the product delivered conforms to the specifications of the type and grade indicated. The certified test reports and the testing required in connection with the reports shall be at no cost to the City. Until the certified test reports and samples of the materials have been checked by the Engineer to determine conformity with the prescribed requirements, the material to which the report related and any work in which it may have been incorporated as an integral component will be only tentatively accepted by the City. Final acceptance will be dependent upon the determination of the City Inspector that the material involved fulfills the prescribed requirements. All Calibration Sheets require a signature from a Third Party Engineer (City will not accept the contractor calibrating their own trucks). The retardant shall be of a type that will prevent slurry mix from setting up prematurely in the spreader box and to ensure the applied slurry mix can support vehicular traffic within 60 minutes after the last application. A retardant, when used, shall be in liquid form when added to the slurry mix in the mixing chamber of the continuous mixer. Any proposed retardant and proportioning system shall be subject to evaluation and approval by the City Inspector at the pre -construction meeting. Sufficient water must be used to obtain a mix consistency that is smooth and homogeneous and does not segregate on standing. F 24 F2-8.2.1 Fiber The fiber used in the fiberized slurry seal shall be RoadChem Fiber 1 or equivalent chemical resistant glass fiber meeting the following specifications. It shall be cut to 318 +l- 118 inch in length prior to adding to the PMCQS-1h emulsion. The fiber shall be added at a rate of 0.05 % - 0.30 % by dry weight of aggregate. The fiber shall meet the following requirements: Alkali and Acid Resistant Glass Fiber Linear Weight of Linear Weight Moisture Tensile Roving (tex) of Strand (tex) o Content (10) Specific Softening Strength Gravity Point (°C) (MPa) ISO 1889 ISO 1889 ISO 3344 2500 min. 82 min. 0.35 max. 2.68 glcm3 860 min. 1700 min. 4800 min. 100 min. F2-8.3 CONSTRUCTION F2-8.3.1 Scheduling The CONTRACTOR shall prepare the roadway and place the Slurry Seal within a 5 working day period. Some of the streets require either leveling courses or digouts. This work shall be accomplished no more than 2 weeks or 10 working days prior to the placement of the slurry seal. Failure to comply with these provisions shall incur a liquidated damage of $250 per calendar day per street segment. Allow at least 48 hours to cure before trash pickup. Slurry Seal must be laid down at least 2 days prior to scheduled trash pickup. The Contractor must coordinate with Waste Management for trash pickups schedule. The CONTRACTOR shall comply with Section F2-2 of this project manual including all traffic control and notice requirements. F2-8.3.2 Slurry Application Each machine shall have a spray bar attached to enable the fogging of the pavement surface with water. The CONTRACTOR shall apply the slurry using a minimum of two continuous mixers, one mixer to be applying slurry, while the other machine is in transit to and from the batch site. The CONTRACTOR shall provide a coordinator, at least one competent quickset mixing man, one driver for the mixer applying the slurry, and one shuttle driver for the machine en route to reload. F 25 The CONTRACTOR shall also provide sufficient laborers for any handwork and cleanup required to ensure proper progress of work. Fiberized slurry seal shall be spread at a rate within the following ranges of pound of dry aggregate per square yard: Filberized Slurry Seal Type Location Spread Rate (lbs. agg.isq.yd.) Type II Full Traffic Width 12-15 Transit mix trucks shall not be used. Prior to placement, all existing utility lids and covers shall be located and referenced so they can be exposed after the slurry seal placement. Prior to applying slurry seal, the surface to be sealed shall be cleaned by the CONTRACTOR, to the approval of the City Inspector, of all loose material, silt, vegetation, and other objectionable material by a method approved by the City Inspector. The surface may be pre -wetted by fogging ahead of the slurry box if required by local conditions. Water used in pre -wetting the surface shall be applied at such a rate that the entire surface is damp with no ponding of water. Slurry seal shall only be placed when both pavement and air temperatures are at least 50OF and rising. Do not place slurry seal if either the pavement or air temperature is below 50°F and falling or during unsuitable weather. The expected high temperature must be at least 65°F within 24 hours after placement. Slurry seal shall not be placed if rain is imminent or if there is the possibility that there will be freezing temperatures within 24 hours. The applied slurry seal shall be rolled with a minimum of three passes with a pneumatic roller prior to opening to traffic. Protection and maintenance of the street surface to the condition required for proper slurry application shall be the sole responsibility of the CONTRACTOR and no additional expense will be allowed. The CONTRACTOR shall, at the direction of the City Inspector repair and reseal all areas of the streets which have not been sealed properly and completely or have been damaged by traffic. The CONTRACTOR shall exercise care to prevent slurry from being deposited on concrete surfaces. The CONTRACTOR shall remove slurry from surfaces not designated to be sealed each day. No additional streets shall be slurry sealed until this clean-up has been performed. The method of slurry removal shall be approved by the City Inspector. All streets to be slurry sealed shall be sealed from edge of pavement to edge of pavement. Spreaders to be used for this operation shall meet the approval of the City Inspector. The sites for stockpiling and hatching materials shall be clean and free from objectionable materials and shall be located outside the road right-of-way. Arrangements for these sites shall be the responsibility of the CONTRACTOR. If on private property, a written agreement shall be approved by the Planning Department prior to commencing operations. F 26 Requests for changes in the schedule must be submitted to the City Inspector for approval at least 48 hours prior to sealing the streets affected. CONTRACTOR shall tie off survey monuments, manholes, water valves, etc. prior to application of the slurry seal. The CONTRACTOR shall take precautions to remove any slurry that may cover these appurtenances. Immediately before commencing the slurry seal operation, all surface metal utility covers {including survey monuments} shall be protected by thoroughly covering the surface with an appropriate adhesive and oiled or plastic paper. No adhesive material shall be permitted to cover, seal or fill the joint between the frame and cover of the structure. Covers are to be uncovered and cleaned of slurry material by the end of the same work day. Raised pavement markers shall be covered or cleaned after the application of the seal coat as approved by the Engineer. Hand tools shall be available to remove spillage. Ridges or bumps in the finished surface will not be permitted. F2-8.3.3 Street Maintenance and Sweeping After completing, setting, and rolling of the slurry seal, any loose material shall be immediately removed by sweeping with a power sweeper and/or vacuum sweeper the day of application. Interim sweeping using a power sweeper and/or vacuum sweeper shall be accomplished as more loose material appears. As a minimum, interim sweeping shall be accomplished on the 3'd, 71h 141 and 2111 day after slurry sealing. A final post construction sweeping of all the slurry seal streets shall be performed 30 days after completion of all of the slurry sealing. The entire street surface, including sidewalks and driveways, shall be swept to the satisfaction of the CITY. No loose material will be allowed in the street, gutters, sidewalks or other areas. Special attention shall be directed to the cul-de-sac areas. If necessary, the CONTRACTOR will employ additional vacuum sweepers to remove the loose materials. In addition, all misapplied slurry on gutter lips shall be removed the same day as the slurry is placed. Failure to provide cleaning or sweeping shall preclude the CONTRACTOR from continuing with further slurry sealing work until this work is performed. The CONTRACTOR shall complete any sweeping or street maintenance within 24 hours of request from the City. Failure to complete sweeping as required or directed by the engineer shall subject the CONTRACTOR to a liquidated damage of $500 per day per street. Sweeper sequence shall be verified and approved by the City's representative. City's representative shall be notified prior to street sweeping and present during operations. Sweeping performed without proper notice and/or presence of City's representative will not be accepted. Street sweeper shall not leave job site until work has been approved by the City's representative. Failure to do so will subject the Contractor to liquidated damages in the amount of $1,000 per occurrence. F 27 F2-8.3.4 Final Cleaning Final cleaning of the Slurry Seal streets shall include removal of any tracked material, misapplied tack coat; or slurry seal; cleaning of all utility covers of any new or old materials; and removal of any miscellaneous debris resulting from construction activities. F2-8.4 MEASUREMENT & PAYMENT "Crack Seal & Slurry Seal (Type II)" will be measured and paid for at the contract unit TON (TN). TN is calculated as an extra long ton of slurry made up of 2,000 pounds of dry aggregate plus asphalt emulsion. The unit price paid per TN includes all costs associated with surface preparation, including crack sealing, striping and marking removal, furnishing and placing materials required for the Type II Emulsion -Aggregate Fiberized Slurry, sweeping, all labor, equipment, tools and incidentals needed to complete the work in place per plans, specifications and details. No payment will be made for quantities of aggregate and/or asphaltic emulsion which exceed 105% of the calculated quantity required to cover the application area shown on the plans in compliance with the approved mix design. F2-9 FIBERIZED MICRO SURFACING Fiberized micro surfacing shall consist of mixing a polymer modified cationic quickset emulsion, glass fibers, aggregate, mineral filler, set -control additives, and water and spreading the mixture on a pavement surface where shown on the plans, in conformance with the provisions in these special provisions, and as directed by the Engineer. The fibers shall be added by means of automatic injection into the micro surfacing pug -mill at a consistent length and application rate which is adjustable to meet the approval of the Engineer. F2-9.1 MATERIAL The material for fiberized micro surfacing shall conform to the following requirements: F2-9.1.1 Fiberized Emulsion The asphalt emulsion for fiberized shall be a micro -surfacing emulsion (MSE), shall be homogenous and shall conform to the provisions of these special provisions. The polymer shall be milled or blended into the asphalt or blended into the emulsifier solution prior to the emulsification process. Polymer solids must be a minimum of 3.0% by weight of the emulsion's residual asphalt. Provide a certificate of compliance certifying the amount of polymer. The MSE emulsion shall conform to the following requirements when tested in conformance with the following test methods: ymer Modified, Cationic Quickset Emulsion ISpecification Designation (Test Method IRequirement [Viscosity SSF @ 770F (25°C) MSHTO T 59 15-90 Seconds F 28 Sieve, max. AASHTO T 59 0.30 Percent Settlement, 5 days, max." ASTM D 244 5 Percent Residue by Evaporation, min. AASHTO T59 62 Percent "Waived if to be used within 48 hours o manufacture. Specification Designation for Residue Specification Designation Test Method Requirement Penetration @ 77°F (250C), 100g, 5s ,0.1mm AASHTO T 51 40-90 Softening Point °F (°C) min. AASHTO T 53 135 (57) orsional Recovery min. California Test 332 20 F2-9.1.2 Fiber The fiber used in the fiberized micro surfacing shall be RoadChem Fiber 1 or equivalent chemical resistant glass fiber meeting the following specifications. It shall be cut to 3/8 +/- 1/8 inch in length prior to adding to the MSE emulsion. The fiber shall be added at a rate of 0.15 % - 0.40 % by dry weight of aggregate for bottom lifts and 0.05 % - 0.30 % by dry weight of aggregate for surface lifts. The fiber shall meet the following requirements: Alkali and Acid Resistant Glass Fiber Linear Weight of Linear Weight Moisture Tensile Roving {tex) of Strand (tex) ° Content (/°) Specific Softening Strength Gravity Point (°C) {MPa) ISO 1889 ISO 1889 ISO 3344 2500 min. 82 min. 0.35 max. 2.68 g/cm3 860 min. 1700 min, 4800 min. 100 min. F2-9.1.3 Water and Additives The water shall be potable and free of harmful soluble salts or reactive chemicals and other contaminants. If necessary for workability, a set -control agent may be used and must be included as part of the mix design and be compatible with the other components of the mix. F 29 F2-9.1.4 Mineral Filler Mineral filler shall be Portland cement or hydrated lime that is free of lumps. The type of mineral filler shall be determined by the Contractor based on laboratory mix designs and will be considered part of the aggregate gradation. F2-9.1.5 Aggregate The mineral aggregate used shall be of the type and grade specified for the particular use of the fiberized micro surfacing. Aggregate shall consist of sound, durable, crushed stone or crushed gravel and approved mineral filler. The material shall be free from vegetable matter and other Test Teat Method Requirements Sand Equivalent (Min.) AASHTO T 176 65 Durability Index (Min.) AASHTO T 210 60 Percentage of Crushed Particles (Min.) STM D 5821 100% Loss Angeles Rattler Loss at 500 Rev. (Max.)' AASHTO T 96 35% Notes: 1. Los Angeles Rattler shall be performed on the parent aggregate before crushing deleterious substances. All aggregate shall be free of caked lumps and oversize particles. Aggregate shall be 100% crushed with no rounded particles, volcanic in origin and black in color, as supplied by George Reed, Table Mountain, Sonora, CA or Equal. The aggregate, prior to the addition of emulsion, shall conform to the requirements of this section. If aggregates are blended each component aggregate shall meet the sand equivalency and abrasion resistance and shall be 100% crushed. The percentage composition by weight of the aggregate (including mineral filler) shall conform to the following grading requirements when tested in conformance with AASHTO T 27 and AASHTO T 11: The aggregate (excluding mineral filler) shall conform to the following quality requirements: Black Rock (Sieve Size jPercentage Passing & F 30 No. 4 94-100 No. 8 65-90 No. 16 40-70 No. 30 25-50 No. 200 5-15 If the results of the aggregate grading do not meet the specified gradation, the fiberized micro surfacing represented by the test shall be removed. However, if requested in writing by the Contractor and approved by the Engineer, the fiberized micro surfacing may remain in place and the Contractor shall pay to the City $2.00 per ton for the aggregate represented by the tests and left in place. If the results of the Sand Equivalent test for aggregate do not meet the specified requirement, the fiberized micro surfacing represented by the test shall be removed. However, if requested in writing by the Contractor and approved by the Engineer, the fiberized micro surfacing may remain in place and the Contractor shall pay to the City $2.00 per ton for the aggregate represented by the tests and left in place. When the results of both the aggregate grading and the Sand Equivalent tests do not conform to the specified requirements, both payments to the City shall apply. The Agency may deduct these amounts from any moneys due or to become due to the Contractor. No single aggregate grading or Sand Equivalent test shall represent more than 300 tons or one day's production, whichever is smaller. F2-9.2 MIX DESIGN At least 7 working days before the fiberized micro surfacing placement commences, the Contractor shall submit for approval of the Engineer a laboratory report of tests and a proposed mix design covering the specific materials proposed for use on the project. The percentages of each individual material proposed in the mix design shall be shown in the laboratory report. Individual materials shall be within the following limits: Residual 5.5% to 10.5% by dry weight o Asphalt aggregate Mineral Filler 0.5% to 3% by dry weight of aggregate Glass Fiber 0.05% to 0.30% by dry weight o aggregate Additive and Water As needed F31 Adjustments may be required during construction based on field conditions. The mix design and aggregate tests shall be .performed by a laboratory capable of performing the applicable International Slurry Surfacing Association (ISSA) tests. The proposed fiberized micro surfacing mixture shall conform to the specified requirements when tested in conformance with the following tests: Test ISSN► Test Method Requirements Wet Cohesion 12 kg -cm @ 30 Minute (Set) (Min.) B*139 20 kg -cm @ 60 Minute (Traffic) (Min.) Excess Asphalt B*109 540 g/m2 Wet Stripping (Min.) B* 114 90% Wet Track Abrasion 6-day B*100 810g1m2 Soak Loss (Max.) Displacement 5% Lateral (Max.) B*147A 2 10 S ecific Gravity After 1000 Classification Compatibility B* 144 (AAA, BAA) 11 Grade Points Mix Time @ 770F (25°C) B* 113 Controllable to 120 Seconds B* = Technical Bulletin The laboratory that performed the tests and designed the mixture shall sign the laboratory report and shall be AMRL certified and/or participate in the AASHTO Proficiency Program. The report shall show the results of the tests on individual materials and shall compare their values to those required by these special provisions. The report shall clearly show the proportions of aggregate, fiber, filler (minimum and maximum), water (minimum and maximum), set control additive, and MSE solids content (minimum and maximum) based on the dry weight of aggregate. The laboratory shall report the quantitative effects of moisture content on the unit weight of the aggregate (bulking effect) in conformance with the requirements of ASTM Designation C 29M. Previous laboratory reports covering the same materials may be accepted provided the material test reports were completed within the previous 12 months. The component materials used in the mix design shall be representative of the fiberized micro surfacing materials proposed by the Contractor for use on the project. Once the mix design is approved by the Engineer, no substitution of other material will be permitted unless the materials proposed for substitution are first tested and a laboratory report is submitted for the substituted design in conformance with the provisions of these special provisions. Substituted materials shall not be used until the mix design for those materials has been approved by the Engineer. F 32 The completed mixture, after addition of water and set control agent, if used, shall be such that the fiberized micro surfacing mixture has proper workability. At the expiration of the road closure hours, in conformance with the provisions in "Maintaining Traffic" of these special provisions, the fiberized micro surfacing mixture shall be sufficiently cured to support unrestricted traffic. F2-9.3 PROPORTIONING Aggregate, mineral filler, MSE, fiber, water, and additives, including the set -control agent, if used, shall be proportioned by volume utilizing the mix design approved by the Engineer. If more than one kind of aggregate is used, the correct amount of each kind of aggregate to produce the required grading shall be proportioned separately, prior to adding the other materials of the mixture, in a manner that will result in a uniform and homogeneous blend. The aggregate shall be proportioned using a belt feeder operated with an adjustable cut off gate. The height of the gate opening shall be determinable. The MSE shall be proportioned by a positive displacement pump. Variable rate emulsion pumps, if used, shall be calibrated and sealed in the pump's calibrated condition in conformance with the ISSA Inspector's Manual MA-1 prior to usage. The delivery rate of aggregate and MSE per revolution of the aggregate feeder shall be calibrated at the appropriate gate settings for each mixer -spreader truck used on the project in conformance with ISSA Inspector's Manual MA-1 and in conformance with the provisions of these special provisions. The aggregate belt feeder shall deliver aggregate to the pug -mill with such volumetric consistency that the deviation for any individual aggregate delivery rate check -run shall not exceed 2.0 percent of the mathematical average of 3 runs of at least three tons each. The emulsion pump shall deliver MSE to the pug -mill with such volumetric consistency that the deviation for any individual delivery rate check -run shall be within 2.0 percent of the mathematical average of 3 runs of at least 300 gallons each. The water pump shall deliver water to the pug -mill with such volumetric consistency that the deviation for any individual delivery rate check -run shall be within 2.0 percent of the mathematical average of 3 runs of at least 300 gallons each. The MSE storage tank shall be located immediately before the emulsion pump and shall be equipped with a device which will automatically shut down the power to the emulsion pump and aggregate belt feeder when the MSE level is lowered to a point where the pump suction line is exposed. A temperature -indicating device shall be installed in the emulsion storage tank at the pump suction level. The device shall indicate the temperature of the MSE and shall be accurate to within 10°F. The fiber shall be added at a rate of 0.05 to 0.40% by weight of dry aggregate. The mixer -spreader trucks shall be equipped with a fiber chopper, fiber storage and control systems for injecting fibers into the micro surfacing mix. It shall be capable of providing up to 7 Ibs.lmin. of fiber injection. The chopper shall cut from 3 to 4 bobbins of fiber into 318 +l- 1/8 inch long pieces and feed them into the aggregate as it enters the inlet hopper. The system shall turn on and off with the main start of the mixer -spreader truck. The system shall be powered by the main hydraulic system of the mixer - spreader truck. The mixer -spreader truck shall be capable of providing 3-5 cu.tt.Imin. of air from the truck air compressor for nozzle cooling and chopper flushing. The mixer -spreader truck shall include an enclosure/mounting and feed system for up to 4 bobbins of fiber roving. F 33 The belt delivering the aggregate to the pug -mill shall be equipped with a device to monitor the depth of aggregate being delivered to the pug -mill. The device for monitoring the depth of aggregate shall automatically shut down the power to the aggregate belt feeder whenever the depth of aggregate is less than the target depth of flow. A second device shall be located where the device will monitor the movement of the aggregate belt by detecting revolutions of the belt feeder. The devices for monitoring no flow or belt movement shall automatically shut down the power to the aggregate belt when the aggregate belt movement is interrupted. The device to detect revolutions of the belt feeder will not be required where the aggregate delivery belt is an integral part of the drive chain. To avoid erroneous shutdown by normal fluctuation, a delay of 3 seconds will be permitted between sensing and shutdown of the operation. F2-9.4 MIXING AND SPREADING EQUIPMENT The fiberized micro surfacing shall be mixed in continuous pug -mill mixers of adequate size and power for the type of fiberized micro surfacing to be placed. All indicators shall be in conformance with the provisions of these special provisions and shall be in working order prior to commencing mixing and spreading operations. Mixer -spreader trucks shall be equipped to proportion the MSE, water, aggregate, mineral filler, and set -control additives by volume. Rotating and reciprocating equipment on mixer -spreader trucks shall be covered with metal guards. The mixer -spreader truck shall not be operated unless low -flow and no -flow devices and revolution counters are in good working condition and functioning and metal guards are in place. Indicators required by these special provisions shall be visible while walking alongside the mixer - spreader truck. Aggregate feeders shall be connected directly to the drive on the emulsion pump. The drive shaft of the aggregate feeder shall be equipped with a revolution counter reading to the nearest one - tenth of a revolution. In addition to the requirements of the fourth paragraph of Section 5 1.10, "Equipment and Plants," of the Standard Specifications, the identifying number of mixer -spreader trucks shall be at least three inches in height, located on the front and rear of the vehicle. The fiberized micro surfacing mixture shall be spread by means of a spreader box conforming to the requirements in the "Spreader Sox" section of these specifications. 172-9.4.1 Spreader Box For Type II fiberized micro surfacing the spreader box shall be capable of spreading a lane width and equipped with a material such as flexible rubber belting on each side and in contact with the pavement. If the spread width is wider than 7.5 feet, a spreader box shall be equipped with a means, such as baffles or reversible motor -driven augers, to uniformly apply micro surfacing on superelevated sections and shoulder slopes. The spreader box shall be equipped with rear flexible strike -off blades making close contact with the pavement and adjustable to various crown shapes in order to apply a uniform micro surfacing. The spreader box shall be equipped with flexible drags attached to the rear and cleaned daily and changed if longitudinal scouring occurs. The spreader box shall be clean and free of excess micro surfacing and/or MSE at the start of each work shift. F 34 F2-9.4.2 Wheel Path Depression (Rut) Box The wheel path depression (rut) box shall be designed to have adjustable strike -off devices to regulate the depth and shall have a width of between five feet and six feet. Hydraulic augers, or similar devices, shall be installed and shall be capable of moving the mixed material from the rear to the front of the filling chamber. These devices shall also be capable of guiding the larger aggregate into the center, deeper section of the wheel path depression, and forcing the finer material toward the outer edges of the spreader box. The fiberized micro surfacing mixture, to be spread in areas inaccessible to the controlled spreader box, may be spread by other methods upon approval of the Engineer. F2-9.5 PREPARATION FOR FIBERIZED MICRO SURFACING Before placing the fiberized micro surfacing, the pavement surface shall be cleaned by sweeping, flushing or by other means necessary to remove loose particles of paving, dirt, and other extraneous material. When required, the roadway surface may be fogged with water ahead of the spreader box. The application of the fog spray may be adjusted to suit temperatures, surface texture, humidity and dryness of pavement. A tack coat of asphaltic emulsion shall be applied to all Portland cement concrete surfaces when there is a contract item for the work or when the work is required in these special provisions. The asphaltic emulsion for tack coat shall be grade SS-1, SS-1 h, CSS-1 or CSS-1 h and shall conform to the provisions in Section 94, "Asphaltic Emulsions," of the Standard Specifications. The asphaltic emulsion shall be mixed in the proportion of one part of emulsion (which contains up to 43 percent water) to 3 parts water. The mixture shall be applied at the approximate rate of 0.04 — 0.08 gallydz. When asphaltic emulsion is used as a tack coat, fiberized micro surfacing shall not be placed until the asphaltic emulsion has cured. F2-9.6 PLACING The fiberized micro surfacing mixture shall be uniformly spread on the existing surface within the rate specified without spotting, rehandling or otherwise shifting of the mixture. The fiberized micro surfacing mixture shall only be placed when both pavement and air temperatures are at least 50°F and rising. Do not place fiberized micro surfacing if either the pavement or air temperature is below 50°F and falling or during unsuitable weather. The expected high temperature must be at least 65°F within 24 hours after placement. Fiberized micro surfacing shall not be placed if rain is imminent or if there is the possibility that there will be freezing temperatures within 24 hours. When wheel path depressions have a cross section that is deformed 1/2 inch or more, the individual wheel paths shall first be filled with fiberized micro surfacing utilizing a wheel path depression (rut) box in conformance with the provisions of the special provisions. The depth of the wheel path depression shall be determined after the adjacent ridges have been removed, when applicable. The maximum single application for wheel path depressions shall be one inch. Wheel path depressions of depths greater than one inch shall require multiple applications in each depression. Wheel path depression repair shall be constructed with a slight crown to allow for initial compaction by traffic on the fiberized micro surfacing. F 35 Freshly filled wheel path depressions shall be compacted by traffic for a minimum of 12 hours before additional lifts of fiberized micro surfacing material are placed for rut filling purposes. Fiberized micro surfacing shall be spread at a rate within the following ranges of pound of dry aggregate per square yard: Fiberized Micro Surfacing Type Location Spread Rate (Ibs. agg.lsq.yd.) Type II Full Traffic Width 14-16 Longitudinal joints shall correspond with the edges of the traffic lanes. The Engineer may permit other patterns of longitudinal joints if the patterns will not adversely affect the quality of the finished product. Through traffic lanes shall be spread in full lane widths only. Longitudinal joints common to 2 traffic lanes shall be (butt joints) with overlaps not to exceed 3 inches. Building paper shall be placed at the transverse joints to avoid double placement of the fiberized micro surfacing. Other suitable methods to avoid double placement of the fiberized micro surfacing will be allowed. Hand tools shall be available to remove spillage. The mixture shall be uniform and homogeneous after placing on the surfacing and shall not show separation of the MSE and aggregate after setting. The completed surface shall be of uniform texture and free from ruts, humps, depressions, or irregularities. Adequate means shall be provided to protect the fiberized micro surfacing from damage by traffic until such time that the mixture has cured sufficiently so that the fiberized micro surfacing will not adhere to or be picked up by the tires of vehicles. After the initial break of the fiberized micro surfacing and within a minimum of 2 hours after placement the fiberized micro surfacing shall be rolled with a pneumatic tire roller meeting the following requirements: 1. 9.3 tons minimum weight 2. The roller shall be equipped with 7 total wheels, 4 in the rear and 3 in the front of the roller. The roller shall make a minimum of three passes on the surface. Placement of the fiberized micro surfacing shall cease a minimum of one hour before the expiration of the road closure hours as specified in Section F2-2 of these special provisions, unless the Contractor proves to the satisfaction of the Engineer that the surface will be ready for unrestricted traffic at the expiration of the road closure hours. F2-9.7 TEST STRIP The Contractor shall construct a test strip for evaluation by the Engineer. The test strip shall be 300 feet to 500 feet long and shall consist of the application courses specified. The test strip shall F 36 be constructed at the same time of day or night that the full production of fiberized micro surfacing will be placed. The Engineer will evaluate the completed test strip after 12 hours of traffic on the completed test strip to determine if the mix design and placement procedure are acceptable. If the mix design or the placement procedure is determined by the Engineer to be unacceptable, the test strip will be rejected, the Contractor shall make modifications, and a new test strip shall be constructed and evaluated by the Engineer. The cost of materials and placement of the test strips, which have been rejected, shall be borne by the Contractor and will not be considered as part of the contract work. If ordered by the Engineer, rejected test strips shall be removed at the Contractors expense. If approve by the Engineer, the Contractor may continue with production work after placement of the test strip at his own risk. If the test strip is rejected, all production work shall be stopped and evaluated by the Engineer. The production work will be evaluated in the same manner as the placement of the test strip and shall conform to the same requirements for the test strip material. F2-9.8 REPAIR OF EARLY DISTRESS If bleeding, raveling, delamination, rutting, or wash boarding occurs within 60 days after placing the fiberized micro surfacing, the Contractor shall diligently pursue repairs by any method approved by the Engineer. The Contractor shall not be relieved from maintenance until repairs have been completed. F2-9.9 STREET MAINTENANCE AND SWEEPING After completing, setting, and rolling of the micro surfacing any loose material shall be immediately removed by sweeping with a power sweeper and/or vacuum sweeper the day of application. Interim sweeping using a power sweeper and/or vacuum sweeper shall be accomplished as more loose material appears. As a minimum, interim sweeping shall be accomplished on the 3rd, 7th 141h and 2111 day after micro surfacing. A final post construction sweeping of all the micro surface streets shall be performed 30 days after completion of all of the micro surfacing. The entire street surface, including sidewalks and driveways, shall be swept to the satisfaction of the CITY. No loose material will be allowed in the street, gutters, sidewalks or other areas. If necessary, the CONTRACTOR will employ additional vacuum sweepers to remove the loose materials. In addition, all misapplied micro surfacing on gutter lips shall be removed the same day as it is placed. Failure to provide cleaning or sweeping shall preclude the CONTRACTOR from continuing with further micro surfacing work until this work is performed. The CONTRACTOR shall complete any sweeping or street maintenance within 24 hours of request from the CITY. City's representative shall be notified prior to street sweeping and present during operations. Sweeping performed without proper notice and/or presence of City's representative will not be accepted. Failure to complete sweeping as required or directed by the engineer shall subject the CONTRACTOR to a liquidated damage of $500 per day per street. F 37 F2-9.9.1 Final Cleaning Final cleaning of the micro surface streets shall include removal of any tracked material, misapplied tack coat; or micro surfacing; cleaning of all utility covers of any new or old materials; and removal of any miscellaneous debris resulting from construction activities. F2-9.10 MEASUREMENT AND PAYMENT The contract price paid for fiberized micro surfacing will be measured by the ton. The quantity of fiberized slurry to be for paid for will be the combined weight of the aggregate (including mineral filler) and MSE emulsion used in the fiberized microsurface mixture. The weight of added water and set -control additives used in the fiberized slurry mixture will not be included in the weight of the fiberized slurry to be paid for. The weight of aggregate (including mineral filler) and MSE emulsion will be determined by the ton as provided in Caltrans Section 9-1.02, "Measurement," of the Standard Specifications except that no deduction will be made for water in the aggregate and MSE Emulsion. The Contractor shall submit to the Engineer an itemized invoice listing the quantity of each contract pay item. The invoice shall include: Aggregate: A chronological list of all delivery tickets by gradation type and stockpile, listing delivery date, ticket number and tonnage. A list of current stockpiles and the amounts left from the weight tickets listed and the waste amount in each stockpile. A copy of all delivery tickets will be turned into the engineer. Asphalt Emulsion: A chronological list of all delivery tickets, listing delivery date, ticket number and amount. Also list amount of emulsion currently at stockpile, from delivery tickets used. A copy of all delivery tickets will be turned into the engineer. Aggregate and Emulsion Delivery Tickets The Engineer shall be notified 24 hours in advance of scheduled delivery of aggregate and emulsion. The Contractor shall provide delivery tickets to the Engineer on the same day as delivery. A certificate of compliance for the emulsion shall accompany each delivery of emulsion. Excess aggregate or emulsion returned to the source or to other projects shall be scaled at a commercial scale within 25 miles of project on the same day as the material is removed from the jobsite. The scale tickets shall be provided to the Engineer at the end of the day that the return material was removed from the site. The contract price paid for fiberized micro surfacing shall be by the ton and include full compensation for furnishing all labor, materials including fiber, tools, equipment, and incidentals, and for doing all the work involved in placing fiberized micro surfacing, complete in place, including testing for and furnishing mix design, cleaning the surface, furnishing added water and set -control additives, and protecting the fiberized micro surfacing until it has set, as shown on the plans, as specified in these special provisions, and as directed by the Engineer. No payment will be made for quantities of aggregate and/or asphaltic emulsion which exceed 105% of the calculated quantity required to cover the application area shown on the plans in compliance with the approved mix design. F 38 F2-10 ASPHALT EMULSION SEALER (SEAL COAT) The work covered by this specification includes the design, testing, and quality control required for the proper production of an Asphalt Seal coat product and all materials, equipment and workmanship required for the application of an Asphalt Seal coat to an existing asphalt concrete pavement where shown on the plans, as indicated in these specifications, and as directed by the Engineer. Asphalt seal coats under this specification shall be manufactured by blending asphalt emulsions, water, and various admixtures in a central plant capable of producing a minimum of 750 gals per hour of finished product. Additives shall be measured by electronic or mechanical controls that consistently add all additives as required by these specifications. Blending the additives with the base asphalt emulsion shall be by mechanical means to provide a uniform mixture. Asphalt Seal coat shall be stored in a tank equipped with power driven mixing or agitation equipment capable of keeping the Asphalt Seal coat thoroughly and uniformly mixed. The stored material shall be protected from freezing in cold weather conditions. F2-10.1 MATERIALS The materials for asphalt seal coat shall conform to section 203-9 of the SSPWC. Seal coat materials may be Poly-Kote Sealer TA-1000 by Tri-American, OverKote by Reed & Graham, Guardtop by Western Emulsions, or approved equal. No materials containing coal tar will be allowed. F2-10.1.1 Emulsion Asphaltic Emulsion shall be SS 1 h, base asphalt pen value 40_60, conforming to the requirements in Section 94, "Asphaltic Emulsions" of the July 2006 Caltrans Standard Specifications, with the exception of the penetration on residue from distillation which will conform to a value of 20 to 60, or Clay stabilized emulsion, with a base asphalt pen value 40_60, a pH not greater than 7.0, and a solids content not less than 45%. The properties of the SS 1 h shall be determined in accordance with ASTM Test Method D-244. Water shall be potable and of such quality that the asphalt will not separate from the SS 1 h before the seal coat is in place in the work. Mineral Aggregate components shall be 98% passing the #18 mesh sieve. These components shall be a natural or manufactured material consisting of clean, hard, durable, uncoated particles free of lumps of clay, glass, or vegetable matter or other deleterious substances. The properties of the Mineral Aggregate components shall be determined in accordance with ASTM Test Method C-136. F 39 F2-10.2 CONSTRUCTION F2-10.2.1 Surface Preparation The surface to receive Asphalt Seal coat must be free of all foreign material and dry immediately prior to seal coat application. Cleaning may be by air blowing, vacuum, mechanical sweeper, washing, or other techniques as approved by the Engineer. If washing the existing surface is used, the surface shall not have any standing water prior to application of the seal coat. Salt, deicing agents, fertilizers, hard water deposits, oil spots and other such chemicals require extraordinary cleaning measures. Cracks in excess of 3/32 of an inch, but less than one inch width must be sealed prior to application of the sealcoat. Cracks shall be sealed as specified in the technical specifications. Cracks wider than one inch shall be filled with 318 inch or sheet mix. The properties of the crack filler shall be compatible with the Asphalt Seal coat. Prior to application of seal coat, deposits of grease or oil shall be cleaned by scraping, burning, and/or the use of approved detergents in order to promote adhesion of the seal coat. After cleaning the areas as described above, the areas shall be sealed with an oilseal. Oilseal shall be a quick drying latex emulsion with suitable additives manufactured specifically for the purpose of isolating the Asphalt Seal coat from any residual oils, petroleum grease, and gasoline stained pavement. The properties of the Oilseal shall be compatible with the Asphalt Seal coat. In areas where the foreign oil or grease has penetrated the asphalt concrete such that cleaning as described above is not effective, the affected areas shall be removed to the depth necessary but not less than 314 inch. The removed asphalt concrete shall be replaced with new asphalt concrete. On excessively weathered surfaces or areas such that cleaning operations leave a film of dust, a tack coat of SS1h conforming to Section 94 of the Standard Specifications shall be applied. The tack coat shall consist of One (1) part SS1 h with Four (4) parts water or Two (2) parts Asphalt Seal coat with One (1) part water applied at a rate of 0.05 to 0.10 gal/sq yd. The tack coat must be dry prior to application of the Asphalt Seal coat. All pavement repairs shall be completed prior to the application of the seal coat. Asphalt Seal coat shall not be placed on new asphalt concrete until after a 30 day minimum cure period or as directed by the Engineer. F2-10.2.2 Application Application of the Asphalt Seal coat shall be by mechanical means using rubber faced squeegees, brooms, spray bars, or combinations of these or other techniques approved by the Manufacturer and by the Engineer. The Asphalt Seal coat being applied shall be uniform and free flowing, free of lumps and other inconsistencies. Potable water may be added as necessary as per manufacturer's recommendation, for consistency and spread ability but shall not exceed 15% by volume or as F 40 directed by Engineer. If, after the addition of the maximum allowable water volume the seal coat is still unsuitable, the material shall be rejected and removed from the site. Asphalt Seal coats shall consist of two application coats of material. The seal coat must be thoroughly dry prior to application of the second or subsequent coats. Application of Asphalt Seal coat in ambient temperatures in excess of 80 degrees Fahrenheit require pretreatment of the asphalt concrete surface with a water mist. The water must not be ponded, but the surface should be damp prior to seal coat application. This treatment shall also be used for application on porous surfaces where the water within the seal coat may be absorbed too quickly by the existing pavement surface. Asphalt Seal coat shall be applied uniformly over the prescribed area in continuous parallel lines in a manner so that no ridges or missed areas shall exist. Application rates will vary depending on the texture of the existing asphalt surface receiving seal coat with rough textured pavement surfaces requiring more seal coat than smooth surfaces. The following application rates are guidelines only. Asphalt seal coat minimum application rates shall be 30 gallons per 1,000 square feet. The first coat of the Asphalt Seal coat to be placed shall contain the addition of #30 mesh sand with additional binder. The addition of sand shall not exceed 3 pounds per gallon without approval of the Engineer. Additional binder shall consist of 1/10 gallon of SS1h or 1-3% Liquid Latex binder per gallon of undiluted Asphalt Seal coat or as directed by engineer. The properties of the sand shall be determined in accordance with ASTM testing methods. The properties of the Liquid Latex shall be such as to be compatible with seal coat product. Asphalt Seal coat shall not be applied when the ambient temperature is less than 60 degrees F or the surface temperature is less than 55 degrees F. Seal coat shall not be applied within 24 hours immediately prior to rain, freezing temperatures, during rain, or when the surface contains ponded water. F2-10.2.3 Miscellaneous Traffic shall not be allowed on the Asphalt Seal coat until the seal coat is thoroughly cured which in warm weather conditions is approximately 24 hours. Minor scuffing or power steering marks may occur on a newly applied surface in warm weather. Irrigation watering should be kept off for at least 24 hours after the application of Asphalt Seal coat. A tack coat is required when using Asphalt Emulsion based seal coat over pavements previously treated with Coal Tar. Striping for parking and traffic flow should be done only after the seal coat has thoroughly dried F41 F2-10.3 MEASUREMENT AND PAYMENT "Crack Fill & Double Seal Coat" will be measured by the square foot of application area. The contract price paid per square foot for seal coat shall include full compensation for furnishing all labor, materials, tools, equipment, chemicals, and incidentals, and for doing all the work involved in crack filling, constructing the seal coat, complete in place, including testing and certificates of compliance, cleaning the surface, furnishing added water, and additives. F2-11 LOWERING AND ADJUSTING OF UTILITY COVERS F2-11.1 SCOPE Utility covers shall be adjusted to finish grade including manhole frames and grates; water valves; survey monument covers; monitoring well covers; miscellaneous utility boxes and water meter boxes. On roadways to be milled, facilities shall be lowered prior to cold planing and adjusted to finish grade after completion of the resurfacing work. Adjusting water valves shall include water valve cover, valve box, and eight (8) inch riser. The Contractor shall coordinate with the respective owner of the utility to place the required materials prior to adjustment and after work is completed. F2-11.2 CONSTRUCTION The CONTRACTOR shall mark, as approved by the Engineer, and completely protect with heavy plastic or other suitable material, as approved by the Engineer, all utility covers or other items which are visible on the surface and will be covered by his operations. This shall be completed prior to the start of that operation and approved by the Engineer. All utility covers on streets to be milled shall be lowered prior to milling and patched flush with the adjacent roadway. See Cold Planing for additional information. CONTRACTOR shall contact utility companies at least 48 hours ;prior to adjustment and after work is completed and report via EADOC. For all sewer manhole covers from the Sanitation District, the CONTRACTOR shall coordinate with Saul Soto at the Sanitation District of Los Angeles County for inspection at (661) 713-6012 48 hours prior to lowering the manhole covers, and shall ensure that the pick hole is clear of all asphaltic or fabric materials immediately after each stage of work, thus enabling the Sanitation Department to identify where any sewer system back-up might be by the visible presence of effluent. All utility covers shall be raised to grade after construction of the final resurfacing materials. The length of time between paving and the raising of any given cover shall not exceed seven (7) days. Care shall be taken to keep frames and covers clean. All existing water valve boxes with a concrete collar are to be replaced with a new traffic rated box and cover such as an Christy G3 or equal. The new survey monument covers shall be Alhambra Frame, Plate No. A-2925-F and cover, Plate A-2925-C marked Survey Monument. F 42 Any materials that have adhered to the frames and covers whether fresh or existing shall be removed. The concrete around the manholes, survey monuments and water valves shall be left 1-1/2" lower than the adjacent pavement. The surface shall be tack coated with 0.10 gallons per square yard and paved with Type D-2 asphalt concrete. Immediately after placement, the surface shall be sand sealed. Concrete around manholes, survey monuments, and other utility covers with collars shall not be left exposed before final paving. Concrete around manholes survey monuments, and other utility covers with collars shall be placed a minimum of 5 hours prior to opening to traffic. Concrete around manholes, survey monuments, and other utility covers with collars shall meet the following requirements: Compressive Strength: 4000 psi @ 3 days, The CONTRACTOR must place hot mix asphalt the same work day the manholes, survey monuments, and other utility covers with collars are adjusted or place, clean and sweep cold mix asphalt the same work day manholes are adjusted, and maintain the cold mix asphalt until final paving. Road shall be completely open to traffic with cones and delineators around adjusted manholes and utility covers removed at the end of the work day on days utility covers are adjusted. Final paving shall be completed within 24 to 48 hours after placement of concrete collars around adjusted facilities. At the location of the monitoring wells to be overlaid, the location of the wells shall be marked on the curbs. A site sketch shall be provided to the city indicating the location and distances of the monitoring wells relative to the curb markings 5 working days prior to paving. F2-11.3 MEASUREMENT AND PAYMENT Measurement and payment for lowering and adjusting various utilities as listed in the bid schedule will be made at the contract unit price per EACH. The above unit prices include any costs incurred for keeping the manhole cover pick holes clear, and no further payment will be made for these items. The above contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, inventory of manholes, survey monuments and utility covers, and incidentals for adjusting utility covers in accordance with the Contract Documents. Utilities include, but not limited to, manholes, valves and utility boxes. The cost of raising valves in slip cans with no existing concrete collar will be included in the cost of the paving operation and no additional compensation will be allowed. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. Section 3-2.2.2 "Increases of More Than 25 Percent" and Section 3-2.2.3 "Decreases of More Than 25 Percent" shall not apply to the bid items related to lowering and adjusting utility covers and valves. F 43 F2-12 TRAFFIC STRIPING, MARKINGS & SIGNS F2-12.1 TRAFFIC STRIPING, MARKINGS & SIGNS The work consists of replacing all existing pavement striping and markings, installing signs or making modifications indicated on the plans and in the specifications. F2-12.2 MATERIALS Traffic striping & marking materials shall be per the provisions of Section 210-1 and 214 of the Caltrans Standard Specifications Latest Edition. F2-12.3 CONSTRUCTION Traffic striping and pavement markings shall be replaced within the limit of pavement rehabilitation and if necessary carried 50 feet into the cross street on to pavement that's not being replaced. Methods of application of traffic striping, curb and pavement markings, and pavement markers shall conform to Section 314 of the Caltrans Standard Specifications Latest Edition. Traffic striping and pavement markings that are shown on the plans are shown 1 designated per Caltrans Standard Plans. The Contractor shall be responsible for verifying the proposed striping plan with the Engineer and establish dimensions for lane widths and all other features existing or shown on the plans prior to removing, obliterating, covering any existing striping, or starting work on the affected street. For crosswalks, the CONTRACTOR shall mark on the curb face a point, showing where the extension of the crosswalk intersects. This will ensure that the crosswalk alignment will be installed the same way before it was removed. The verified and dimensioned striping plan must be submitted to the Engineer and approved prior to commencing any striping and marking operations on the affected street. All alignments and layout measurements, and other work necessary to locate and replace traffic stripes and pavement markings shall be performed by the CONTRACTOR. The City will not provide any assistance, information, or materials to the CONTRACTOR. It will be entirely the responsibility of the CONTRACTOR to perform all necessary pre -construction and construction layout work, obtain all necessary measurements and information, and prepare all plans for performing the striping and marking work as specified. All traffic control systems necessary for performing striping and marking, as directed by the Engineer, shall be the responsibility of the CONTRACTOR. The CONTRACTOR shall layout the traffic striping and marking pattern with temporary striping after the construction is completed and before the roadway is made available for use by traffic. Finished striping and marking shall not be applied until fourteen (14) days after construction has been completed and shall be applied within five (5) working days after the initial fourteen (14) days. The CONTRACTOR shall be responsible for the maintenance of temporary striping until the completion of final striping and marking operations. All existing striping and markings shall be removed prior to treatment application Blue raised pavement markers shall be placed at all Hydrant location. Remove all temporary traffic markers F 44 Multiple mobilizations of the striping crews and equipment may be required throughout the project. Temporary striping may be different from final striping. Narrower temporary lanes will be allowed. Minimum allowable width will be approved by the City Traffic Engineer. Contractor shall provide temporary striping per the final striping plan on the first layer of Microsurfacing. Black out will not be allowed. Temporary tabs on Slurry Seal and Microsurfacing streets are not allowed. Temporary striping must be provided on the same day as the treatment. If Contractor does not follow the final layout, the City may require the Contractor to re -apply the treatment again. F2-12.4 MEASUREMENT AND PAYMENT The unit prices for traffic striping shall include full compensation for furnishing all labor, materials, tools, equipment, sketches, striping inventory, tie -downs, layout, and placing of all temporary, including cat tracking or temporary striping, and final traffic striping; and for doing the work involved in or appurtenant to any locations where damaged striping has occurred with equal to or better, layout, and placing of all traffic striping, thermoplastic, markings and markers as shown on the plans or described in these Special Provisions. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. Section 3-2.2.2 "Increases of More Than 25 Percent" and Section 3-2.2.3 "Decreases of More Than 25 Percent" shall not apply to the bid items associated with Striping Details that are measured by the linear foot. Payment of "Bicycle Group Legend" will be paid for by the each and will include the "Bike Lane Symbol' and "Bike Lane Arrow". Measurement and Payment for "White I Yellow Continental Crosswalk" shall include all stripes as indicated in the City Detail. Remove and replace post and sign shall be included in the incidentals F2-13 REMOVE ROOTS UNDER CONCRETE OR PAVEMENT REPAIRS F2-13.1 GENERAL All tree roots under the concrete or pavement to be repaired shall be removed as described herein. This item includes root removal where trees have been previously removed. The CONTRACTOR shall coordinate with and receive approval from City Arborist for all root pruning 1 trimming. F2-13.2 CONSTRUCTION The CONTRACTOR shall remove all tree roots under the concrete or pavement to be repaired to a depth of 12 inches below the concrete subgrade. Roots shall be cut at the limits of the concrete repairs prior to physically removing the roots. Any damage done to adjacent concrete or other improvements due to the failure to sever roots at the limits of the concrete repair shall be repaired F 45 at the CONTRACTOR'S expense. The area where roots have been removed shall be backfilled with native material or Class 2 Aggregate Base. The area to be backfilled shall be scarified prior to the addition of backfill and shall be compacted to 90% relative compaction under concrete repairs and 95% under pavement repairs. The limits of root removal shall be 10 feet to each side of the tree or shrub causing the damage unless otherwise authorized by the Engineer. F2-13.3 PAYMENT The work of Trim and Prune Tree Root shall be paid for on a unit price basis by the square foot. The unit price shall include all costs for locating, severing and removing roots; supplying, installing and compacting backfill; and all the miscellaneous work necessary to complete the work for each location of concrete or pavement repair. F2-14 TEMPORARY VIDEO DETECTION 1 TRAFFIC LOOPS F2-14.1 SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment, transportation, and incidentals necessary to install temporary video detection systems and replace existing loop detectors at various street intersections. It is anticipated that all the existing loop detectors at the intersections will be damaged by the proposed pavement cold planing and removal of surfacing and base. Loop detectors at cross streets may also be affected and will necessitate installation of temporary video detection systems during construction. Permanent loops shall be replaced after paving to reestablish a functioning traffic signal system. F2-14.2 MATERIALS Unless otherwise allowed by the Engineer, all replaced signal loops shall be 6-foot diameter circular loops (Type E). Loop wire shall be Type 1. Contractor is responsible for supplying and installation of VDS Hybrid cable, Camera Bracket, and Iteris power supply breaker in controller cabinet. All such work shall conform to the details and provisions of the State of California, Department of Transportation's Standard Plans and Section 307, "Street Lighting and Traffic Signals," of the Standard Specifications, 2012 Edition, and these Special Provisions, except that Subsection 307- 5.4, "Payment," is modified herein. F2-14.3 CONSTRUCTION All traffic signal loop replacements shall be installed per City of Santa Clarita Standard Plan, Loop Detector Layout Detail and Los Angeles Standard Plan, Bicycle 1 Vehicle Loop Detector Installation, Winding Detail of the Loops, and as shown on the plans. The proposed locations of the replaced signal loops detectors shall be marked in the field and approved by the Engineer prior to installation. Maintaining the traffic signals during construction shall be a part of this work. F 46 Temporary Video Detection Systems (VDS) shall be installed at locations shown on the Fans prior to cold planing andlor Remove & Replace digout operations are conducted Failure to install temporary Video Detection System prior to Cold Planing or Remove and Replace operations at designated locations will result in liquidated damages of $2,000 per affected loop detector. Failure will cause the work to be performed by City forces and the Contractor shall be back charged for the work. Prior to initiating any work on street which contain signal loop detectors, the contractor shall prepare drawings of all signal loops in the affected work area. The drawing shall show the size and location of the existing loops, routing of wiring, and proposed replacement location. Where the loop stub -out of an existing pull box is disturbed by the contractor's operations, the stub -out shall be reconstructed and will be considered incidental cost of the loop installation. The contractor shall test the detectors with a motor -driven cycle, as defined in the California Vehicles Code that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The contractor shall provide an operator who shall drive the motor -driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. Traffic loops will be disconnected or connected by the contractor. The contractor shall notify the Engineer 24 hours prior to any detector being disconnected or connected. Timing adjustments shall be made by City Traffic personnel. F2-14.4 MEASUREMENT AND PAYMENT Temporary Video Detection and Traffic loops shall be measured and paid for at the contract unit price per each installed/replaced. The unit price paid per each "Install Temporary Video Detection System" shall include all costs associated with installation of VDS Hybrid cable, Camera Bracket, and Iteris power supply breaker in controller cabinet, etc. required to install the temporary video detection system in accordance with Caltrans standards. The unit price paid per each "Remove and Install Permanent Traffic Loops" shall include all costs associated with underground conduit, wiring, pull boxes and vaults, signal loops, connections, elastomeric sealer, testing, etc. required to remove and install the replacement loop in accordance with Caltrans standards. Traffic loops shall be round. F 47 c�rr-�e:we S133N16 tnoeron [Z3-,kLLNnooNOANtlo 'Dua SEMON 173fONd 143E ANNn1S 14nNN4 ZZ-1ZOZ auuaaulsu] luausaned `. s9zz 4uwa IMk6 V�elliy 1 u5 siaaads snowan ••fl Zlltl•LZ0-AM1Nfj00NOANVO ssrovr•owr.3arotadWas msnyntiwvsz-jzot 7uj BVIJaaWSU] juawanFd `'If V112itl10 tl1NVS f nu m<v� i0tF6 ^.`J'^�qq SAMUs snONVA v uns •+wo z- M1aK I?IIV' 6LN--1IVHM3N •aul8w,aawEu3IUSLWned e �g SSMIOYY 133f0!!d 1V35 AtlanlS "ib(trvw•s R-tLUL VllNtll0 tl1Ntl5 S a e° s p11 p 5 xsn 'I, B ° Y� P LU aul N�® atl VV IS s133Mis snonlvA vw.K'+«.o xssars wo��r 91iV• �M-"IIVHM3N ss"LOW o3roud was knnls ivnNNV ZZ'QOC -Oul ° $- 8uuaau'8u3 auawaned U V1RfV IO V1NVS a ¢s a w U a w K �I i LLJ a'1 141 DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-008A949986DC RlnnFdYC RnNn Bid #ENG-21-22-M014455 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS 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 Hail, 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 closing 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: ti/A $Q &r1d 406f-" ollars ($ ), 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: 21-22 Annual Slurry Seal Project M0144SS Bid No. ENG-21-22-MO144SS v 107-40 Sa.vk Seya.ivte, way Address -SkrkP0. %/c-11c�1, GA cr175z 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. DocuSign Envelope ID: 90EC5502-CS15AA94-BD8D-008A949986DC PROPOSAL GUARANTEE BID BOND Bid #ENG-21-22-M0144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that Pavement Coatings Co. as BIDDER, and The Ohio Casualty Insurance Company as. SURETY, are held and firmly bound unto the Ten Percent City of Santa Clarita, as CITY, in the penal sum of of Amount Bid dollars ($10%of Amt. 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. 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 1st Day of February 20 22 CONTRACTOR: _Jdme�, LJ" — VI cG P�s�eith f` Name and Title of Signatory Xgnatu Legal Name of Bidder Io24a San Scva�.u, taJa�r , �lc.�rupa VaL� Ga 9d75 Z Bidder Address 714- 02(a -3nIt e1529I6670 Telephone Number SURETY : L&� Name Brigid opez, Attorn -in-Fa (714) 257-9644 blopez@adamsonmcgoldrick.com Phone Number and Email Federal Tax I.D. No. 175 Berkeley Street, Boston, Massachusetts 02116 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone 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. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8205623-971991 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint. Brian A. McGoldrick; Brigid Lopez; Evett Lam; Richard L- Wells all of the city of Placentia state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and ail undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seats of the Companies have been affixed thereto this 20th day of May 2021 , Liberty Mutual Insurance Company P� 1NSUp� P`qY INSV a %NSUo The Ohio Casualty Insurance Company S° tarebyc� �:'- Q1, °�, �Pgyn c, =°oRPO"tvrQ t West American Insurance Company 1912 ° 0 1919 1991 n dfv ssgcr+us�` da ° �naM°sa da'� YS. �kQIAHP da [� 2 O By: 3 co David M. Carey, Assistant Secretary c c`o State of PENNSYLVANIA a1 County of MONTGOMERY es o T 00 On this 20th day of Mav 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance M its Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written E.� a PAS 0 @ w yA r --_ O L �� e�pN WF F( Commonwealth of Pennsylvania -Notary Seal O uF Qt� y Teresa Pastella, Notary Public C -FU Montgomery County E O OF My wmmission expires March 2&, 2025 B 0 � C r0 a Commission number 1126W y� Member. Pennsytvania Assouatim of NpiarrPs RYTeresa Passel a, Notary Public ¢ o OV N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 ono O .S insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 ctiy E 6 ARTICLE IV - OFFICERS: Section 12. Power of Attorney. o` as 5 16 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the o President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety CM CID c: any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall 0 croi O have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such 0 W Z j instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the - co provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. O m LL n ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe. shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertai bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as it signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Davld M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, i have hereunto set my hand and affixed the seals of said Companies this I st day of February , 2022 VNSU VIV iNSU a VNSUR �.JPo°MONaC+ yOQ4otiaoR�r�jy VP°°n°o Tgy� 1912 11, oU 1919 n 1991 ° 6y. a ro D 4 d��ss4 c„,ysE�aa yA Mps�a� Is �QrA„P da3 Renee C. Llewellyn, Assistant Secretary 0. y ry LMS 12a73 1-NM 0--IC W.AIC Multi Co 02121 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 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 February 1, 2022 before me, Fyett Lam, Notary Public. , Date Here lnsert Name and Title of the Officer personally appeared Brigi Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. r EV'E7 LAM = J Notary Public - Cadforma Orange County Commission : 2380930 �,- µy Comm. Expires Oct 31, 2025 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my han and official seal. Signature Signature of Notary Public Place Notary Seat Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: - Corporate Officer — Title(s): I- Partner — - Limited - General Individual -i Attorney in Fact ❑ Trustee C' Guardian or Conservator Other: Signer Is Representing: Signer's Name: i Corporate Officer — Title(s): Partner ---- ❑ Limited ❑ General Individual ❑ Attorney in Fact Trustee '- Guardian or Conservator Other: Signer Is Representing: 002014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 �*e�Yvi; C.c,�C'Y,sY'.[�>�.C'�C'�t'�.c'(>•r�t��:�_r..�,�-{'.cC'�cS�:`�'�C'Ys:KSrz4�Ct,�E'�Ya��.t.�Cti,(`�.�4OrSSCS,�C.�(`�'dY'..s 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 2/9/2022 Da to personally appeared before me, Corbin Tyler Pierce, Notary Public Here Insert Name and Title of the Officer James Wu Name(b) of Signer(b) who proved to me on the basis of satisfactory evidence to be the person(6) whose name(';) is/dre subscribed to the within instrument and acknowledged to me that he/s(e/tKey executed the same in his/hbr/their authorized capacity(i6s), and that by his/hhr/thbir signature(i) on the instrument the person(i), or the entity upon behalf of which the person() acted, executed the instrument. L'OMY CORBIN TYLER PIERCE Notary Public • California Riverside County Commission # 2342474 Comm. Expires Jan 14, 2025 y 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 of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document, Description of Attached Document Title or Type of Document: Bid Bond Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): ' Partner — Limited � General Individual Attorney in Fact Trustee Guardian or Conservator Other: 2/1 /2022 Signer's Name: Corporate Officer — Title(s): Partner — Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer is Representing: Signer Is Representing: �^�s�:Y:c,���r-c�e��:,c:�c.�;c;���u�{=c^nc^�?�;�z;�=<;�c.�^���c:�e.��c^u,�,��c.��;��,�=c.�u•Fz�c�;��=c,��c. d2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item 45907 DoCuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-CO8A949986DC BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-M0144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: Pavement Coatings Co. Business Address: 10240 San Sevaine Way Jurupa Valley, CA 91752 Telephone No.: 714-826-3011 State CONTRACTOR's License No. & Class: 303609 A, C-32 DIR No.: 1000003382 Original Date: 3-3-1975 Expiration Date: 9-20-2022 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: Doug Ford- President-10240 San Sevaine Way Jurupa Valley, CA 91752 / 714-826-3011 DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-008A949986DC James Wu- Vice President--10240 San Sevaine Way Jurupa Valley, CA 91752 / 714-826-3011 Tom Mucenski- Secretary-10240 San Sevaine Way Jurupa Valley, CA 91752 / 714-826-3011 Nathan Beyler- Treasurer-10240 San Sevaine Way Jurupa Valley, CA 91752 / 714-826-3011 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint venture are as follows: U&I All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: None IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 9 day of 2022. BIDDEN: February Jame&*_u-Vice President and Title of Signatory Pavement Coatings Co. Legal Name of Bidder 10240 San Sevaine Way Jurupa Valley, CA 91752 Address 714-826-3011 Telephone Number 95-2916670 Federal Tax I.D. No. This document must be notarized prior to submittal. 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 I document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside On 2/9/2022 Date personally appeared before me, Corbin Tyler Pierce, Notary Public Here Insert Name and Title of the Officer James Wu Name(k) of Signer(h) who proved to me on the basis of satisfactory evidence to be the person(k) whose name(k) is/dre subscribed to the within instrument and acknowledged to me that he/she/th(ey executed the same in his/hbr/thleir authorized capacity(i6s), and that by his/h6r/th6ir signature(i) on the instrument the person(i), or the entity upon behalf of which the person( acted, executed the instrument. CORBINTYLER PIERCE Notary Public - California Riverside County Commission # 2342474 My Comm. Expires Jan 19, 2025 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signatur Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bidder's Information Number of Pages: Document Date: 2/9/2022 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): Partner — — Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: Signer's Name: Corporate Officer — Title(s): Partner — Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: 02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-008A949988DC BIDDER'S QUESTIONNAIRE Bid ##ENG-21-22-M0144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. M01445S City of Santa Clarita, California 1. Submitted by: Pavement Coatings Co. Telephone: 714-825-3011 Principal Office Address: 10240 San Sevaine Way Jurupa Valley, CA 91752 2. Type of Firm: ❑ C Corporation M 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: 3-3-1975 State of Incorporation: California President's Name: Doug Ford Vice -President's Name: James Wu Secretary or Clerk's Name: Tom Mucenski Treasurer's Name: Nathan 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: _ N/A Name of all partners holding more than a 10% interest: N/A Designate which are General or Managing Partners. DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-CO8A949986DC BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-21-22-MO144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS City of Sonto Clarita, Colifornia 4. Name of person holding CONTRACTOR'S license: Doug Ford- President License number: 303609 Class: A, C-32 Expiration Date: 9-30-2022 D.I.R. Registration # 1000003382 5. CONTRACTOR's Representative: James Wu Title: Vice President Alternate: Tom Mucenski Title: Secreta 6. List the major construction projects your organization has in progress as of this date: A. Owner: City of San Diego- Slurry Seal Group 2025 Project Location: City of San Diego - Various Areas Type of Project: SlurrySeal B. Owner: County of Riverside- Slurry Seal and Curb Ramps Accessibility Project Districts 4 and 5 Project Location: Riverside County- Various Areas Type of Project: Slurry Seal, Micro -Surfacing, and Chip Seal C. Owner: City of San Diego- Slurry Seal Group 2121 Project Location: City of San Diego - Various Areas Type of Project: Slurry Seal BID SCHEDULE BID # ENG-21-22-MO144SS 21-22 ANNUAL SLURRY SEAL PROJECT BASE BID BIDDER: _ Pavement Coatings Co. ITEM NO. BID ITEMS UNIT TOTAL QTY UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 q0,000, 2 Traffic Control LS 1 1 , 3 Storm Water Pollution Control Program LS 1 Zp 00 4 lCrack Seal & Slurry Seal (Type II) TN 3,009 -y,60.00 I o83 Z D , 5 4" Remove and Replace SF 38,000 q.7 S 1(,I,- 6 Trim and Prune Tree Root SF 264 7 Lower Manhole Covers EA 2 1 8 Adjust Manhole Covers to Finish Grade EA 2 I 0,00 -Z ; 20-00 9 Lower Water Valve Covers EA 2 S00.00 1 f, 10 jAdjust Water Valve Cover Finish Grade EA 2 gZ - 0 a (a50.00 11 12" White Crosswalk / Limit Line (Thermo) LF 1,556 Z , o Ljm.do 12 White Continental Crosswalk LF 253 1S,oe g 7".0 13 Yellow Continental Crosswalk LF 458 1S, 6'7 14 Install Blue RPM @ Fire Hydrant EA 65 Z[y • 1 , GO 15 Striping Detail #1 (Thermo & Markers) LF 1,975 1.096.zr. 16 Striping Detail #12 (Thermo & Markers) LF 270 17,5.So 17 Striping Detail #13 (Thermo & Markers) LF 875 ,,oa 18 Striping Detail #21 (Thermo & Markers) LF 278 1 , 0 Z 7g, oo 19 IStriping Detail #22 (Thermo & Markers) LF 9,683 1 ,'S0 z,cr 20 Striping Detail #23 (Thermo & Markers) LF 1,986 1, 0 7 7 21 Striping Detail #2713 (Thermo & Markers) LF 1,390 0.60 joif. 00 22 Striping Detail #32 (Thermo & Markers) LF 365 1.39qZ 7 23 Striping Detail #38 (Thermo & Markers) LF 817 f .7-5 l 2 24 1 Striping Detail #38A (Thermo & Markers) LF 1,479 .Do It. tf7 .00 25 Striping Detail #38C (Thermo & Markers) LF 765 1. 90 11.1117. 26 Striping Detail #41A (Thermo & Markers) LF 940 1, 00 qqo , bb 27 Arrow Type I (Thermo) EA 1 5 „p . D0 28 Arrow Type IV (LIR) (Thermo) EA 30 65 .00 29 Arrow Type VII (UR) (Thermo) EA 3 1 , 00 .00 30 "STOP" Legend (Thermo) EA 48 clo.00 W 2.o.oa 31 "SLOW" Legend (Thermo) EA 8 go .00 7Zo. oo 32 "SCHOOL" Legend (Thermo) EA 8 1 .Op .00 33 "XING" Legend (Thermo) EA 8 ,p 2jo-00 34 "AHEAD" Legend (Thermo) EA 1 -00 ,d pj TOTAL BASE BID TOTAL AMOUNT IN FIGURES: I 671W L1, 7S 70 i0 BID TOTAL AMOUNT IN WORD$:p,i _'St au/ %n 1Nn rc -Cvrt y 5e�ryti' -Fl VC Ct+t'�, *NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. DocuSign Envelope ID: 90EC5502-CB15-4A94-BDBD-CO8A949986DC BID SCHEDULE BID # ENG-21-22-MO144SS 21-22 ANNUAL SLURRY SEAL PROJECT ALT 1 VALLEY CENTER DRIVE BIDDER: Pavement Coatings Co. ITEM NO. BID ITEMS UNIT QTY UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 3,Q20 3V000 , 2 Traffic Control LS 1 Sgyyp 59,Lf 60. 3 Storm Water Pollution Control Program LS 1 ,00 -L 500, 4 Crack Seal & Microsurfacing wl Black Rock TN 123 4, pG.00 q - 5 4" Remove and Replace SF 5,733 y,Zr y Xe�, 6 12" White Crosswalk 1 Limit Line (Thermo) LF 472 7— .0c, ql4q.00 7 Striping Detail #12 (Thermo & Markers) LF 1 2,431 ,66 1,S D , 5 8 Striping Detail #38 (Thermo & Markers) LF 372 1.25, -00 9 Striping Detail #38A (Thermo & Markers) LF 1,889 1 g , 10 Striping Detail #41A (Thermo & Markers) LF 84 l ,0 p g e{, 00 11 Arrow Type IV (LIR) (Thermo) EA 33 165.00 Ru 0011 12 Arrow Type 1 18'-0" EA I 4 j 15.00 1 q60. DO 11 TOTAL ALTERNATE 1 BID TOTAL AMOUNT IN FIGURES: 17Q, Zel 7. O 2.5 TERNATE 1 BID TOTAL AMOUNT IN WORDS:one hj,,i1o{Ye�/ Sevenh► -arok Two viwd--eW 444e+y srV.N Zollaes •-.d -eve y crKtc, "NOTE: In case of error in extension of price into the total price column, the unit price will govern The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE BID # ENG-21-22-MO144SS 21-22 ANNUAL SLURRY SEAL PROJECT ALT 2 C27 BIDDER: Pavement Coatings Co. ITEM NO BID ITEMS UNIT TOTAL QTY UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 qls=_90 q 2 Traffic Control LS 1 5q,6 oo 5%600 3 Storm Water Pollution Control Program LS 1 Ll,fnm ,p 4 JCrack Seal & Slurry Seal (Type II) TN 695 37b .0 -Z1, 3-W 5 4" Remove and Replace SF 15,312 1i.ZS 07& 6 Lower Water Valve Covers EA 2 0.00 l . ao 7 Adjust Water Valve Cover Finish Grade EA 2 19 ZS.00 t 8 12" White Crosswalk 1 Limit Line (Thermo) LF 83 Z , p 9 Install Blue RPM @ Fire Hydrant EA 34 Z 10 Striping Detail #21 (Thermo & Markers) LF 3,550 1.00 3 Sk-oo 11 Striping Detail #23 (Thermo & Markers) LF 960 1.50 t Ll p•0p 12 Striping Detail 427B (Thermo & Markers) LF 6,480i- 13 "STOP" Legend (Thermo) EA 4 360• TOTAL ALTERNATE 2 BID TOTAL AMOUNT IN FIGURES: Zq2 bSt-i.00 IIALTERNATE 2 BID TOTAL AMOUNT IN WORDS:._, I,.—.L../ S i X kw�r.�rro( -1�i-HY -Fakr' AII&Ks Am.-4 z cro cc.1+s , *NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE BID # ENG-21-22-MO144SS 21-22 ANNUAL SLURRY SEAL PROJECT ALT 3 N9 BIDDER: Pavement Coatings Co. ITEM NO. BID ITEMS UNIT TOTAL QTY UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1%noo gap 0. 2 Traffic Control LS 1 .3 � 3 Storm Water Pollution Control Program LS 1 4 Crack Seal & Slurry Seal (Type II) TN 500 3gZ. pp 5 4" Remove and Replace SF 24,980 y. ZS 5. 6 Trim and Prune Tree Root SF 210 ZS.ov 6, -Zc 7 12" White Crosswalk / Limit Line (Thermo) LF 597 Z , 00 q.00 8 JYellow Cont. Xwalk LF 45 12.. 00 5y0.00 9 Install Blue RPM @ Fire Hydrant EA 19 ZO. ©D o 10 Striping Detail #21 (Thermo & Markers) LF 30 , pp 11 Striping Detail #22 (Thermo & Markers) LF 52 12 Striping Detail #23 (Thermo & Markers) LF 920 11 13 "STOP" Legend (Thermo) EA 24 Z TOTAL ALTERNATE 3 BID TOTAL AMOUNT IN FIGURES: 3 Z . 00 TERNATE 3 BID TOTAL AMOUNT IN WORDS:-rk ree he r ! ei;:kt ty -Pvt r, Rkoks-+mil ~ hlsNht 1,��►t+j- Scvem 40110,'5 G�r,e/ zero C-ekliv. *NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE BID # ENG-21-22-MO144SS 21-22 ANNUAL SLURRY SEAL PROJECT ALT 4 NI I BIDDER: Pavement Coatings Co. ITEM NO BID ITEMS UNIT TOTAL QU ESTITI UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 0c) 15 2 Traffic Control LS 1 1Q3 1(2 3 Storm Water Pollution Control Program LS 1 4 Crack Seal & Slurry Seal (Type II) TN 1,111 . 5 4" Remove and Replace SF 47,956 q.Z 20; g13. 6 Trim and Prune Tree Root SF 700 Z.S. a 17 7 Adjust Manhole Covers to Finish Grade EA 6 1 J I ,c 8 1 Lower Water Valve Covers EA 5 TOO-00 y 9 12" White Crosswalk 1 Limit Line (Thermo) LF 607 y, p t z 10 Yellow Cont. Xwalk LF 130 IZ. p 11 Install Blue RPM @ Fire Hydrant EA 56 7- 12 Striping Detail #1 (Thermo & Markers) LF 1,010 13 Striping Detail #12 (Thermo & Markers) LF 535 0.66 3 .7 14 Striping Detail #21 (Thermo & Markers) LF 3,452 1, 15 1 Striping Detail #22 (Thermo & Markers) LF 210 1 p 16 Striping Detail #2713 (Thermo & Markers) LF 8,365 y Z 17 Striping Detail #32 (Thermo & Markers) LF 760 I •Z 18 Striping Detail #33 (Thermo & Markers) LF 710 22 5 1,697.5 19 Striping Detail #38 (Thermo & Markers) LF 80 too-00 20 Striping Detail #38A (Thermo & Markers) LF 525 1.00 ,0 p 21 Striping Detail #3813 (Thermo & Markers) LF 56 22 Striping Detail #41A (Thermo & Markers) LF 1,840 L.00 1,940,06 23 CHEVRON STRIPING LF 2$ 0 I z- 00 24 Arrow Type IV (LIR) (Thermo) EA 9 do 6155.00 25 JArrow Type Vli (LIR) (Thermo) EA 1 I yp.00110.00 26 "STOP" Legend (Thermo) EA 23 Z Zo. ov 27 "AHEAD"Legend (Thermo) EA 1 M0.00 zo, 00 28 "25" Legend (Thermo) EA 2 G •00 1 0. 00 29 AROW TYPE 1 10'-0" EA 4 &5 , 0 © 0.00 30 AROW TYPE 1 18'-0" EA 2 I I . OD .00 TOTAL ALTERNATE 4 BID TOTAL AMOUNT IN FIGURES: 7 gq, ZqI43 p 00 00 I ALTERNATE 4 BID TOTAL AMOUNT IN WORDS:SC cv► Wuodyed 4%1C lnk"Atd 4f+;y ttniCc �a11w's �zerotcHi . DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-008A949986DC BID SCHEDULE BID # ENG-21-22-M4144SS 21-22 ANNUAL SLURRY SEAL PROJECT ALT 5 TRAIL BIDDER: Pavement Coatings Co. ITEM NO. BID ITEMS UNIT CITY UNIT PRICE I *TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 1 I o, 2 Traffic Control LS 1 3fe 00 36,0000. 3 Storm Water Pollution Control Program LS 1 000 7 4 Crack Fill & Double Seal Coat SF 486,875 b 5 4" Remove and Replace SF 2,990 1 &q{ Z 5 tZ 7 o 6 Trim and Prune Tree Root SF 480 ZS . oD I Z,ppp , 7 12"White Crosswalk 1 Limit Line (Thermo) LF 124 Z•00 H`. o0 8 "STOP" Legend (Thermo) EA 3 c o 9 Striping Detail #39 (Thermo & Markers) LF 34,182 .11)0 C, Z2 2. I �. 10 Striping Detail #39A (Thermo & Markers) LF 22,639 0. e,_4 IIZ4 11 BIKE LANE ARROW EA 88 go p 12 BIKE LANE SYMBOL WITHOUT PERSON EA 60 le Sr TOTAL ALTERNATE 5 BID TOTAL AMOUNT IN FIGURES: 3 6HaZI . C7 TERNATE 5 BID TOTAL AMOUNT IN WORDS:. sc ven+j owe 4011r, rs P w.( -Fi f+Y et rrfs . *NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. ao ,25 va 3D qS 00 `NOTE: In case of error in extension of price into the total price column, the unit price will govern. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BID SCHEDULE 2021-22 Annual Slurry Seal Project M0144SS Bid No. ENG-21-22-MO144SS City Project No. M0144SS City of Santa Clarita, California BIDDER: Pavement Coatings Co. BID SUMMARY TOTAL PRICE IN FIGURES $ l) & -7 91., 4-44- 7 S- BASE BID TOTAL PRICE Dile In /i ion S/!s' Gru�dra'� IN WORDS �'hdus•wEi( ,�aur lzc6�,d► ,� ur o1&e3 AAJFf st tA TOTAL PRICE 1N FIGURES $ l O 2- 9 7, 4� ADD ALTERNATE '1 TOTAL PRICE d/t1 i'N.ynfG.Cy �,�U Lwy+t oI IN WORDS �r�y � vtrvl � ltveil o4ol!<r rs AA,,J �'lS TOTAL PRICE IN FIGURES p $ 4-1 Z , & 54- , ADD ALTERNATE 2 r-&/fa�r�r-f��+'vSA" TOTAL PRICE IN WORDS n-0 VIL,J� 1 TOTAL PRICE IN FIGURES $ 3s4, l Z7• �i0 ADD ALTERNATE 3 7h "e-e- �" J �^k B A.L TOTAL PRICE IN WORDS "-d tW {Ws�Y �GrI"►+ -[/(r("'V-1 c+i� TOTAL PRICE IN FIGURES $ 784- f �� ADD ALTERNATE 4 TOTAL PRICE SEVLri i,,s►1�►�/r �t� (r�lt�V1t]✓5r'`Y� IN WORDS iw+tivGt�t �-•(r-�� E du,LCf",� o„v�v( TOTAL PRICE IN FIGURES $ 3 (41 () 71 . ! D ADD ALTERNATE 5 TOTAL PRICE -� Lam► eG �""'' T xVe\r IN WORDS TOTAL PRICE IN FIGURES $ 3,7 37 TOTAL OF BASE BID AND ALL ADD ALTERNATES TOTAL PRICE IN WORDS _ 1 foi. (� 7, j �v+o( ��to j_,'j V.,-- *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 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: 90EC5502-CB15-4A94-BD8D-CO8A949986DC CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-21-22-M0144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS 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. Pavement Coatings Co. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 - Friday, February 16, 1968 - p. 3065). DocuSign Envelope ID: 90EC5502-CB15-4A94-BD8D-COBA949986DC DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #ENG-21-22-M0144SS 21-22 Annual Slurry Seal Project M0144SS City Project No. M0144SS City of Santo Clorita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. N/A The Contractor further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department/agency. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute sig77�=t7w--,— Bidder: Title / JaQW,- Wu - Vice President NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # ENG 21-22 - No. M0144 Materials Testing and Inspection Services for Overlay and Slurry Seal Projects 1. SUMMARY OF CONTRACT REQUIREMENTS a. A contract is required for any service performed on behalf of the 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 i. 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. 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 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. 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: (�C Y� Date: March 14, 2022 Printed Name: Mariel Attento Rhorer City of Santa Clarita Materials Testing and Inspection Services for Overlay and Slurry Seal Projects Proposal ENG 21-22 - No. M0144 TWINING Engineering a Better Tomorrow w/0. "TWINING 1879 Portola Road, Suite G Ventura CA 93003 March 11, 2022 Proposal No. 22-0357 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 21-22 - No. M0144 Dear Mr. Fuentes: Twining, Inc. (Twining) is pleased to present our proposal and qualifications for the 2021-2022 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 andwehave reviewedthe 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 bytheCityin 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 similarto 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, ourteam 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 ourteam 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 theirwork 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 forthe opportunity to present our proposal.Twining's expertise, leadership, technical resources, and commitmentto quality will make us a valuable member ofyourteam 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, Amir-Gh vibazoo, PhD Muriel A tento Rhorer Project Manager/Engineering Oversight Vice President of Client Development 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 that we 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 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 suitability for 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 that Twining 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 work with 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 forthe 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 public works 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 » 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 Annual 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 colorfor a 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 throughout the projects. Awards » 2019 Construction Management Association 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 Quality Control Manager/ Engineer Jeff Tawakoli, PE Project Manager/ Engineering Oversight AmirGhavi �. �� 1 Laboratory Manager Lead Public Works Inspector Glenn Taylor* Laboratory Technicians 7 Firm's principal contact PF Resumes available upon request * Eddie Perez Trevor Roberts* Steve Coldiron* om David Scherer* Twining, Inc. I City of Santa Clarita 10 QUALIFICATIONS OF FIRM AND ASSIGNED STAFF /e1 u I I Inkild 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 fortheir 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 throughoutthis 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 contactfor the 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 Output: 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 Output: 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 report will be prepared and provided to the City for its records. Twining, Inc. I City of Santa Clarita 15 uu J G LLI x V tn it, IaaM 6£ N-aM 8£ NaaM I NaaM 9£ NaaM 5£ IaaM b£ IIaaM ££ IIaaM Z£ IaaM T£ IIaaM 0£ NaaM a a a a a a a 6Z NaaM 8Z �IaaM LZ NaaM 9Z NaaM SZ M—AA Y W K d £Z NaaM a a a a a co ZZ NaaM TZ NaaM VV 00sm V MR MRm W QV W OZ NaaM v W U 61 NaaM a a a a cn �C ST NaaM v O v LT MaaM Q 91 NaaM v v v O Q ST NaaM VT Naary� a a Z Z v a Q Q £T �IaaM H ZT NaaM v U Q Ti laaM w w w � H Z yaj OT �IaaM a a OM V LL Q 6 �IaaM v a U 8 NaaM L NaaM 9 NaaM a S NaaM £ NaaM a a Z NaaM a v T IIaaM a v v -_ Jd a d o U d m U U Q .75 U E, m 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. Not Applicable - Twining will not need to utilize subconsultants for this project DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # ENG 21-22 - No. M0144 Materials Testing and Inspection Services for Overlay and Slurry Seal Projects The City of Santa Clarita has adopted a Disadvantaged Business Enterprise (DBE) Program to support federally funded procurements. The City strongly encourages the participation of small and Disadvantaged Business Enterprises in its federally funded projects and this site is intended to provide assistance to such businesses. 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. Please add additional sheets if needed. Subcontractor DIR Registration No. Dollar Value of Work Age of firm: °C�Yes 49 GeFtic.,,.,, A,.,,..,-.,• 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: °C�Kes GeFtit.,'.., A,.,,..,-.,• 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: °C�xeS IN GeFtic.,,.,, A,.,,..,-.,• Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. CITY OF SANTA CLARITA DISCLOSURE STATEMENT PROPOSAL # ENG 21-22 - No. M0144 Materials Testing and Inspection Services for Overlay and Slurry Seal Projects The following information must be disclosed: 1. List the names of all persons having a financial interest in the Request for Proposal. N/A 2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all individuals owning more than ten percent of the shares in the corporation or owning any partnership interest in the partnership. N/A 3. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or trustor of the trust. N/A 4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If yes, please indicate the person(s) with whom you have conducted business. No NOTE: Attach additional pages as necessary. i -- Signature of Offeror Mariel Attento Rhorer. Print or Type Name of Offeror March 14, 2022 Date EQUAL OPPORTUNITY/AFFIRMATIVE ACTION STATEMENT PROPOSAL # ENG-20-21-M0137M Materials Testing and Inspection Services for Overlay and Slurry Seal Projects The offeror hereafter described will not discriminate against any employee or applicant for employment because of race/color, national origin, sex, sexual preference, religion, age, or handicapped status in employment or the provisions of services. Signature Mariel Attento Rhorer, Vice President of Client Development Typed Name a REFERENCES PROPOSAL # ENG-20-21-MO137M Materials Testing and Inspection Services for Overlay and Slurry Seal Projects City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which proposer has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict with the references requested in the scope of work, the scope of work shall govern. Complete this form out accordingly. Fill out this form completely and upload it with your proposal. 1. City of Santa Clarita, 23920 Valencia Boulevard Suite 120, Santa Clarita, CA 91355 Name and Address of Owner / Agency Ramiro Fuentes, 661.286.4025 Name and Telephone Number of Person Familiar with Project $1.16 million (2019-2020) 1 Annual Overlay and Slurry Seal Project Material Testing and Inspection Ongoing Contract Amount Type of Work Date Completed Z. City of Simi Valley, 2929 Tapo Canyon Road, Simi Valley, CA 93063 Name and Address of Owner / Agency Mansour Moradi, 805.583.6891 Name and Telephone Number of Person Familiar with Project $29,300 (2018 ) I Annual Major Streets Pavement Program Material Testing and Inspection 12019 Contract Amount Type of Work Date Completed 3 City of Thousand Oaks, 2100Thousand Oaks Boulevard, Thousand Oaks, CA 91362 Name and Address of Owner / Agency MikeTohidian, 805.449.2516 Name and Telephone Number of Person Familiar with Project $566,577 (2020) 1 Annual Rubberized Asphalt Concrete Rehab 12020 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom Proposer intends to procure insurance bonds: Not Applicable ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK PROPOSAL # ENG 21-22 - No. M0144 Materials Testing and Inspection Services for Overlay and Slurry Seal Projects By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Scope of Work for the Materials Testing and Inspection Services for Overlay and Slurry Seal Projects. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established Scope of Work throughout the length of the contract. Supervisor's Signature: *Estimator's Signatu Date: March 14, 2022 arch 14, 2022 *Owner's Signature: 4-- Date: March 14, 2022 *All three signatures required City of Santa Clarita Materials Testing and Inspection Services for Overlay and Slurry Seal Projects Proposal ENG 21-22 - No. M0144 Cost File � _�:c.:s,"���"+� = ^� J�C �rj � �� �� ����•-'tea 23920 'INING ng a Better Tomorrow 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's A.M Best Rating is A.M. Best Rating is A -/IX (a point below your requirement). Mariel Attento Rhorer Vice President of Client Development (Authorized to bind the firm) Twining, Inc. I City of Santa Clarita 19 COST FILE 1 I Table # Project Task Testing Inspection Total Fee 1 Slurry BASE BID $7,946 $92,249 $100,195 2 ALTERNATE 1 $1,787 $15,909 $17,696 3 ALTERNATE 2 $3,255 $31,819 $35,074 4 ALTERNATE 3 $4,244 $31,819 $36,063 5 ALTERNATE 4 $4,882 $35,002 $39,884 6 ALTERNATE 5 $1,627 $17,182 $18,809 7 Overlay A BASE BID $49,389 $270,733 $320,122 8 ALTERNATE 1 $52,211 $206,526 $258,737 9 ALTERNATE 2 $28,222 $87,304 $115,526 10 ALTERNATE 3 $53,622 $163,866 $217,488 11 ALTERNATE 4 $25,647 $87,304 $112,951 12 ALTERNATE 5 $24,236 $87,304 $111,540 13 Overlay B BASE BID $25,400 $206,526 $231,926 14 ALTERNATE 1 $42,333 $206,526 $248,859 15 ALTERNATE 2 $49,389 $87,304 $136,693 16 ALTERNATE 3 $49,389 $206,526 $255,915 17 ALTERNATE 4 $7,056 $52,536 $59,592 Total $430,636 $1,886,435 $2,317,071 Twining, Inc. I City of Santa Clarita 20 City of Santa Clarita 2021-2022 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Materials Testing - Base Bid COST FILE Test Method(s) Quality Characteristic Minimum Sampling and Testing Frequency Location of Sampling Estimated Number of Tests Unit Cost Extended Cost Slurry R&R Areasa Total CT 202 Aggregate Gradation 1 Per Week Stock Pile 4 1 5 $160 $798 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum 1 Per Day At Plant` 16 4 20 $160 $3,193 CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Per Day Mat Behind Pave' --- 4 4 $160 $639 Cores` Percent Compaction °', 1 Per 250 Tons, Minimum 3 Per Day Compacted Mat --- 12 12 $82 $989 CT 309 Rice Density 1 Per Day Mat Behind Paver --- 4 4 $160 $639 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver --- 4 4 $0 $0 CT 366 Stabilometer Valuef 1 Per Day Mat Behind Paver --- 4 4 $211 $845 CT 3671 Air Voids Content' 1 Per Day Mat Behind Paver --- 4 4 $211 $845 AASHTO R 29 Asphalt Binder 1 Per Day' At Plant --- --- --- a Sample digout material at the regular frequency. " Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. Total Cost $7,946 ` Item includes the cost oftesting core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. `Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). ` Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place ofthe CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2021-22 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Materials Testing -Alt 1 Test Method(s) Quality Characteristic Minimum Sampling and Testing Frequency Location of Sampling Estimated Number of Tests Unit Cost Extended Cost Micro R&R Areasa Total CT 202 Aggregate Gradation 1 Per Week Stock Pile 1 1 2 $160 $319 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum 1 Per Day At Plant° 2 1 3 $160 $479 CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Per Day Mat Behind Paver" -- 1 1 $160 $160 Cores° Percent Compaction°, 1 Per 250 Tons, Minimum 3 Per Day Compacted Mat --- 3 3 $82 $247 CT 309 Rice Density 1 Per Day Mat Behind Paver --- 1 1 $160 $160 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver --- 1 1 $0 $0 CT 366 Stabilometer Value` 1 Per Day Mat Behind Paver --- 1 1 $211 $211 CT 3679 Air Voids Content` 1 Per Day Mat Behind Paver --- 1 1 $211 $211 AASHTO R 29 Asphalt Binder 1 Per Day1 At Plant --- --- --- 'Sample digout material atthe regular frequency. ` Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. Total Cost $1,787 ` Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. `Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). r Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 21 City of Santa Clarita 2021-22 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Materials Testing - Alt 2 COST FILE Test Method(s) Quality Characteristic Minimum Sampling and Testing Frequency Location of Sampling Estimated Number of Tests Unit Cost Extended Cost Slurry R&R Areas' Total CT 202 Aggregate Gradation 1 Per Week Stock Pile 1 1 2 $160 $319 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum 1 Per Day At Plant" 4 2 6 $160 $958 CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Per Day Mat Behind Pavel' --- 2 2 $160 $319 Cores` Percent Compaction ° e 1 Per 250 Tons, Minimum 3 Per Day Compacted Mat --- 6 6 $82 $494 CT 309 Rice Density 1 Per Day Mat Behind Paver --- 2 2 $160 $319 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver --- 2 2 $0 $0 CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver --- 2 2 $211 $422 CT 3679 Air Voids Content' 1 Per Day Mat Behind Paver --- 2 2 $211 $422 AASHTO R 29 Asphalt Binder 1 Per Day' At Plant --- --- --- Sample digout material at the regular frequency. Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. Total Cost $3,255 Item includes the cost of testing core specimens in the lab. 'Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). `Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. ° Test must be performed by an AASHTO certified laboratory. No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2021-22 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Materials Testing -Alt 3 Test Method(s) Quality Characteristic Minimum Sampling and Testing Frequency Location of Sampling Estimated Number of Tests Unit Cost Extended Cost Slurry R&R Areas' Total CT 202 Aggregate Gradation 1 Per Week Stock Pile 1 1 2 $160 $319 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum 1 Per Day At Plant" 3 3 6 $160 $958 CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Per Day Mat Behind Pavel' --- 3 3 $160 $479 Cores` Percent Compaction°', 1 Per 250 Tons, Minimum 3 Per Day Compacted Mat --- 9 9 $82 $742 CT 309 Rice Density 1 Per Day Mat Behind Paver --- 3 3 $160 $479 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver --- 3 3 $0 $0 CT 366 Stabilometer Value! 1 Per Day Mat Behind Paver --- 3 3 $211 $633 CT 3679 Air Voids Content! 1 Per Day Mat Behind Paver --- 3 3 $211 $633 AASHTO R 29 Asphalt Binder 1 Per Da f At Plant --- --- --- Sample digout material at the regular frequency. Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. Total Cost $4,244 'Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. 'Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). 'Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression ofthe engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 22 City of Santa Clarita 2021-22 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Materials Testing -Alt 4 COST FILE Test Method(s) Quality Characteristic Minimum Sampling and Testing Frequency Location of Sampling Estimated Number of Tests Unit Cost Extended Cost Slurry R&R Areas' Total CT 202 Aggregate Gradation 1 Per Week Stock Pile 2 1 3 $160 $479 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum 1 Per Day At Plant" 6 3 9 $160 $1,437 CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Per Day Mat Behind Paver' --- 3 3 $160 $479 Cores` Percent Compaction e 1 Per 250 Tons, Minimum 3 Per Day Compacted Mat --- 9 9 $82 $742 CT 309 Rice Density 1 Per Day Mat Behind Paver --- 3 3 $160 $479 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver --- 3 3 $0 $0 CT 366 Stabilometer Valuef 1 Per Day Mat Behind Paver --- 3 3 $211 $633 CT 3679 Air Voids Contentf 1 Per Day Mat Behind Paver --- 3 3 $211 $633 AASHTO R 29 Asphalt Binder 1 Per Day At Plant --- --- a Sample digout material at the regular frequency. Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. Total Cost $4,882 Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). Report the average of 3 tested briquettes from a single sample. e Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2021-22 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Materials Testing -Alt 5 Test Method(s) Quality Characteristic Minimum Sampling and Testing Frequency Location of Sampling Estimated Number of Tests Unit Cost Extended Cost R&R Areas' Seal Coat Total CT 202 Aggregate Gradation 1 Per Week Stock Pile 1 2 3 $160 $479 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum 1 Per Day At Plant" 1 --- 1 $160 $160 CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Per Day Mat Behind Paver" 1 --- 1 $160 $160 Cores` Percent Compaction e 1 Per 250 Tons, Minimum 3 Per Day Compacted Mat 3 --- 3 $82 $247 CT 309 Rice Density 1 Per Day Mat Behind Paver 1 --- 1 $160 $160 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 1 --- 1 $0 $0 CT 366 Stabilometer Value! 1 Per Day Mat Behind Paver 1 --- 1 $211 $211 CT 3679 Air Voids Contentf 1 Per Day Mat Behind Paver 1 --- 1 $211 $211 AASHTO R 29 Asphalt Binder 1 Per Day' At Plant --- --- a Sample digout material at the regular frequency. Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. Total Cost Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). Report the average of 3 tested briquettes from a single sample. e Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 23 City of Santa Clarita 2021-22 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Base Bid COST FILE Position a Estimated Double Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 60 163 $9,764 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 280 115 173 230 $32,200 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 80 137 $10,959 Assurance operations and review of test results. Slurry Inspector (8 hour day) : Responsibilities include crackfill, mat 120 106 159 212 $12,731 inspection and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 80 106 159 212 $8,487 compaction and temperatures behind the roller. Slurry Inspector (4 hour day) : Responsibilities include crackfill, mat 60 106 --- --- $6,365 inspection and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 40 106 --- --- $4,244 compaction and temperatures behind the roller. Clerical 80 94 $7,498 eAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $92,249 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. 'Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. City of Santa Clarita 2021-22 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management -Alt 1 Position a Estimated Double Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 10 163 $1,627 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 40 115 $173 $230 $4,600 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 16 137 $2,192 Assurance operations and review of test results. Slurry Inspector (8 hour day) : Responsibilities include crackfill, mat 24 106 $159 $212 $2,546 inspection and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 16 106 $159 $212 $1,697 compaction and temperatures behind the roller. Slurry Inspector (4 hour day) : Responsibilities include crackfill, mat 12 106 --- --- $1,273 inspection and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 8 106 --- --- $849 compaction and temperatures behind the roller. Clerical 12 94 $1,125 eAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $15,909 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 24 COST FILE City of Santa Clarita 2021-22 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 2 Position a Estimated Double Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 20 163 $3,255 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 80 115 $173 $230 $9,200 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 32 137 $4,384 Assurance operations and review of test results. Slurry Inspector (8 hour day) : Responsibilities include crackfill, mat 48 106 $159 $212 $5,092 inspection and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 32 106 $159 $212 $3,395 compaction and temperatures behind the roller. Slurry Inspector (4 hour day) : Responsibilities include crackfill, mat 24 106 --- --- $2,546 inspection and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 16 106 --- --- $1,697 compaction and temperatures behind the roller. Clerical 24 94 $2,250 eAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $31,819 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. 'Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. City of Santa Clarita 2021-22 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 3 Position a Estimated Double Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 20 163 $3,255 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 80 115 $173 $230 $9,200 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 32 137 $4,384 Assurance operations and review of test results. Slurry Inspector (8 hour day) : Responsibilities include crackfill, mat 48 106 $159 $212 $5,092 inspection and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 32 106 $159 $212 $3,395 compaction and temperatures behind the roller. Slurry Inspector (4 hour day) : Responsibilities include crackfill, mat 24 106 --- --- $2,546 inspection and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 16 106 --- --- $1,697 compaction and temperatures behind the roller. Clerical 24 94 $2,250 eAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $31,819 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 25 COST FILE City of Santa Clarita 2021-22 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 4 Position a Estimated Double Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 20 163 $3,255 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 80 115 $173 $230 $9,200 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 32 137 $4,384 Assurance operations and review of test results. Slurry Inspector (8 hour day) : Responsibilities include crackfill, mat 60 106 $159 $212 $6,365 inspection and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 40 106 $159 $212 $4,244 compaction and temperatures behind the roller. Slurry Inspector (4 hour day) : Responsibilities include crackfill, mat 30 106 --- --- $3,183 inspection and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 20 106 --- --- $2,122 compaction and temperatures behind the roller. Clerical 24 94 $2,250 a All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $35,002 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. City of Santa Clarita 2021-22 Annual Slurry Seal Program City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 5 Position a Estimated Double Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 10 163 $1,627 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 40 115 $173 $230 $4,600 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 16 137 $2,192 Assurance operations and review of test results. Slurry Inspector (8 hour day) : Responsibilities include crackfill, mat 24 106 $159 $212 $2,546 inspection and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 24 106 $159 $212 $2,546 compaction and temperatures behind the roller. Slurry Inspector (4 hour day) : Responsibilities include crackfill, mat 12 106 --- --- $1,273 inspection and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 12 106 --- --- $1,273 compaction and temperatures behind the roller. Clerical 12 94 $1,125 a All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $17,182 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 26 City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Materials Testing - Base Bid COST FILE Estimated Number of Tests R&R Minimum Sampling Test Method(s) Quality Characteristic and Testing Location of Sampling ARHM a Areas D2 AC Total Unit Cost Extended Cost Frequency CT 202 Aggregate Gradation 1 Per 750 Tons, At Plantb 20 12 3 35 $211 $7,390 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plantb 20 12 3 35 $160 $5,588 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' 20 12 3 35 $211 $7,390 Minimum 1 Per Day Cores` Percent Compactiond,e 1 Per 250 Tons, Compacted Mat 60 36 9 105 $82 $8,652 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 20 12 3 35 $160 $5,588 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 20 12 3 35 - - CT 366 Stabilometer Valuef 1 Per Day Mat Behind Paver 20 12 3 35 $211 $7,390 CT 3679 Air Voids Contentf 1 Per Day Mat Behind Paver 20 12 3 35 $211 $7,390 a Sample digout material at the regular frequency. Total Cost $49,389 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. 'Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. 'Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). 'Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. h Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Materials Testing -Alt 1 (Golden) Estimated Number of Tests R&R Minimum Sampling and Test Method(s) Quality Characteristic Testing Frequency Location of Sampling ARHM D2 AC Areas' C2 AC Total Unit Cost Extended Cost CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant° 13 4 12 8 37 $211 $7,813 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant' 13 4 12 8 37 $160 $5,907 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Pave' 13 4 12 8 37 $211 $7,813 Minimum 1 Per Day Cores` Percent Compaction' 1 P Compacted Mat 39 12 36 24 111 $82 $9,146 Minimuer m 3 Pum 3 Per Dr Day CT 309 Rice Density 1 Per Day Mat Behind Paver 13 4 12 8 37 $160 $5,907 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 13 4 12 8 37 - - CT 366 Stabilometer Value` 1 Per Day Mat Behind Paver 13 4 12 8 37 $211 $7,813 CT 3679 Air Voids Content` 1 Per Day Mat Behind Paver 13 4 12 8 37 $211 $7,813 a Sample digout material at the regular frequency. Total Cost $52,211 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. ` Item includes the cost of testing core specimens in the lab. ° Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be detennined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). r Report the average of 3 tested briquettes from a single sample. e Use CT 309 to determine maximum theorefical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. h Test must be performed by an AASHTO certified laboratory. ' No testing of binderwill be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 27 City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Materials Testing - Alt 2 (Magic) COST FILE Estimated Number of Tests ARHM D2 AC R&R Total Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling Unit Cost Extended Cost Testing Frequency Areas' CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant' 9 2 9 20 $211 $4,223 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant" 9 2 9 20 $160 $3,193 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Pavel' 9 2 9 20 $211 $4,223 Minimum 1 Per Day Cores` Percent Compaction e 1 Per 250 Tons, Compacted Mat 27 6 27 60 $82 $4,944 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 9 2 9 20 $160 $3,193 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 9 2 9 20 - - CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 9 2 9 20 $211 $4,223 CT 3679 Air Voids Content' 1 Per Day Mat Behind Paver 1 9 1 2 1 9 20 $211 $4,223 a Sample digout material at the regular frequency. Total Cost $28,222 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. 'Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. 'Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). 'Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Materials Testing -Alt 3 (Via Princessa) Estimated Number of Tests ARHM C2 AC Total Test Method(s) Quality Characteristic Minimum Sampling Location of Sampling Unit Cost Extended Cost and Testing Frequency CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant" 6 32 38 $211 $8,024 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant" 6 32 38 $160 $6,067 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Pavel' 6 32 38 $211 $8,024 Minimum 1 Per Day Cores` Percent Compaction e 1 Per 250 Tons, Compacted Mat 18 96 114 $82 $9,394 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 6 32 38 $160 $6,067 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 6 32 38 - - CT 366 Stabilometer Value! 1 Per Day Mat Behind Paver 6 32 38 $211 $8,024 CT 3679 Air Voids Content! 1 Per Day Mat Behind Paver 6 32 38 $211 $8,024 a Sample digout material at the regular frequency. Total Cost $53,622 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. ` Item includes the cost oftesting core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). ' Report the average of 3 tested briquettes from a single sample. e Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 28 City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Materials Testing - Alt 4 (Copper S) COST FILE Estimated Number of Tests ARHM D2 AC R&R Total Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling Unit Cost Extended Cost Testing Frequency a Areas CT 202 Aggregate Gradation 1 Per 750 Tons, At Plantb 5 3 10 18 $211 $3,801 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plantb 5 3 10 18 $160 $2,874 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Pavel° 5 3 10 18 $211 $3,801 Minimum 1 Per Day Cores` Percent Compaction e 1 Per 250 Tons, Compacted Mat 15 12 30 57 $82 $4,697 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 5 3 10 18 $160 $2,874 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 5 3 10 18 - - CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 5 3 10 18 $211 $3,801 CT 3671 Air Voids Content' 1 Per Day Mat Behind Paver 5 1 3 10 18 $211 $3,801 a Sample digout material at the regular frequency. Total Cost $25,647 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. 'Item includes the cost of testing core specimens in the lab. 'Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. 'Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). 'Report the average of 3 tested briquettes from a single sample. e Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Materials Testing - Alt 5 (Copper N) Estimated Number of Tests RSR Minimum Sampling and Test Method(s) Quality Characteristic Testing Frequency Location of Sampling M ARM D2 AC Areas' Total Unit Cost Extended Cost CT 202 Aggregate Gradation 1 Per 750 Tons, At Plane7 3 7 17 $211 $3,590 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per Tons, At Plane 3 7 17 $160 $2,714 Minimum 1 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paved 7 3 7 17 $211 $3,590 Minimum 1 Per Day Cores` Percent Compactionde 1 Per 250 Tons, Compacted Mat 21 12 21 54 $82 $4,450 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 7 3 7 17 $160 $2,714 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 7 3 7 17 - - CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 7 3 7 17 $211 $3,590 CT 3679 Air Voids Content' 1 Per Day Mat Behind Paver 7 3 7 17 $211 $3,590 a Sample digoul material at the regular frequency. Total Cost $24,236 b Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. c Item includes the cost of testing core specimens in the lab. d Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. a Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). ' Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. d Test must be performed by an AASHTO certified laboratory. 'No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 29 City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Base Bid COST FILE Position a Estimated Double Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 200 163 $32,548 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 320 115 $173 $230 $36,800 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 240 137 $32,878 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 320 106 $159 $212 $33,949 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 320 106 $159 $212 $33,949 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 320 106 $159 $212 $33,949 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 160 106 --- --- $16,974 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 160 106 --- --- $16,974 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 160 106 --- --- $16,974 sampling of aggregates, binders, and hot mix asphalt. Clerical 100 94 $9,373 Coring Technician`: Responsibilities include the extraction of cores and 318 --- --- $6,365 the filling of holes following extraction. 20 Daysd eAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total COSY $270,734 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. ° Rate for coring technician is based on a per day basis. City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 1 (Golden) Position a Estimated Double Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 180 163 $29,293 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 240 115 $173 $230 $27,600 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 180 137 $24,658 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 240 106 $159 $212 $25,462 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 240 106 $159 $212 $25,462 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 240 106 $159 $212 $25,462 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 120 106 --- --- $12,731 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 120 106 --- --- $12,731 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 120 106 --- --- $12,731 sampling of aggregates, binders, and hot mix asphalt. Clerical 60 94 $5,624 Coring Technician`: Responsibilities include the extraction of cores and 318 --- --- $4,774 the filling of holes following extraction. 15 Daysd a All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. ° Total Cost $206,526 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. ° Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 30 City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 2 (Magic) COST FILE Position a Estimated Double Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 80 163 $13,019 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 100 115 $173 $230 $11,500 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 80 137 $10,959 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 96 106 $159 $212 $10,185 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 96 106 $159 $212 $10,185 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 96 106 $159 $212 $10,185 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 48 106 --- --- $5,092 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 48 106 --- --- $5,092 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 48 106 --- --- $5,092 sampling of aggregates, binders, and hot mix asphalt. Clerical 30 94 $2,812 Coring Technician`: Responsibilities include the extraction of cores and 318 --- --- $3,183 the filling of holes following extraction. 10 Daysd eAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $87,304 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 3 (Via Princessa) Position a Estimated Double Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 120 163 $19,529 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 120 115 $173 $230 $13,800 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 180 137 $24,658 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 200 106 $159 $212 $21,218 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 200 106 $159 $212 $21,218 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 200 106 $159 $212 $21,218 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 100 106 --- --- $10,609 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 100 106 --- --- $10,609 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 100 106 --- --- $10,609 sampling of aggregates, binders, and hot mix asphalt. Clerical 60 94 $5,624 Coring Technician`: Responsibilities include the extraction of cores and 318 --- --- $4,774 the filling of holes following extraction. 15 Daysd eAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $163,866 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 31 City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 4 (Copper South) COST ALF Position a Estimated Double Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 80 163 $13,019 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 100 115 $173 $230 $11,500 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 80 137 $10,959 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 96 106 $159 $212 $10,185 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 96 106 $159 $212 $10,185 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 96 106 $159 $212 $10,185 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 48 106 --- --- $5,092 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 48 106 --- --- $5,092 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 48 106 --- --- $5,092 sampling of aggregates, binders, and hot mix asphalt. Clerical 30 94 $2,812 Coring Technician`: Responsibilities include the extraction of cores and 318 --- --- $3,183 the filling of holes following extraction. 10 Daysd All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $87,304 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. City of Santa Clarita 2021-22 Annual Overlay A Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 5 (Copper North) Position' Estimated Double Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 80 163 $13,019 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 100 115 $173 $230 $11,500 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 80 137 $10,959 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 96 106 $159 $212 $10,185 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 96 106 $159 $212 $10,185 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 96 106 $159 $212 $10,185 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 48 106 --- --- $5,092 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 48 106 --- --- $5,092 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 48 106 --- --- $5,092 sampling of aggregates, binders, and hot mix asphalt. Clerical 30 94 $2,812 Coring Technician`: Responsibilities include the extraction of cores and 318 --- --- $3,183 the filling of holes following extraction. 10 Daysd eAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total COSY $87,304 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 32 City of Santa Clarita 2021-22 Annual Overlay B Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 4 (Newhall Ave) COST FILE Position a Estimated Double Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 64 163 $10,415 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 80 115 $173 $230 $9,200 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 64 137 $8,767 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 40 106 $159 $212 $4,244 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 40 106 $159 $212 $4,244 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 40 106 $159 $212 $4,244 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 20 106 --- --- $2,122 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 20 106 --- --- $2,122 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 20 106 --- --- $2,122 sampling of aggregates, binders, and hot mix asphalt. Clerical 20 94 $1,875 Coring Technician`: Responsibilities include the extraction of cores and 318 --- --- $3,183 the filling of holes following extraction. 10 Daysd eAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $52,536 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. 'Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. City of Santa Clarita 2021-22 Annual Overlay B Project City Project No. M0144 Quality Assurance Testing Program Materials Testing - Base Bid Estimated Number of Tests Minimum Sampling R&R Test Method(s) Quality Characteristic and Testing Location of Sampling ARHM a Areas D2 AC Total Unit Cost Extended Cost Fre uenc CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant° 12 2 4 18 $211 $3,801 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per Tons, At Plant° 12 2 4 18 $160 $2,874 1 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Pavel' 12 2 4 18 $211 $3,801 Minimum 1 Per Day Cores` Percent Compaction e 1 Per 250 Tons, Compacted Mat 36 6 12 54 $82 $4,450 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 12 2 4 18 $160 $2,874 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 12 2 4 18 - - CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 12 2 4 18 $211 $3,801 CT 3671 Air Voids Content' 1 Per Day Mat Behind Paver 12 2 4 18 $211 $3,801 eSample digout material at the regular frequency. Total Cost $25,400 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. ` Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. `Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). ' Report the average of 3 tested briquettes from a single sample. e Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 33 City of Santa Clarita 2021-22 Annual Overlay B Project City Project No. M0144 Quality Assurance Testing Program Materials Testing -Alt 1 (C1N) COST FILE Estimated Number of Tests ARHM D2 AC R&R Total Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling Unit Cost Extended Cost Testing Frequency Areas' CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant' 15 5 10 30 $211 $6,335 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant° 15 5 10 30 $160 $4,790 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Pavel' 15 5 10 30 $211 $6,335 Minimum 1 Per Day Cores` Percent Compaction e 1 Per 250 Tons, Compacted Mat 45 15 30 90 $82 $7,416 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 15 5 10 30 $160 $4,790 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 15 5 10 30 - - CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 15 5 10 30 $211 $6,335 CT 3679 Air Voids Content' 1 Per Day Mat Behind Paver 15 1 5 1 10 30 $211 $6,335 a Sample digout material at the regular frequency. Total Cost $42,333 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. 'Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. 'Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). 'Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2021-22 Annual Overlay B Project City Project No. M0144 Quality Assurance Testing Program Materials Testing -Alt 2 (CIS) Estimated Number of Tests ARHM D2 AC R&R Total Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling Unit Cost Extended Cost Testing Frequency Areas' CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant' 15 5 15 35 $211 $7,390 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant' 15 5 15 35 $160 $5,588 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Pavel' 15 5 15 35 $211 $7,390 Minimum 1 Per Day Cores` Percent Compaction e 1 Per 250 Tons, Compacted Mat 45 15 45 105 $82 $8,652 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 15 5 15 35 $160 $5,588 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 15 5 15 35 - - CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 15 5 15 35 $211 $7,390 CT 3679 Air Voids Content' 1 Per Day Mat Behind Paver 15 5 15 35 $211 $7,390 ' Sample digout material at the regular frequency. Total Cost $49,389 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. ` Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). ' Report the average of 3 tested briquettes from a single sample. e Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. h Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 34 City of Santa Clarita 2021-22 Annual Overlay B Project City Project No. M0144 Quality Assurance Testing Program Materials Testing - Alt 3 (V16S) COST FILE Estimated Number of Tests ARHM D2 AC R&R Total Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling Unit Cost Extended Cost Testing Frequency Areas' CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant° 15 5 15 35 $211 $7,390 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant° 15 5 15 35 $160 $5,588 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Pavel' 15 5 15 35 $211 $7,390 Minimum 1 Per Day Cores` Percent Compaction e 1 Per 250 Tons, Compacted Mat 45 15 45 105 $82 $8,652 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 15 5 15 35 $160 $5,588 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 15 5 15 35 - - CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 15 5 15 35 $211 $7,390 CT 3679 Air Voids Content' 1 Per Day Mat Behind Paver 15 5 15 35 $211 $7,390 a Sample digout material at the regular frequency. Total Cost $49,389 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. 'Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. 'Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). 'Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2021-22 Annual Overlay B Project City Project No. M0144 Quality Assurance Testing Program Materials Testing - Alt 4 (Newhall Ave) Estimated Number of Tests ARHM C2 AC D2 AC Total Test Method(s) Quality Characteristic Minimum Sampling and Location of Sampling Unit Cost Extended Cost Testing Frequency CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant° 2 2 1 5 $211 $1,056 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons,Minimum At Plant° 2 2 1 5 $160 $798 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Pavel' 2 2 1 5 $211 $1,056 Minimum 1 Per Day Cores` Percent Compaction °e 1 Per 250 Tons, Minimum 3 Per Day Compacted Mat 6 6 3 15 $82 $1,236 CT 309 Rice Density 1 Per Day Mat Behind Paver 2 2 1 5 $160 $798 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 2 2 1 5 - - CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 2 2 1 5 $211 $1,056 CT 3679 Air Voids Content' 1 Per Day Mat Behind Paver 1 2 1 2 1 1 5 $211 $1,056 a Sample digout material at the regular frequency. Total Cost $7,056 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. ` Item includes the cost of testing core specimens in the lab. Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). ' Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 35 City of Santa Clarita 2021-22 Annual Overlay B Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Base Bid COST FILE Position a Estimated Double Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 180 163 $29,293 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 240 115 $173 $230 $27,600 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 180 137 $24,658 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 240 106 $159 $212 $25,462 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 240 106 $159 $212 $25,462 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 240 106 $159 $212 $25,462 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 120 106 --- --- $12,731 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 120 106 --- --- $12,731 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 120 106 --- --- $12,731 sampling of aggregates, binders, and hot mix asphalt. Clerical 60 94 $5,624 Coring Technician`: Responsibilities include the extraction of cores and 318 --- --- $4,774 the filling of holes following extraction. 15 Daysd eAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total COSY $206,526 Hourly cost includes travel of in to and from the jobs de as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. City of Santa Clarita 2021-22 Annual Overlay B Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 1 (Cl N) Position a Estimated Double Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 180 $163 $29,293 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 240 $115 $173 $230 $27,600 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 180 $137 $24,658 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 240 $106 $159 $212 $25,462 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 240 $106 $159 $212 $25,462 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 240 $106 $159 $212 $25,462 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 120 $106 --- --- $12,731 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 120 $106 --- --- $12,731 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 120 $106 --- --- $12,731 sampling of aggregates, binders, and hot mix asphalt. Clerical 60 $94 $5,624 Coring Technician`: Responsibilities include the extraction of cores and $318 --- --- $4,774 the filling of holes following extraction. 15 Daysd eAll inspectors, samplers, testers, and labs must poses all current Caltrans certifications relevant to their position. TOY81 COSY $206,526 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 36 City of Santa Clarita 2021-22 Annual Overlay B Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management -Alt 2 (C1S) COST FILE Position' Estimated Double Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 80 163 $13,019 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 100 115 $173 $230 $11,500 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 80 137 $10,959 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 96 106 $159 $212 $10,185 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 96 106 $159 $212 $10,185 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 96 106 $159 $212 $10,185 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 48 106 --- --- $5,092 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 48 106 --- --- $5,092 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 48 106 $5,092 sampling of aggregates, binders, and hot mix asphalt. Clerical 30 94 $2,812 Coring Technician`: Responsibilities include the extraction of cores and 318 --- --- $3,183 the filling of holes following extraction. 10 Days° a All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $87,304 ° Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. d Rate for coring technician is based on a per day basis. City of Santa Clarita 2021-22 Annual Overlay B Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management -Alt 3 (V16S) Position a Estimated Double Number of Hours Unit Cost° Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 180 163 $29,293 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 240 115 $173 $230 $27,600 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 180 137 $24,658 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 240 106 $159 $212 $25,462 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 240 106 $159 $212 $25,462 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 240 106 $159 $212 $25,462 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 120 106 --- --- $12,731 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 120 106 --- --- $12,731 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 120 106 --- --- $12,731 sampling of aggregates, binders, and hot mix asphalt. Clerical 60 94 $5,624 Coring Technician`: Responsibilities include the extraction of cores and 318 --- --- $4,774 the filling of holes following extraction. 15 Daysd eAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $206,526 Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. d Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 37 COST FILE ••TWINING Schedule of Fees 2021 - 2022 NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Personnel Rates: Per Hour Unless Otherwise Noted Task Code Engineering and Consulting Personnel Rate 10026 Senior Principal Advisor/Consultant $ 340.00 10001 Principal Engineer/Geologist $ 240.00 10017 Metallurgical Engineer $ 350.00 70000 Registered Geotechnical Engineer $ 235.00 10010 Technical Advisor $ 230.00 10011 Material Scientist, Welding/NDT Consultant $ 240.00 70003 Registered Geologist/Certified Engineering Geologist $ 235.00 10003 Senior Engineer/Geologist $ 210.00 10009 Registered Civil Engineer $ 205.00 60003 Roofing/Waterproofing Consultant $ 230.00 10013 Project Engineer/Manager $ 163.00 30000 Quality Control Manager $ 190.00 10005 Senior Staff Engineer/Geologist $ 185.00 10007 Staff Engineer/Geologist $ 180.00 10015 Quality Control Administrator $ 137.00 10019 Metallurgical Technician $ 145.00 90001 CADD Operator/Draftsperson $ 132.00 95103 Office Support/Clerical $ 94.00 70107 Field Supervisor $ 165.00 91030 Safety Supervisor $ 165.00 20000 Laboratory Manager $ 150.00 98000 Laboratory Technician $ 125.00 90005 Expert Witness Testimony $ 580.00 91010 Qualified SWPPP Developer $ 185.00 91000 Qualified SWPPP Practitioner $ 170.00 30001 Vibration Engineer $ 210.00 Task Code Field Inspection Personnel Rate 10101 Concrete/Reinforced Steel Inspector $ 125.00 10103 Prestressed/Post Tensioned Inspector $ 125.00 10105 Concrete ICC Inspector $ 125.00 10109 Drilled -In -Anchor Inspector $ 125.00 10111 Gunite/Shotcrete Inspector $ 125.00 10113 Masonry Inspector $ 125.00 10201 Structural Steel/Welding Inspector $ 125.00 10203 AWS Certified Welding Inspector $ 125.00 10207 Fireproofing Inspector $ 125.00 10501 Lead Inspector $ 128.00 10115 Firestop Special Inspector- IFC Premier $ 142.00 10117 Firestop Special Inspector- IQP $ 187.00 70109 L.A. Deputy Grading Inspector $ 130.00 75001 Asphalt Field and Plant Inspectorlfechnician $ 106.00 70103 Pile Driving Inspector $ 125.00 70101 Soils Technician $ 106.00 10107 Concrete Quality Control (ACl/Caltrans Technician) $ 106.00 10122 Wood Framing Inspector $ 125.00 60001 Roofing/Waterproofing Inspector $ 132.00 10500 Public Works Inspector $ 115.00 10515 Mechanical Inspector $ 150.00 10519 Electrical Inspector $ 150.00 10521 Plumbing Inspector $ 150.00 10523 Building Inspector $ 150.00 30002 Vibration Monitoring Technician $ 145.00 50003 Field Engineering Technician $ 125.00 Task Code Shop Inspection Personnel Rate 10301 Structural Steel Fabrication Inspector $ 125.00 10309 Batch Plant Quality Control Technician/Inspector $ 125.00 10325 Glue -Laminated Fabrication Inspector Quotation 10328 Pre -Cast Concrete/Pipe Fabrication Inspector $ 125.00 Task Code Nondestructive Testing Personnel Rate 10401 NDE Ultrasonic Testing Technician $ 130.00 10403 NDE Magnetic Particle Testing Technician $ 130.00 10405 NDE Dye Penetrant Testing Technician $ 130.00 10305 Combination NDE Technician/Welding Inspector $ 130.00 10409 Radiographic Testing (crew of 2) $ 350.00 10020 NDE Engineer $ 220.00 Task Code Equipment 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 95322 Unit Weight Bucket $ 30.00 95323 Field Concrete Scale $ 30.00 95324 Brass Mold $ 20.00 95343 Nuclear Gauge (Per Hour) $ 10.00 95319 Sand Cone Density Test Equipment $ 50.00 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 $ 120.00 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 (One -Time Fee/Per Box) $ 600.00 95371 Temperature Control Curing Box (Per Month) $ 450.00 95372 Temperature Matching Curing Box (Per Month) $ 520.00 Task Code Specimen Pick -Up Rate 20102 Standard Sample: Concrete Cylinders (Each) $ 28.00 20101 Standard Sample: Mortar/Grout Cubes and Cores, $ 28.00 Fireproofing, Rebar, and Epoxy Prisms (Each) 20103/ Oversize Sample: Masonry Prisms, Shotcrete Panels, $ 75.00 20104 Flexural Beams (Each) 20107 Technician for Specimen Pick -Up Not Listed Above $ 105.00 (Per Hour, 2-Hour Minimum) 20109 Technician for Specimen Pick -Up Before 5:00 a.m. $ 140.00 or After 5:00 p.m. Monday thru 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 $ 550.00 (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 $ 40.00 (ASTM C39) 20202 4" x 8" Cylinder: Compression Strength $ 35.00 (ASTM C39) 20203 Density of Structural Lightweight Concrete $ 85.00 Equilibrium or Oven Dry Method (ASTM C567) 20205 Core Compression including Trimming (ASTM C42) $ 75.00 20207 6" x 6" x 18" Flexural Beams Not Exceeding $ 100.00 Referenced Size (ASTM C78, C293 or CTM 523) 20209 Splitting Tensile Strength (ASTM C496) $ 95.00 20211 Modulus of Elasticity Test (ASTM C469) $ 275.00 80003 Rapid Chloride Permeability Test: Cylinders or $ 520.00 Cores (ASTM C1202) 80006 Density, Absorption, and Voids in Hardened $ 520.00 Concrete (ASTM C642) Twining, Inc. I City of Santa Clarita 38 Task Concrete Tests (Field Made Specimens), Code Continued Rate 40005 Flexural Toughness (ASTM C1609, Formerly $ 800.00 ASTM C1018) 40007 Flexural Toughness (ASTM C1550) $ 500.00 40006 Double Punch Strength of Fiber Reinforced Concrete $ 500.00 40009 Coefficient of Thermal Expansion of Concrete $ 600.00 (CRD 39, AASHTO T336) 40012 Bulk Electrical Resistivity (ASTM C1876) $ 120.00 Task Code Concrete Specimen Preparation Rate 20151 Sawing of Specimens (Each) $ 40.00 20157 Coring of Specimens in Lab (Each) $ 40.00 20159 Grinding of Concrete Below 6000 psi Strength (Each) $ 60.00 20160 Grinding of Concrete 6000 psi Strength and Above (Each) $ 90.00 Task Laboratory Trial Batch: Concrete, Cement Code and Mortar Rate 30216 Compression Test 4"x8" Cylinders Made and Tested in $ 50.00 Laboratory (ASTM C192, C35) 30217 Compression Test 6"x12" Cylinders Made and Tested in $ 60.00 Laboratory (ASTM C192, C35) 30219 6" x 6" x 18" Flexural Beams Made and Tested in $ 100.00 Laboratory (ASTM C192, C78) 30223 Splitting Tensile Strength Cylinders Made and Tested $ 115.00 in Laboratory (ASTM C192, C496) 30225 Modulus of Elasticity Test Cylinders Made and Tested in $ 285.00 Laboratory (ASTM C192, C469) 30227 Density of Structural Lightweight Concrete Made in the $ 105.00 Laboratory, Equilibrium or Oven Dry Method (ASTM C567) 30237 Bulk Electrical Resistivity (ASTM C1876) $ 140.00 30201 Laboratory Trial Batch (ASTM C192/Lab Procedure Performance) $ 525.00 30203 Concrete Mixture Design for Preconsruction Evaluation and $ 250.00 Backup Data Development 30205 Drying Shrinkage Up to 28 Days: Three 3" x 3" or $ 500.00 4" x 4" Bars, Five Readings up to 28 Dry Days (ASTM C157) 30230 Additional Reading, Per Setof Three Bars $ 45.00 30231 Storage over Ninety (90) Days, Per Set of $ 30.00 Three Bars, Per Month 30207 Setting Time Up to 7 Hours (ASTM C403) $ 180.00 30209 Bleeding (ASTM C232) $ 150.00 30229 Concrete Restrained Expansion (ASTM C878) $ 600.00 30211 Mix, Make and Test Mortar or Grout Specimens for $ 550.00 Compressive Strength: Set of 6 (ASTM C878) 20263 Non -Shrink Grout: Height Change after Final $ 550.00 Set (ASTM C1090) 20265 Non -Shrink Grout: Height Change at Early $ 800.00 Age (ASTM C827) 30232 Cracking Resistance, Set of Three Rings, $ 5,500.00 Laboratory Trial Batching, Test Until Cracking or up to 28 Days (ASTM 1581) 30233 Evaluation of Pre -Packaged Masonry Mortars $ 1,150.00 (ASTM C270) 30234 Creep (ASTM C512) (One Age of Loading, 12 Months $ 8,000.00 Duration of Testing) Task Chemical Analysis and Petrographic Code Examination of Concrete Rate 80123 Chemical Analysis for Acid Soluble Chlorides $ 145.00 (ASTM C1152) (includes sample prep) 80126 Chemical Analysis for Water Soluble Chlorides $ 170.00 (ASTM C1218) (includes sample prep) 80193 Chloride Diffusion Coefficient of Cementitious $ 2,600.00 Mixtures by Bulk Diffusion (ASTM C1556) 80129 Petrographic Examination of Hardened Concrete, Level II (ASTM 856) (Comprehensive) Each, One Sample $ 2,400.00 Each, Two or More Samples $ 2,100.00 Task Code Physical and Chemical Analysis of Cement Rate 80195 Physical Testing and Chemical Analysis of Portland $ 1,300.00 Cement per Standard Requirements (ASTM C150) 80100 Chemical Analysis of Portland Cement per $ 675.00 Standard Requirements (ASTM C150) 80103 Physical Testing of Portland Cement per $ 675.00 Standard Requirements (ASTM C150) COST FILE Task Code Physical and Chemical Analysis of Cement, Continued Rate 80194 Physical Testing of Type K Cement, Mortar $ 675.00 Expansion (ASTM C806) 80106 Partial Analysis or Specific Physical Tests Quotation 80110 Sulfates Resistance of Hydraulic $ 2,700.00 Cement (ASTM C1012), 6 months 80111 Sulfates Resistance of Hydraulic $ 3,000.00 Cement (ASTM C1012), 12 months Task Code Physical and Chemical Analysis of Fly Ash Rate 80140 Chemical Analysis of Fly Ash per $ 675.00 Standard Requirements (ASTM C618) 80143 Physical Testing of Fly Ash per Standard Requirements $ 675.00 (ASTM C618) 80146 Partial Analysis or Specific Physical Tests Quotation 80147 Chemical Analysis and Physical Testing of Fly Ash per $ 1,300.00 Standard Requirements (ASTM C1618) Task Physical Testing of Chemical Admixtures for Code Concrete Rate 80196 Qualification of Admixture per ASTM C494 Quotation Task Code Soils and Aggregate Tests Rate 30503 Abrasion: LA Rattler (ASTM C131) $ 200.00 30505 Abrasion: LA Rattler (ASTM C535) $ 210.00 70301 Atterberg Limits/Plasticity Index (ASTM D4318, CTM 204) $ 160.00 70303 California Bearing Ratio Excluding Maximum Density $ 550.00 (ASTM D1883): Soil 70304 California Bearing Ratio Excluding Maximum Density $ 650.00 (ASTM D1883): Cement -Treated Soil 70344 Cement -Treated Soil/Base Mix Design: includes three trial $ 3,500.00 cement contents with three unconfined compressive strength specimens per cement content 70305 Chloride and Sulfate Content (CTM 417, CTM 422) $ 175.00 30403 Clay Lumps and Friable Particles (ASTM C142) $ 200.00 30321 Cleanness Value: 1 " x #4 (CTM 227) $ 175.00 30322 Cleanness Value: 1.5" x .75" (CTM 227) $ 275.00 70393 Collapse Potential/Index (ASTM D5333) $ 225.00 70396 Compressive Strength of Molded Soil -Cement $ 105.00 Cylinders (ASTM D1633) 70309 Consolidation Test: Full Cycle (ASTM 2435, CTM 219) $ 195.00 70311 Consolidation Test: Time Rate per Load Increment $ 45.00 (ASTM D2435, CTM 219) 70313 Corrosivity Series: Sulfate, CI, pH, Resistivity $ 245.00 (CTM 643, 417, and 422) 70315 Crushed/Fractured Particles (ASTM D5821, CTM 205) $ 175.00 70317 Direct Shear Test: Remolded and/or Residual $ 245.00 (ASTM D3080) 70319 Direct Shear Test: Undisturbed - Slow [CD] (ASTM D3080) $ 225.00 70321 Direct Shear Test: Undisturbed - Fast [CU] (ASTM D3080) $ 195.00 70378 Durability Index: Per Method -A,B,C, or D $ 210.00 (ASTM D3744, CTM 229) 70325 Expansion Index (ASTM D4829, UBC 18-2) $ 170.00 75004 Fine Aggregate Angularity $ 190.00 (ASTM C1252, CTM 234, AASHTO T304) 30507 Flat and Elongated Particle (ASTM D4791) $ 240.00 30508 Flat or Elongated Particle (ASTM D4791) $ 210.00 70331 Maximum Density: Methods A/B/C $ 190.00 (ASTM D1557, D698, CTM 216) 70333 Maximum Density: Check Point (ASTM D1557, D698) $ 65.00 70335 Maximum Density: AASHTO C [Modified] $ 195.00 (AASHTO T-180) 70336 Maximum Index Density: Vibratory Table (ASTM D4253) $ 345.00 70337 Moisture Content (ASTM D2216, CTM 226) $ 25.00 70339 Moisture and Density: Ring Sample (ASTM D2937) $ 30.00 70341 Moisture and Density: Shelby Tube Sample $ 40.00 (ASTM D2937) 70340 Moisture -Density Relations of Soil -Cement $ 275.00 Mixtures Premixed in the Field (ASTM D558) 70342 Moisture -Density Relations of Soil -Cement Mixtures $ 350.00 Mixed in the Lab (ASTM D558) 30401 Organic Impurities (ASTM C40, CTM 213) $ 90.00 70343 Permeability (ASTM D5084) Quotation 80001 Potential Reactivity: Chemical Method (ASTM C289 - $ 625.00 Discontinued Method) 70394 Potential Reactivity: Mortar Bar Expansion Method, $ 850.00 14-Day Exposure (ASTM C1260) Twining, Inc. I City of Santa Clarita 39 0 0 % COST FILE "TIAI I N 1N G Task Code Soils and Aggregate Tests, Continued Rate Task Code Asphalt Concrete Tests, Continued Rate 70391 Potential Reactivity: Mortar Bar Expansion Method, $ 900.00 75107 Marshall Stability and Flow 6" Specimen, Premixed, $ 230.00 28-Day Exposure (ASTM C1260) 3 briquettes (ASTM D5581) 70398 Potential Reactivity: Concrete Bar Expansion $ 2,700.00 75063 Moisture Content (CTM 370) $ 85.00 Method (ASTM C1293), 12 month 75005 Wet Track Abrasion Test (ASTM D3910) $ 165.00 70399 Potential Reactivity: Concrete Bar Expansion $ 2,900.00 75093 Hveem Mix Design (Excluding Aggregate Quality Tests) $ 5,200.00 Method (ASTM C1293), 24 month 75096 Hveem Mix Design, with RAP (Excluding Aggregate $ 5,645.00 70397 Potential Reactivity of Aggregate Combination, non-standard $ 1,000.00 Quality Tests, RAP Qualification) method, 14-Day Exposure, Mortar (after ASTM C1567) 75099 Hveem Mix Design, with Lime (Excluding Aggregate $ 6,000.00 70392 Potential Reactivity of Aggregate Combination,non-standard $ 1,050.00 Quality Tests) method, 28-Day Exposure, Mortar (after ASTM C1567) 75094 Hveem Mix Design Caltrans Untreated Mix $ 6,200.00 70345 R-Value: Soil (ASTM 2844, CTM 301) $ 440.00 (Including Aggregate Quality Tests) 70347 R-Value: Aggregate Base (ASTM D2844, CTM 301) $ 490.00 75095 Hveem Mix Design Caltrans Lime Treated Mix $ 7,200.00 70349 Sand Equivalent (ASTM D2419, CTM 217) $ 160.00 (Including Aggregate Quality Tests) 70351 Sieve #200 Wash Only (ASTM D1140, CTM 202) $ 90.00 75084 Marshall Mix Design (Excluding Aggregate Quality Tests) $ 5,200.00 70353 Sieve with Hydrometer: 3/4" Gravel to Clay (ASTM D422, $ 250.00 75087 Marshall Mix Design with RAP (Excluding Aggregate $ 5,645.00 D7928, CTM 203) Quality Tests) 70355 Sieve with Hydrometer: Sand to Clay (ASTM D422, $ 240.00 75090 Marshall Mix Design with Lime (Excluding Aggregate $ 6,200.00 D7928, CTM 203) Quality Tests) 70357 Sieve Analysis Including Wash (ASTM C136, CTM 202) $ 150.00 75083 Open Grade Asphalt Concrete Mix Design $ 3,000.00 70359 Sieve Analysis Without Wash (ASTM C136, CTM 202) $ 120.00 (ASTM D7064, CTM 368) 70360 Sieve Analysis: Split Sieve (ASTM C136, CTM 202) $ 211.00 75109 Superpave Mix Design (Excluding Aggregate Quality Tests) $ 10,600.00 70361 Sieve Analysis Without Wash: With Cobbles $ 235.00 75113 Superpave Mix Design, with RAP $ 11,200.00 (ASTM C136, CTM 202) (Excluding Aggregate Quality Tests) 70363 Soundness: Sodium or Magnesium Sulfate, $ 450.00 75114 Superpave Mix Design, with Rubber $ 11,200.00 5 Cycles (ASTM C88) (Excluding Aggregate Quality Tests) 70365 Specific Gravity and Absorption: Coarse $ 100.00 75115 Superpave Mix Design, with Additives $ 11,500.00 (ASTM C127, CTM 206) (Excluding Aggregate Quality Tests) 70367 Specific Gravity and Absorption: Fine $ 165.00 75075 Effect of Moisture on Asphalt Paving Mixtures, Pre -Mixed $ 1,000.00 (ASTM C128, CTM 207) (ASTM D4867, AASHTO T283) 70369 Swell/Settlement Potential: One Dimensional $ 150.00 75111 Hamburg Wheel Track Test, 20,000 passes, 4 briquettes $ 1,100.00 (ASTM D4546) (AASHTO T324) 70371 Triaxial Quotation 75039 Raveling Test of Cold Mixed Emulsified Asphalt $ 200.00 70373 Unconfined Compression (ASTM D2166, CTM 221) $ 190.00 (ASTM D7196) 30317 Unit Weight Per Cubic Foot (ASTM C29, CTM 212) $ 125.00 75067 Marshall Stability, wet set, 3 replicates (AASHTO T245) $ 350.00 30319 Voids in Aggregate with Known Specific Gravity $ 125.00 75068 Marshall Stability, dry set, 3 replicates (AASHTO T245) $ 300.00 (ASTM C29, CTM 212) 75070 Cold Recycled Asphalt Mix Design: 2 gradings each, $ 10,500.00 30411 Lightweight Particles: Coarse, with Two Solutions (ASTM C123) $ 410.00 3 emulsion content (Caltrans LP-8) 30412 Lightweight Particles: Fine, with One Solution (ASTM C123) $ 205.00 Task Task Code Brick Masonry Tests, ASTM C67 Rate Code Asphalt Concrete Tests Rate 20301 Modulus of Rupture: Flexural $ 95.00 75031 HMA Mixing and Preparation $ 125.00 20303 Compression Strength $ 60.00 75032 HMA Mixing and Preparation with Aggregate Treatment $ 175.00 20305 Absorption: 5 Hour or 24 Hour $ 65.00 75033 Bulk Specific Gravity of Compacted Sample or $ 55.00 20307 Absorption (Boil): 1, 2 or 5 Hours $ 95.00 Core: SSD (ASTM D2726, CTM 308C) 20309 Initial Rate of Absorption $ 55.00 75036 Bulk Specific Gravity of Compacted Sample or $ 82.00 20311 Efflorescence $ 75.00 Core: Parafin Coated (ASTM D1188 and CTM 308A) 20313 Cores: Compression $ 70.00 75040 Emulsion Residue, Evaporation (ASTM D244) $ 160.00 20315 Shear Test on Brick Cores: 2 Faces $ 95.00 75024 Extraction: % Bitumen (ASTM D6307, CTM 382) $ 211.00 75027 Extraction: % Bitumen and Gradation $ 215.00 Task (ASTM D5444, D6307, CTM 202, 382) Code Concrete Block, ASTM C140 Rate 75028 Extraction: % Bitumen, Correction Factor $ 350.00 20321 Compression $ 90.00 (ASTM D6307, CTM 382) 20323 Absorption/Moisture Content/Oven Dry Density $ 90.00 75030 Chemical Extraction: % Bitumen and Sieve Analysis $ 245.00 20327 Linear Shrinkage (ASTM C426) $ 250.00 (ASTM D2172 Method A or B, ASTM D5444) 20335 Web and Face Shell Measurements $ 50.00 75042 Lab Tested Maximum Density: Hveem, 3 briquettes $ 211.00 20329 Tension Test $ 160.00 (ASTM D1561, D1188, CTM 304, 308) 20331 Core Compression $ 70.00 75057 Hveem Stabilometer Test, Premixed, 3 briquettes $ 211.00 20333 Shear Test of Masonry Cores: 2 Faces $ 95.00 (ASTM D1560, D1561, CTM 304, 366) 20339 Efflorescence Tests $ 75.00 75048 Lab Tested Maximum Density: Marshall, $ 210.00 3 briquettes (ASTM D6926, D2726) Task 75049 Lab Tested Maximum Density: Marshall $ 215.00 Code Masonry Prisms, ASTM C1314 Rate 6" Specimen, 3 briquettes (ASTM D5581, D2726) 20341 Compression Test: Composite Masonry $ 190.00 75050 Lab Tested Maximum Density: Superpave Gyratory $ 80.00 Prisms Up To 8" x 16" Compacted Briquette, SSD, 1 briquette 20343 Compression Test: Composite Masonry $ 250.00 (ASTM D6925, D2726) Prisms Larger Than 8" x 16" 75052 Lab Tested Maximum Density: Superpave Gyratory $ 90.00 20346 Prism Cord Modulus of Elasticity $ 540.00 Compacted Briquette, Parafin, 1 briquette 20347 Prism Cord Modulus of Elasticity with Transverse $ 665.00 (ASTM D1188, D6925) Strain (for double-wythe specimen) 75051 Maximum Theoretical Specific Gravity [RICE] $ 160.00 (ASTM D2041, CTM 309) Task 75066 Marshall Stability and Flow, Cored Sample, each $ 80.00 Code Mortar and Grout Rate (ASTM D6927) 20351 Compression: 2" x 4" Mortar Cylinders (ASTM C780) $ 55.00 75069 Marshall Stability and Flow, Premixed, 3 briquettes $ 230.00 20353 Compression: 3" x 3" x 6" Grout Prisms, $ 40.00 (ASTM D6926, D6927) Includes Trimming (ASTM C1019) 75106 Marshall Stability and Flow, Gyratory Compacted $ 230.00 20355 Compression: 2" Cubes (ASTM C109) $ 55.00 Specimen Pre -Mixed, 3 briquettes 20357 Compression: Cores Includes Trimming (ASTM C42) $ 75.00 (ASTM D5581, D6925) Twining, Inc. I City of Santa Clarita 40 COST FILE %OTWINING Task Code Masonry Specimen Preparation Rate 20155 Cutting of Cubes or Prisms $ 75.00 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) $ 75.00 20365 Compression: Cubes (Includes Saw Cutting) $ 95.00 Task Concrete Roof Fill: Gypsum, Vermiculite, Perlite, Code Lightweight Insulating Concrete, Etc. Rate 20371 Compression Test (ASTM C495 and C472) $ 65.00 20373 Air Dry Density (ASTM C472) $ 50.00 20379 Oven Dry Density (ASTM C495) $ 75.00 Task Code Reinforcing Steel, ASTM A615, A706 Rate 20501 Tensile Test: # 11 or Smaller $ 65.00 20503 Bend Test: # 11 or Smaller $ 60.00 20504 Bend Test #14 or #18 $ 375.00 20505 Tensile Test: # 14 $ 260.00 20507 Tensile Test: # 18 $ 360.00 Task Reinforcing Steel - Welded or Coupled Code Specimens Rate 20521 Tensile Test: Welded/Coupled #11 and Smaller $ 75.00 20523 Tensile Test: Welded/Coupled #14 $ 270.00 20525 Tensile Test: Welded/Coupled #18 $ 395.00 20529 Weld: Macroetch $ 90.00 20531 Slippage Test - Caltrans (CTM 670) $ 200.00 20532 Tensile Test: Welded Hoops #11 and Smaller $ 150.00 Task Code Metal and Steel Testing Rate 20601 Tensile Strength: Up to 100K Pounds (Each) $ 70.00 20603 Tensile Strength: Up to 200K Pounds (Each) $ 80.00 20605 Tensile Strength: Up to 300K Pounds (Each) $ 100.00 20607 Tensile Strength: Up to 400K Pounds (Each) $ 150.00 20609 Tensile Strength: 400K to 600K Pounds (Each) $ 360.00 20611 Tensile Strength: Stress -Strain Percent Offset $ 200.00 20545 Weld: Macroetch $ 90.00 20547 Weld: Fracture $ 45.00 20615 Bend Test $ 70.00 20617 Flattening Test $ 70.00 20619 Hardness Test (ASTM E18) $ 80.00 20630 Bolt: Axial Tensile Test (Up to 7/8" diameter) $ 55.00 20631 Bolt: Wedge Tensile Test (Up to 7/8" diameter) $ 70.00 20632 Bolt: Axial Tensile Test (Greater than 7/8" $ 75.00 up to 1" diameter) 20633 Bolt: Wedge Tensile Test (Greater than 7/8" $ 95.00 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") $ 80.00 20637 Bolt: Proof Load Test (Greater than 7/8" up to 1" diameter) $ 100.00 20638 Bolt: Proof Load Test (Greater than 1") Quotation 20639 Nut: Proof Load Test (Up to 7/8") $ 60.00 20640 Nut: Proof Load Test (Greater than 7/8" up to 1" diameter) $ 80.00 20641 Nut: Proof Load Test (Greater than 1") Quotation Task Code Chemical Testing of Metal and Steel Rate 80170 Steel Chemical Analysis $ 175.00 80173 Weight of Galvanized Coating (ASTM A90) $ 80.00 80176 Epoxy Coating Thickness $ 90.00 Task Machining and Preparation of Tensile and Bend Code Sample: Carbon Steel Rate 20751 Machinist: Initial Preparation from Mock-up, Etc. $ 105.00 (Per Hour) 20753 Sawcut to Overall Width (Per 0.5" Thickness or $ 55.00 Fraction Thereof) 20755 Machine to Test Configuration: Milled Specimens $ 75.00 20757 Machine to Test Configuration: Turned Specimens $ 145.00 (Per 0.5" Thickness or Fraction Thereof) 20759 Prepare Subsize Specimens (Per 0.5" Thickness $ 95.00 or Fraction Thereof) Task Code Charpy Impact Rate 20621 Charpy I mpact Ambient Temperature $ 95.00 20623 Charpy Impact Reduced Temperature $ 125.00 Task Code Machining of Charpy Samples: Carbon Steel Rate 20780 Cutting and Milling (Per 0.5" or Fraction Thereof) $ 85.00 20783 Final Machining to Sample Configuration $ 95.00 Task Prestressing Wires and Tendons, Code (ASTM A416) Rate 20701 Stress -Strain Analysis: Wire or Strands $ 200.00 (Including Chart and Percent Offset) 20703 Tensile Test Only $ 145.00 20705 Tendons Quotation Task Polymer Matrix Composite Materials Code (Fiberwrap) Rate 20706 Tensile 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 Usage Rate 20801 Cali bration/Verification Services Quotation 20803 Universal Test Machine Usage (Per Hour) $ 400.00 Ceramic Tile Testing 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 41 COST FILE "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 1 st to reflect increased costs. Administrative Fees All administrative costs including report distribution and Twining ConstructionHive 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 atjobsite, no work to perform. 4-Hour Minimum: 1 to 4 hours of inspection 8-Hour Minimum: Over 4 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 (AII 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, lodging and project specific software/applications (e.g. PlanGrid, Procore, 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 and Expedited Testing 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 Twining, Inc. I City of Santa Clarita 42 %0TWINING COST FILE 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 under this 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 orjust 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. In addition, should the client require that invoices be submitted through a web based or electronic system, the client will be responsible for all costs associated with the use of the system. 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 "hold" specimens are charged at the applicable test rate whether tested or not. Specimen Sampling and Disposal Twining samples materials used in construction in accordance with standard practices, methods, codes and relevant project requirements. Representativeness of sampling and same accuracy of testing are subject to the same probabilistic and precision limitations as governing standards, codes and project technical provisions. Should samples be provided by others Twining cannot warrant or guarantee that material is representative of material that is or will be used in actual construction of the project. Specimens will be discarded after testing unless Twining has been notified prior to 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. Should Twining be required to supply an elevated work platform, we will contract with a qualified vendor and the markups shown above will apply. Twining, Inc. I City of Santa Clarita 43 Thank you for your consideration. Ha E-mail: rfuentes@santa-clarita.com March 15, 2022 Mr. Ramiro Fuentes City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, CA. 91355 Balancing the Natural and Built Environment Subject: Professional Land Surveying Services The 2021-22 Annual Overlay A, B, & Slurry Seal Project, City Project No. MO144 Dear Mr. Fuentes, We are pleased to submit our scope and budget for the 2021-22 Annual Overlay A, B, & Slurry Seal Program City Project No. MO144. We have developed a scope of services and a budget which we feel will be necessary to construct the project based upon the current Request for Proposal. • Psomas has a strong reputation for customer service. Psomas' business approach is to focus on the client's long-term goals and guide our own strategic growth to meet those needs. • Psomas' teams utilize state-of-the-art technology to produce innovative solutions. Our professional staff is at the forefront of technology that supports our clients' success. • Psomas is nationally ranked in ENR's top 100 engineering firms. Psomas has achieved an award -winning reputation for innovation, creativity and cutting -edge technical expertise. Our performance on projects for both public sector and private sector clients is a history that can be authenticated, and you have our commitment that this same level of dedication and service will continue on your project. I look forward to speaking with you further about our scope of services and the budget for your project. If you should have any questions about any component of this scope, do not hesitate to contact me in our Valencia office by my direct line (213) 223-1454. Sincerely, PSOMAS 27220 Turnberry Lane Vincent Lungari, PLS Suite 190 Project Manager Valencia, CA 91355-1058 Tel 661.219.6000 Fax 661.775.2718 www.Psomas.com 2021-22 ANNUAL OVERLAY A, B, & SLURRY SEAL PROGRAM CITY PROJECT NO. M0144 SCOPE OF SERVICES March 15, 2022 OVERLAY A PROJECT (46 Corner Records @ $377.00 per) FEE $17,298 • Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. • Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. • Field survey to reset centerline monuments lost following street repairs. • Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. • Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. OVERLAY A PROJECT Recording Fees (46 Corner Records) FEE $828 • Los Angeles County recording fee for Corner Records calculated at $18.00 per. OVERLAY B PROJECT (405 Corner Records @ $377.00 per) FEE $152,521 • Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. • Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. • Field survey to reset centerline monuments lost following street repairs. • Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. • Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. OVERLAY B PROJECT Recording Fees (405 Corner Records) FEE $7,290 • Los Angeles County recording fee for Corner Records calculated at $18.00 per. SLURRY SEAL PROJECT (425 Corner Records @ $332.00 per) FEE $140,938 • Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. • Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. • Field survey to reset centerline monuments lost following street repairs. • Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. • Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. SLURRY SEAL PROJECT (425 Corner Records) FEE $7,650 • Los Angeles County recording fee for Corner Records calculated at $18.00 per. Total Survey Fee Not to Exceed Total County Filing Fee $310,757.00 $15,768.00 TOTAL REQUEST: $326,525.00 2021-22 ANNUAL OVERLAY A, B, & SLURRY SEAL PROGRAM CITY PROJECT NO. M0144 SCOPE OF SERVICES March 15, 2022 NOTE: The following items have been specifically omitted and excluded from this scope of services. A scope and budget will be provided for any of these excluded items upon request. • Record of Surveys and the filing fees associated with recordation. • Topographic surveys, any earthwork removals, bottom elevations, over excavations, quantity verifications and sub drain locations. • Re -staking of any item described in this scope. • All onsite as-builts. • All dry utility staking. • Electrical and telecom staking. • The staking of irrigation water lines. • Replacement of boundary corners destroyed by construction. • Landscape grade staking. • Erosion control staking or maintenance of erosion control devices. • Final boundary corners and final monumentation is not a part of this scope. • Plan revisions, interim plans, or changes to the phasing of work will be considered work outside of the proposed scope. All field time, office support, and reimbursable costs associated with out of scope work will be charged on a time and materials basis per the attached fee schedule. These fees have been developed based upon the release of the electronic CADD drawings Effective through December 31, 2021 Land Use Entitlements, Engineering and Surveying Los Angeles & Valencia Offices Hourly Rates Office Services $100 - Administrative and Project Assistants $125 - Drafters and Design Drafters $145 - Surveyors, Project Surveyors $145 - Civil Engineering Designers and Engineers $215 - Project Manager $235 - Principals Field Services Rates are effective from January 1, 2022 December 31, 2022 $445 - Three -Person Survey Party $321 - Two -Person Survey Party $215 - One -Person Survey Party $168 - Field Engineer Hourly rates for field survey parties include normal usage of field equipment and are fully equipped rates. Per Diem is calculated at current State Department of Transportation rates (or other appropriate Agency rate). Special Equipment and Other Costs $262 per day - 3D Laser Scanning $5,000 per day - 3D Laser Scanner (Mobile Mapping System) Standard computer and technology costs are incorporate into the hourly rates shown above. Reimbursables Mileage at current IRS allowable rate and parking expenses incurred by office employees are charged at cost. Prints, plots, messenger service, subsistence, air travel, and other direct expenses will be charged at cost plus ten percent. The services of outside consultants will be charged at cost plus fifteen percent. The above schedule is for straight time. Overtime will be charged at 135 percent of the standard hourly rates. Sundays and holidays will be charged at 170 percent of the standard hourly rates. EXHIBIT "A" CONDITIONS OF SERVICE March 15, 2022 The attached proposal is valid for 90 (ninety) days, after which time fees will be reevaluated. The fees quoted in this proposal are contingent upon authorization of the full scope of services. Should client choose to make any of the scope items the responsibility of one or more subcontractors the overall cost of the services will be adjusted upward to cover increased administration, insurance and project management time. Contract Upon notice of acceptance, Psomas will resubmit and further define the scope of services as requested by contractor with the intent of incorporating it into a Professional Services Agreement, excluding warranties and guarantees and including an insurable indemnity clause. Payment Costs shown in scope of services are based on progress payments being paid in full within thirty (30) days of invoice with no retention. Work on the project may be halted if invoices are not paid within 45 days of the date of the invoice. Compensation for services covered by this agreement is based on wages from the Professional Services Agreement between The City of Santa Clarita and Psomas. For each of the 12-month periods beginning June 1, 2020, an increase shall be applied to all remaining compensation based on the current rate schedule. Prints, plots, delivery services and other reimbursable expenses, such as the preparation of certified payroll reports, will be billed at cost plus 10 percent. Additional Services All requests for construction staking not specifically covered by the scope of services shall be considered as extra work and shall be approved by the client in writing on a "Field Work Authorization" provided by Psomas' field crews. Such requests will be considered as time and materials items and billed according to the Fee Schedule. Payment terms are as noted under "Payment" section above. Reasonable charges will be made for technical office support, project management, scheduling and coordination. Termination Contractor, or Consultant, may at any time terminate this Agreement for just cause. Such termination shall be effective upon receipt of written notification from the other party. In the event of termination Consultant shall be paid for services completed to the date of termination. Notification It is understood whenever the contractor needs survey staking work done, he will schedule such work in 8-hour increments in an effort to reduce unnecessary travel time and piecemeal work. Extra costs due to piecemeal work will be billed on a Time and Materials basis per the attached Fee Schedule. Contractor will also provide the surveyor with a minimum of 48 hours' notice before such work is to be performed. The following insurance is included in our rates. • General Liability Insurance ($1,000,000.00 each occurrence and aggregate). • Automobile Liability Insurance ($1,000,000.00 BI and PD combined). • Workers Compensation Insurance ($1,000,000.00 each accident). • Professional Liability Insurance ($1,000,000.00 each claim and $2,000,000.00 aggregate). Insurance in addition to these amounts may require an increase in our fees. CONSULTANTS March 21, 2022 Carla Callahan, PE Senior Engineer City of Santa Clarita Department of Public Works, CIP Division 2390 Valencia Boulevard Santa Clarita, CA 91355 Subject: RFP# CIP-19-20-05 Dear Ms. Callahan: Please attached proposal on behalf of Ghirardelli Associates, Inc. for Program/Construction Management and Construction Inspection Staff Augmentation Services. Please contact me at maha.fakhouri@fcgconsultants.com or 714.312.0317 with any questions you may have. Sincerely, �' MM�P, Maha Alfakhouri President / CEO 22887 Savi Ranch Pkwy, Suite G, Yorba Linda. CA 92887 Ph: 714.312.0317; Fax: 714.312.0793 Ghirardelli A 5 Ghirardelli 9 C I A T E S P 19100. P01 March 15, 2022 Carla Callahan, PE Senior Engineer City of Santa Clarita Department of Public Works, CIP Division 23920 Valencia Boulevard Santa Clarita, CA 91355 Via Email: ccallahan@santa-clarita.com RE: Staff Augmentation Dear Ms. Callahan, Ghirardelli Associates, Inc. (Ghirardelli), in conjunction with and through FCG Consultants, Inc. (FCG), is pleased to submit this proposal to serve the City of Santa Clarita (City) on an as -needed basis for staff augmentation. Ghirardelli is a proven Southern California leader in effectively/successfully delivering local agency projects and has experienced personnel to deliver quality work on any project. We propose to provide Todd Day, PE, Project Manager for this assignment. Mr. Day, a Newhall resident, is personally committed to support the City in the successful delivery of this project, or any other project thrown his way. He has extensive experience working both with and for local governments and a proven record that will bring added value to your staff. Ghirardelli has the leadership, available resources, proven record, and strong commitment to undertake staff augmentation services for the City of Santa Clarita. The following proposal outlines how our firm will assist the City as needed and deliver on our commitment to meet the City's goals and objectives on any project. Also attached for the City's budgeting purposes are our personnel rates as submitted to FCG for their 2019 As -Needed Staff Augmentation contract. As a principal of the firm, I have the authority to bind the firm/team. Our Project Manager, Todd Day, PE, can be contacted directly during the evaluation via email at tday@ghirardelliassoc.com or via cell at 949.466.6552. Sincerely, Ghirardelli Associates, Inc. lRawyn Lelo-Butcher Executive Vice President MI 510.708.7442 El raewvn@ghirardelliassoc.com Cc: A. Fakhouri, FCG Consultants (via email) 9241 Irvine Blvd., Suite 150, Irvine, CA 92618 www.ghirardelliassoc.com Ghirardelli A 5 5 0 C I A T E 5 PROPOSED STAFF AND EXPERIENCE Ghirardelli possesses a highly qualified team of professionals to provide staff augmentation services for the City's Engineering and Public Works Departments. Below is a brief bio for our initial team member. A full resume for Mr. Day is provided at the end of this proposal. Todd Day, PE — Project Manager / Engineer Mr. Day is a California Licensed Professional Engineer with over thirty (30) years of civil, structural and municipal engineering experience with a proven record of delivering multiple projects on schedule and within budget. His experience includes working both for and with public works and local agencies, as well as with the State of California. Mr. Day's projects include bridge and roadway design and construction management, structural inspection and evaluation of bridge structures, municipal engineering, site engineering, Public Works and engineering management, drainage and stormwater, utilities, and FRP composites. He has also served as Municipal Engineer and Planning/Zoning Board Engineer for various townships in Southern New Jersey. Mr. Day's project experience includes: Capital Protects • Reconstruction of Union Landing Road • Memorial Park Soccer Fields • Memorial Park Parking Lot • Reconstruction of Fork Landing Road • 2018 Curb Ramps Program • 2012- 2017 Road Programs • Tanner Street Reconstruction • Reconstruction of Potter & Ellis Street • Stiles Avenue Parking Lot • Mechanic/Clement Street Historic Preservation • HMHS & Anniversary Field Turf Fields • N. Haddon Avenue Parking Lot Municipal Engineer Role • Borough of Haddonfield, NJ • Cinnaminson Township, NJ • Lakewood Township, NJ Planning/Zoning Board Engineer • Haddonfield Planning Board (NJ) • Haddonfield Zoning Board (NJ) • Cinnaminson Township Planning Board (NJ) • Pemberton Township Planning Board (NJ) • Pemberton Township Zoning Board (NJ) • Toms River Township Planning Board (NJ) • Riverside Township Planning Board (NJ) PROJECT UNDERSTANDING The City is seeking an experienced consultant to provide as -needed staff augmentation engineering services. The immediate need is for augmentation in the City's CIP Division providing project management assistance on the City's Annual Overlay project. The services are anticipated to be on a part-time basis of approximately twenty (20) hours per week for a 6-month period. SCOPE OF WORK Ghirardelli is proud to bring its experience with similar staff augmentation contracts and project management projects to the City. Our approach for this type of contract is built around the qualifications and experience of our staff and lessons learned from previous contracts. Ghirardelli realizes that the success of any project depends on the ability of the team to proactively identify and anticipate problems before they become major issues and to resolve issues promptly before they impact the final outcome of the project. Ghirardelli will provide immediate project management services (part time, as needed) on the contract and is prepared to expand on those services as part of the FCG team if requested. City of Santa Clarita As -Needed Staff Augmentation www.ghirardelliassoc.com o Ghi5 5rardelli STAFF BILLING RATES Ghirardelli A 5 s o C I A T E S 10/31/2019 City of Santa Clarita CIP As -Needed Contracts Project Manager Min. S 243.67 S 243.67 5 243.67 Project Manager Max. S 243.67 5 243.67 S 243.67 Resident Engineer Min. S 150.84 S 183.07 S 183.07 Resident Engineer Max. $ 243.67 S 258.47 S 307.99 Structures Inspector Min. S 162.20 S 243.30 S 324.41 Structures Inspector Max. $ 189.78 S 284.67 $ 379.55 Construction Inspector Min. S 161.66 S 242.49 $ 323.32 Construction Inspector Max. $ 227.62 S 341.44 5 455.25 1) Hourly rates include vehicle, mobile phone, laptop, and camera. 2) Any extensive reproduction or delivery service charges shall be billed at actual. 3) Rates valid until 12/31/2022. Annual rate escalation is 4% therafter. 4) Construction inspection activities are subject to prevailing wage requirements_ 6) Per prevailing wage requirements, a shift differential is for for any covered work shift beginning after 2PM. Alain Charles Approved by Alain Charles, Controller Ghirardelli Associates, Inc. City of Santa Clarita As -Needed Staff Augmentation www.ghirardelliassoc.com