Loading...
HomeMy WebLinkAbout2023-04-11 - AGENDA REPORTS - 2021 22 OVERLAY SLURRY PGM M0142Agenda Item: 12 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: April 11, 2023 SUBJECT: 2021-22 FEDERAL OVERLAY AND SLURRY SEAL PROGRAM, PROJECT M0142 - PLANS AND SPECIFICATIONS AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2021-22 Federal Overlay and Slurry Seal Program, Project MO 142. 2. Find the 2021-22 Federal Overlay and Slurry Seal Program exempt from review under the California Environmental Quality Act (CEQA) pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301. 3. Award the construction contract to Sully -Miller Contracting, Co., in the amount of $3,962,302 and authorize a contingency in the amount of $396,230, for a total contract amount not to exceed $4,358,532. 4. Authorize the transfer of Measure R (Fund 264) funds in the amount of $2,020,936 from expenditure account MO149264-516101, 2022-23 Overlay and Slurry Seal Program, to expenditure account MO142264-516101, 2021-22 Federal Overlay and Slurry Seal Program. 5. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND Annual overlay and slurry seal projects are an integral part of the City of Santa Clarita's (City) pavement management program. Each year, City streets are evaluated to determine pavement preservation and rehabilitation needs. The 2021-22 Federal Overlay and Slurry Seal Program Page 1 Packet Pg. 176 will resurface Whites Canyon Road between Skyline Ranch Road and Delight Street, as shown on the Location Map. This treatment will provide a smoother ride for vehicles, enhance the appearance of the roadway and surrounding area, and help extend the life of the roadway by 10 to 15 years. This project is expected to begin construction in June 2023, and be completed by the end of September 2023. This project supports the Sustaining Public Infrastructure theme of the City's five-year strategic plan, Santa Clarita 2025. The 2021-22 Federal Overlay and Slurry Seal Program is not subject to CEQA review pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301, which exempts from CEQA review projects that consist of the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographical features involving negligible or no expansion of existing or former use. Examples include, but are not limited to, existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities. This project meets the criteria for this exemption because the 2021-22 Federal Overlay and Slurry Seal Program will be performing repairs and maintenance to the existing Whites Canyon Road. An invitation to bid was prepared and published twice in The Signal newspaper, on February 8 and February 15, 2023, and was posted on BidNet. Four bids were submitted to the City and opened by Purchasing on March 14, 2023. The results of the bid are shown below: Company Location Bid Amount Sully -Miller Contracting, Co. Brea, CA $3,962,302 Vance Corporation Beaumont, CA $4,172,600 Toro Enterprises, Inc. Oxnard, CA $4,469,400 C.A. Rasmussen, Inc. Valencia, CA $5,178,318 Staff recommends awarding the construction contract to Sully -Miller Contracting, Co., the lowest responsive bidder. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it to be complete. The bid proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. 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 to be awarded to the lowest responsible bidder. The Federal Overlay and Slurry Seal Program budget will fund the construction and construction support services. The budget will also provide for staff oversight, public works inspection, and miscellaneous project administration costs. The requested construction contingency will cover the cost of unforeseen conditions such as potential utility conflicts, abandoned utilities not shown in record drawings, and additional work requested by the City. Page 2 Packet Pg. 177 This project is currently funded with $1,301,580 in Surface Transportation Program funds, $1,035,596 in Coronavirus Response and Relief Supplemental Appropriations Act funds, and $149,291 in Measure R funds. An additional $2,020,936 in Measure R funds will come from the 2022-23 Overlay and Slurry Seal Program budget. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, a total of $4,507,403 will be available in expenditure accounts M0142202-516101 (STPL Fund), M0142229-516101 (Misc. Federal Grant Fund), and M0142264-516101 (Measure R Fund) to support the recommended contract and project administrative costs. ATTACHMENTS Location Map Bid Proposal for Sully -Miller Contracting, Co. (available in the City Clerk's Reading File) Page 3 Packet Pg. 178 »w & «— z,. aB 9 w . ,a DR�<:� a.- 2� ! \ \ 3v+d ! \■ ; ■ FOUR OAKS g .. .. »awes% \ © WEATHER ,E §f s « 22 :GmE »m%\ DecuSlgn Envelope ID: E93D61 F8-0029-4AB9-83E0-82AD13942F2B8 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49 CODE OF FEDERAL REGULATIONS, PART 29 Bid #CIP-22-23-Ni0142 2021-2022 Federal Resurfacing Project City Project No, M0142 City of Santa Clarita, Cafifornia 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. None 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 knowinglyenter into anytransaction 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 constitutMat! I Company Bidder; Title Jeff Galterio, Assistant Secretary D©cu5ign Envelope ID: CA9C2A6A-9351-4BE2-94FD-FA63QC834797 of gANTA 0 9 4y Ord �80[C[MOf�, Addendum No. 1 BID ## CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City of Santa Clarita, California Addendum No. 1 March 2, 2023 This addendum must be acknowledged via BidNet and should he included with the bid response. The purpose of this addendum is to address the following for this Bid: I. UPDATE PREVAILING WAGE RATES Please see the attached updated Federal Prevailing Wage Rates. II.FINALIZED SIGNING AND STRIPING PLANS Please see the attached finalized signing and striping plans. ud by: 6V, ' Damonez— City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. It March 2, 2023 4COra9t's presentative Date Jeff Galterio, Assistant Secretary Sully -Miller Contracting Company Company Name B I D # CI P-22-23-MO142 DocuSign Envelope ID: 9C987C6B-CA37-49A7-8EI7-B408EEADOBEI Addendum No. 2 March 9, 2023 Addendum No. 2 BID # CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City of Santa Clarita, California 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: BID CLOSING DATE CHANGE The bid closing date has been changed from March 9, 2023 before 2:00 PM (PT) to March 13, 2023 before 2:00 PM (PT). Approved: [—U'oGqUS1gned by: DIMMISM.- City Engineer 3/9/2023 END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 0 j1do A/ -, t f Co tr C is Representative Jeff Galterio, Assistant Secretary Sully -Miller Contracting Company Company Name March 9, 2023 Date BID # CIP-22-23-M0142 DocuSign Envelope ID: 3DF4E5CC-054&-4EOF-84C6-02259AT9BDE8 Addendum No. 3 March 10, 2023 Addendum No. 3 BID # CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City of Santa Clarita, California 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 from March 13, 2023 before 2:00 PM (PT) to March 14, 2023 before 2:00 PM (PT). ILINCLUSION OF COVER SHEET FOR PLANS Please see the attached complete plans set that was originally missing the signed cover sheet. Ili. UPDATED BID SCHEDULE Please see the attached updated Bid Schedule. Line Item # 6 for Base Bid, Alternate 1, and Alternate 2 have been updated to the following: ARHM-GG-C instead of ARHM-GG-D This updated Bid Schedule must be filled out and submitted with the bid response. IV. UPDATED GENERAL PROVISIONS Please see the updated Section F— General Provisions. The following sections have been updated: • Removed section 400-2 (previously page GP-65) • Updated sections 3-10.1, 3-10.4 (page GP-22) V. UPDATED SPECIAL PROVISIONS — TECHNICAL Please see the updated Section G — Special Provisions — Technical. The following sections have been updated: • Section G2-5.4 (page 18) • Section G2-8.2.2 (page 26) Approved: F6DacuSigneG by: 44L'u City Engineer BID # CIP-22-23-M0142 DocuSlgn Envelope ID: 3DF4E5CC-054B-4EI7F-84C6-02259A19BDE8 Addendum No. 3 March 10, 2023 END OF ADDENDUM This addendum must be acknowledged via BldNet and should be included with the bid response. (: JI&M114k March 13, 2023 Contra o `s Representative Date Jeff Galterio, Assistant Secretary Sully -Miller Contracting Company Company Name BID #f CIF'-22-23-M©142 DocuSicgn Fnvelcpe ID: E93D6lFM029-4AB9-B3a-B2ADB942F2B8 DocuSign Envelope ID: E93DBIF8-0029-4ABS-83E0-22ADB942F2B8 PROPOSAL I`OR Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 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 setforth in the foilowing 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 quantlttes 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 flgures. 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 contractto the BIDDER, the proceedsof the security accompanyingthis bid shall become the property of the CITY and this bid and the acceptance hereof may, atthe CITY's option, be considered null and void. Company Name: Sully -Miller Contracting Company Company Address: 135 S. State College Blvd. Ste. 400 Brea, CA 92821 Phone: 714/578-9600 Email: bids@sully-miller.com By: Jeff Galterio Print Name Title. Assistant Secretary Signature: Date. February 23, 2023 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 .�rc>�.e:cc�.cc•.�eecec�cce�.ercarcc�,�.�c�-sr`.cr,_.s�'.ccc,r�/=�'.crcr.�:rcrc:ccrc=�.arc=e,.n^t=rcrsLr,�c<�rs;c;rr�; r�;ccr,�^,cc.�;r_,�,�.� 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 March 4, 2023 before me, Date J. Daniels. Notary Public Here Insert Name and Title of the Officer personally appeared Jeff Galterio 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. *my J, DANIELS Notary Public - CaliforniaOrange County Commission p 7377975 Comm, Expires Oct 9, 2625 Place Notary Seal Above 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand official seal. Signature f Signature of Notary Public J. Daniels, 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: Sid Proposal -Signature Page Document Date: February 23, 2023 Number of Pages: 1 Signer's) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterio Signer's Name: X Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — E7 Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contracting Company 02014 National Notary Association - www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSlgn Envelope ID: E93DSIF8-0029-4AE9-83E0-B2AD8942F2B8 NOTICE TO BiDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-22-23-M09.42 2021-2022 Federal Resurfacing Project City Project No. M0142 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 Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 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. d. Contractor shalifurnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CCI. 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 foss, 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 serv€ces.underthis 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 havefirst paid for any ofthe matters to which Indemnitees Dow8lgrn Envelope ID: E93D61F8-00294AB9-83E0-B2ADB942F2B8 are entitled to Indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limitthe liabilityof 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 a$ a result of the City's active negligence or acts of omission. H. 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 the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening QocuSlgn Envelope ID- E9 D61Fa-an29-4AB9-83FO-B2ADR942F2B8 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 Clar€ta. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughoutthe terra of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,0€ 0 combined single limit for each accident, Ail such insurance shall be primary insurance and shall namethe 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 oniythe CITY has an insurable Interest. The Bullder'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 ail proceeds from the Builder's Risk Policy shall he 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 provlslon 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-11mits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real „PLoj2erty 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 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 Docuftn Enveiape ID: E93B8iF8-0029 4AB9-63I✓0-B2ADB942F2B6 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-Buiidj. 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 againstthe CITY, its elected or appointed officers, agents, officials, employees andvolunteers 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 respectto the insurer's limits of liability. The pollcy(les) 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 conformltywith 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 Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fall 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 RocuSign Envelope ID- E93D81 FB-0029-4AE9-83E0-92AQB942F2n8 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 underthis Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. 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 5ignature.L41-' '1.er v 1?�t rig Date: February 23, 2023 - - �-- —� Printed Name: Jeff Galterio, Assistant Secreta CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 C cC r r �c Ur F Mc� c (c-- - - - c - - - - - c c (erccccc�ere c crcCer�Cc� cTc C c c C er�Kr ercreK c c c e ^ccM 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 March 4, 2023 before me, Date J. Daniels, Notary Public Here Insert Name and Title of the Officer personally appeared Jeff Galterio 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. Ir 4tif"--_ •' ,N J. DANIELS d. s Notary Public -California ` . _ Orange County Commission R 2377975 My Comm. Expires Oct 9, 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 a official seal Signature Signature of Notaryublic Daniels, 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: Notice to Bidders Regarding Document Date: February 23, 2023 Number of Pages: LiL�igner amed Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterio Signer's Name: X Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contracting Company 02014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: 3DF4E5CC-054B-4EOF-84C6-02259A19BDE8 BID SCHEDULE Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. 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. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. BASE BID ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1 Mobilization, Bonds & Insurance 1 LS 2 Traffic Control 1 LS 3 Storm Water Pollution Control Program 1 LS $ $ 15 4. AC D2 PG 64-10 1,947 TN $ i`�`j.vc� $ Ziue7 �5ci�.r�r5 5 AC C2 PG 64-10 1,197 TN $ $ 6 ARHM-GG-C PG 64-16 6,842 ' TN $ ��Z..�,ca $ 941956q-00 7 Remove & Replace 4" AC 33,674 SF $ 9.'00$ 8 Remove & Replace 6" AC 117,760 SF $ iU $ Cates S:fCa++.��•=� Cold Plane 2" / Transition Cold Plane from 9. 2" to 4" 86,986 SF $ � 15 $ 65,-34. S`c1 10. Stabilization Allowance 15' 144 SF $ �. � $ 11. Keycut Al 12,123 LF $ $ 12. l<eycut B1 347 LF $ ira•� $ 5zfi6`Z,:� 13 Lower Manhole Covers to Finish Grade 31 EA 14 Adjust Manhole Covers to Finish Grade 31 EA $ DocuSign Envelope ID: 3DF4E5CC-054B-4EOF-84C6-02259A19BDEB is.Install Blue RPM's @ Fire Hydrant 15 EA $ $ 16 12" White Crosswalk/Limit Line (Thermo) 1,058 LF $ $ 1 L 3 �.uU 17 12" Yellow Crosswalk/Limit Line (Thermo) 477 LF $ $ 18 Striping Detail #12 (Thermo & Markers) 13,678 LF $ $ is 19 Striping Detail #22 (Thermo & Markers) 631 LF $ $ 20 Striping Detail #24 (Thermo & Markers) 9,240 LF $ $ Vcw %G. 21 Striping Detail #27 (Thermo & Markers) 52 LF $ $ 22. Striping Detail #38 (Thermo & Markers) 1,447 LF $ $ 23. Striping Detail #38A (Thermo) 2,225 LF $ $ 24. Striping Detail #39 (Thermo) 12,040 LF $ $ 25. Striping Detail #39 (Thermo) 960 LF $ $ it 1140w 26. Arrow Type IV (L/R) (Thermo) 30 EA $ $ 27. Legend "CLEAR" 3 EA $ $ �c�•�x: V-�PC�- 28. Legend "KEEP" 3 EA $ $ 29. Legend "AHEAD" 7 EA $ $ �, � c� fr,> •cam 30. Legend "SIGNAL" 7 EA $ $ 31 Bike & Arrow Symbol 9 EA $ $ Remove and Install Permanent Traffic 32. Loops 99 EA $ $ 33. Install Temporary Video Detection System 14 EA $ $ 34. Remove and Install Traffic Nodes 8 EA $ 35. Remove and Replace Local Depressions 357 SF $ $ TOTAL BASF BID AMOUNT: $'?-j9g0r':Kz-5,, $o Docu6ign Envelope ID: 3DF4E5CC-054B-4EOF-84C6-02259A19BDE8 ALTERNATE BID SCHEDULES Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California ALTERNATE 1 ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL NO. 1. Mobilization, Bonds & Insurance 1 LS $ $ 2. Traffic Control 1 LS $ $ %Z Sc��,u�7LZ �cvta. 3 Storm Water Pollution Control Program 1 LS $ $ 5c+vvv ruu c 4. AC D2 PG 64-10 228 TN $ $ 3Z3°k•c� S. AC C2 PG 64-10 1,745 TN $ $ 6. ARHM-GG-C PG 64-16 800 TN $ $ 7. Remove & Replace 4" AC 8 708 SF $ $ ' 8 Remove & Replace 6" AC 2,654 SF $ $ 9. Remove & Replace 8" AC 6,138 SF $ $ J %„ 6z.� ry/ y Oz., .✓i+e 10 Stabilization Allowance 1,750 SF $ $ 11. Cold Planet-1/2" 12,575 SF $ $ q q31.�� Cold Plane 3" / Transition Cold Plane 12. from 3" to 5" 20,379 SF $� $ Cold Plane 8" / Transition Cold Plane 13. from 8" to 10" 20,125 SF $ $ 14. Keycut B1 90 LF 15. Lower Manhole Covers to Finish Grade 1 EA $ $ 16 Adjust Manhole Covers to Finish Grade 1 EA $ $ 17 12" White Crosswalk/Limit Line (Thermo) 87 LF $ $ 18 12" Yellow Crosswalk/Limit Line (Thermo) 510 LF $ $ -�ca 19 Striping Detail #12 (Thermo & Markers) 1,518 LF $ $ 20. Striping Detail #22 (Thermo & Markers) 867 LF $ $ 21 Striping Detail #38 (Thermo & Markers) 159 LF $ $ 22 Striping Detail #38A (Thermo) 1,274 LF $ $ DocuSign Envelope ID: 3DF4E5GG-054B-4EaF-84G6-02259A19BDE8 23. Arrow Type IV (L/R) (Thermo) 8 EA $ $ (50.oc' i c Remove and Install Permanent Traffic 24. Loops 16 EA $ $ r'v9$-des Install Temporary Video Detection 25. System 3 EA $ $ TOTAL ALTERNATE I BID AMOUNT. $ 5 5.,`fi 5 ALTERNATE 2 ITEM DESCRIPTION CITY UNIT UNIT PRICE TOTAL NO. 1 Mobilization, Bonds & Insurance 1 LS $ $ 2 Traffic Control 1 LS $ $ 3 Storm Water Pollution Control Program 1 LS $ $ 4 AC D2 PG 64-10 276 T $ $ S. AC C2 PG 64-10 930 TN $ $ �LJ• l.� ixaL� 6. ARHM-GG-C PG 64-16 970 TN $ $ . 7. Remove & Replace 5" AC 11,174 SF $ $ s ebb 8. Remove &Replace 8" AC 4,871 SF $� $ 9. Stabilization Allowance 1,605 SF $ $ ! Z 'K10's Cold Plane 3" / Transition Cold Plane from 10. 3" to 5" 21,400 SF $ $ Cold Plane 3-1/2" / Transition Cold Plane 11. from 3-1/2" to 5-1/2" 20,260 SF $ $ 12. KeycutBI 90 LF $ $ 13. Lower Manhole Covers to Finish Grade 2 EA $ $ 14. Adjust Manhole Covers to Finish Grade 2 EA $ $ isQQ •C7eo 1 lei s c� 15 12" White Crosswalk/Limit line (Thermo) 304 LF $ $ 16 12" Yellow Crosswalk/Limit Line (Thermo) 338 LF $ $ 17 Striping Detail #12 (Thermo & Markers) 1,610 LF $ $ 18 Striping Detail #22 (Thermo & Markers) 942 LF $ 2$ 1t -Z �� DocuSign Envelope ID: 3DF4E5CC-054B-4EOF-84C6-02259A19BDE8 19.Striping Detail #27 (Thermo & Markers) 874 LF $ $ 20 Striping Detail #38 (Thermo & Markers) 206 LF $ $ 21. Striping Detail #38A (Thermo) 450 LF $ $ 22 Arrow Type IV (L/R) (Thermo) 4 EA $ ?5q.. $ 23. Remove and install Permanent Traffic Loops 8 EA $ $ 24 Install Temporary Video Detection System 2 EA $ $ TOTAL ALTERNATE 2 BID AMOUNT: $ Ct561 It 1 - j 6 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. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. DocuSlgn Envelope I0: E9306IFS-0029-4AB9-83E0-B2ADB942F2B8 BID SCHEDULE SUMMARY Bid #CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City Project No, M0142 City of Santa Clarita, California 13IDDER NAME: Sully -Miller Contracting Company BID SUMMARY TOTAL PRICE IN .� � � o FIGURES d BASE BID 'j�lv �PIGt-Evt� as�� i4t�a��fi� �v� d if il�✓5�� TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES ALTERNATE I 6,1� } S � � r ery-- TOTAL PRICE IN Ft4 'T j WORDS � � �� ,�. TOTAL PRICE IN �� �► f�Zrfi� FIGURES ALTERNATE 2 TOTAL PRICE IN WORDS TOTAL PRICE IN 30 / i ` FIGURES TOTAL. BASE BID+ ALTERNATE lAND MILL, c0,3 u,4i4uilf>�r� ALTERNATE 2 TOTAL PRICE IN WORDS NOTE. In case of error in extension of price into the total price column, the unit price will govern. The basis of award of contract shall be the Contractor's Base Bid plus the Alternates. DocuSi9n Envelope ID: E93D61 F8-0029-4AB9-83E0-€32ADB942F288 BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-22-2.3-M0142 2021-2022 Federal Resurfacing project City Project No. M0142 City of Santa Clarita, California Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding, AFFIRMATIVE ACTION CERTIFICATION Bidder certif[es that affirmative action has been taken to seekout 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 certif€es that affirmative action will betaken 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: Sully -Miller Contracting Com an Business Address: 135 S. State College Blvd., Ste. 400, Brea, CA 92821 Telephone No.: 714/578-9600 State CONTRACTOR's License No. & Class- 747612-A DIR No- 1000003664 Original Date: December I0, 2014 Expiration Date: June -.2024 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, pers, oin vent res and/or corporate officers havinga principal interest in this proposal: lease See attached Certificate of Incumbency William J.T. Boyd, President ❑ocuSlgn Envelope ID: E93DBIF8-002g-4AB9-83ED-B2ADB942F2B8 Scott Bottomley, Vice President/Assistant Secretary Christopher Winter, CFO/Treasurer/Vice President/Assistant Secretary Jeff Galterio, Assistant Secretary The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or anyfirm, corporation, partnership or joint venture of which any principal havingan interest In this proposal was an owner, corporate officer, partner or joint venture are as 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: None IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 23rd dayofFeb- 2023 BIDDER: ' Signature Jeff Galterio, Assistant Secretary Name and Title of Signatory Sully -Miller Contracting Company Legal Name of Bidder 135 S. State College Blvd., Ste. 400, Brea, CA 92821 _ Address 714/578-9600 33-0787630 Telephone Number Federal Tax I.D. No. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 rcccrcrc�csc=fc�°;crarc=cc,ccr.crcrcrcrcr.�-t.crcrcrc-ccrc=<`.c,rcrrrcrcrcrcF`.ct.c�`.�`.�.�.cre�^.erc:�.crec>.c�.cecrcc.c�.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 Orange } on March 4, 2023 before me, J. Daniels, Notary Public Date Here Insert Name and Title of the Officer personally appeared Jeff Galterio 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. J. DANIELS Notary Public - California (.j orange CountyCommission N 23779My Comm. Expires Oct 9, 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 h nd n official seals Signature mature of Notary ublic J. Daniels, 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: Bidder's Information & Certification Document Date: February 23, 2023 Number of Pages: 1 Signer's) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterio Signer's Name: IN Corporate Off icor — Title(s): Assistant Secretaryq Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contracting Company 02014 National Notary Association • www.Nationa[Notary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 SULLY -MILLER CONTRACTING CO. License 747612A 135 S. State Coflege Blvd., STE. 400 # Brea, CA 92821 * PHONE 7 14-.578-9600 License Certificate I certify under penalty of perjury under the laws of the State of California that the following is true and correct: CSLB: .0TI-1-T Ike 74761 7.-A Jeff Galterio, Assistant Secret CONTRACTORS STATE LICENSE BOARS �=- rr,,:dkeER.a ACTIVE LICENSE 4 License Number 747 1 EnCrty CO R P 9u:invasName SULLY - MILLER CONTRACTING COMPANY C1assficationfsl A �— State of California D I Department of Industrial Relations Contractor Information Legal Entity Name SULLY -MILLER CONTRACTING COMPANY Legal Entity Type Corporation Status Active Registration Number 1000003664 Registration effective date 7/1/2022 Registration expiration date 6/30/2024 Mailing Address 135 S STATE COLLEGE BLVD, SUITE #400 BREA, CA 92821 Physical Address 135 S STATE COLLEGE BLVD, SUITE #400 BREA, CA 92821 Email Address bids@sully-milier.com Trade Name/DBA License Number (s) CSLB-747612 CERTIFICATE OF INCUMBENCY AND RESOLUTION I, Anthony L. Martino, II, do hereby certify that I am the Secretary of Sully -Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute books of said corporation. And I do hereby further certify that the following persons are duly elected officers of said corporation. TITLE Chairman Of The Board President Vice President, CFO, Treasurer and Assistant Secretary Vice President and Assistant Secretary Secretary Assistant Secretary Assistant Secretary NAME Marcus Leavitt William. Joseph Thomas Boyd Christopher Winter Scott Bottomley Anthony L. Martino, lI Jeff Galterio Mark Pachura I further certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said Company at a meeting held on December 15, 2022, and that this resolution has not been in any way rescinded, annulled, or revoked but the same is still in full force and effect: BID TENDERS: GENERAL RESOLVED, that any officer of the Corporation be and they hereby are authorized in the name and on behalf of the Corporation, under its corporate seal or otherwise (i) to prepare proposals and bids for the supplying of construction materials and the performance by itself or in joint venture, of work of whatsoever nature in connection with the construction or paving of highways, roads and airports and in connection with earthworks and civil engineering projects of all kinds, together with all work, incidental thereto, (ii) to execute and submit any and all such proposals and bids to any governmental authority, instrumentality, or agency of the United States, its several states, territories and possessions, including without limitation, any municipality or other political or corporate subdivision thereof, and to any corporation, partnership, sole proprietorship, or other business entity, (iii) in connection with any such submission, to deliver bid deposits or bonds as may be required and (iv) to execute and deliver definitive agreements binding the Corporation to perform work in accordance with any proposals and bids authorized hereby. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 28th day of February 2023. {SEAL) AAt&ny L. Martino, lI Secretary Sully -Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 Docu%n Envelope iD: E93DBIFB-0629-4AB9-83EO-B2ADS942F2B8 13113DEWS UESTI©NNAIRE Did ##CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clailta, California la Submitted by: Sully -Miller Contracting Telephone? 714/578-9600 Company Principal Office Address: 135 S. State College Blvd. Ste. 400 Bre 2 2, Type of Firm: d� C Corporation Q S Corporation d• individual/Sole Proprietor or Single—MemberLLC • Partnership Q Limited Liability Company "C" C-Corp d Limited Uablldty Company "V S-Corp © Limited Liability Company "P" partnership © other 3a. if corporation, answer these questions: Date of incorporation:06/16/1997 State of incorporation: Delaware President's Name: William J.T. Boyd Vice -President's Name: Scott Bottom ley & Christopher Winter Secretary or Clerk's Name: Anthony L. Martino, I I Treasurer's Name: Christopher Winter 3b, If partnership, answerthese questions: Data of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. CERTIFICATE OF INCUMBENCY AND RESOLUTION 1, Anthony L. Martino, 11, do hereby certify that I am the Secretary of Sully -Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute books of said corporation. And I do hereby further certify that the following persons are duly elected officers of said corporation. TITLE Chairman Of The Board President Vice President, CFO, Treasurer and Assistant Secretary Vice President and Assistant Secretary Secretary Assistant Secretary Assistant Secretary NAME Marcus Leavitt William Joseph Thomas Boyd Christopher Winter Scott Bottomley Anthony L. Martino, II Jeff Galterio Mark Pachura I further certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said Company at a meeting held on December 15, 2022, and that this resolution has not been in any way rescinded, annulled, or revoked but the same is still in full force and effect: BID TENDERS: GENERAL RESOLVED, that any officer of the Corporation be and they hereby are authorized in the name and on behalf of the Corporation, under its corporate seal or otherwise (i) to prepare proposals and bids for the supplying of construction materials and the performance by itself or in joint venture, of work of whatsoever nature in connection with the construction or paving of highways, roads and airports and in connection with earthworks and civil engineering projects of all kinds, together with all work incidental thereto, (ii) to execute and submit any and all such proposals and bids to any governmental authority, instrumentality, or agency of the United States, its several states, territories and possessions, including without limitation, any municipality or other political or corporate subdivision thereof, and to any corporation, partnership, sole proprietorship, or other business entity, (iii) in connection with any such submission, to deliver bid deposits or bonds as may be required and (iv) to execute and deliver definitive agreements binding the Corporation to perfonn work in accordance with any proposals and bids authorized hereby. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 28th day of February 2023. (SEAL) AASony L. Martino, 11 Secretary Sully -Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 DocuSign Envelops 1D: E93D6tF8-0023.4AB9-MM-B2ADR942F2B8 BIDDER'S QUESTIONNAIRE (conVd) Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California 4. Name of person holdingCONTRACTOR's license: William J.T. Boyd, President license number: 714612 Class: A _.__Expiration mate: March 31, 2024 W.R. Reglstratfon # 1000003664 S. CONTfRACTOR's Representative: Anthony Lino l-ltie; Pre -Construction Manager Alternate: Jeff Galterio Title: Assistant Secretary 6. list the major construction projects your organization has In progress as of this date: A. owner; "Please See Attached List of Project location: Type of Project: 13. Owner: Project location: Type of Project: C. Owner: Project location: Type of Project-_ References" SULLY -MILLER CONTRACTING CO. tic,�nsq- 747612A 35 S. State Co ege B vd- STE. 400 + Brea:, CA 92821 • PHONE 14-578-9600 License Certificate I certify under penalty of perjury under the laws of the State of California that the following is true and correct: CSLB: 74761?.—A Jeff Galterio, Assistant Secretary -. J. _..,.oAq.. CONTRACTORS STATE LICENSE BOARD afa„4reerna:ntiw��na►++aa ACTIVE LICENSE lecn:gc'J,:mbew 747 1 Enm-e CO R SULLY - MILLER CONTRACTING COMPANY Qlim .caVun(3� A rpl��tmBnAata 03i 1ILVLT ww.c {b.ca,aov CSLB State of California DIRDepartment of KE= Industrial Relations Contractor Information Legal Entity Name SULLY -MILLER CONTRACTING COMPANY Legal Entity Type Corporation Status Active Registration Number 1000003664 Registration effective date 7/1/2022 Registration expiration date 6/30/2024 Mailing Address 135 S STATE COLLEGE BLVD, SUITE #400 BREA, CA 92821 Physical Address 135 S STATE COLLEGE BLVD, SUITE #400 BREA, CA 92821 Email Address bids@sully-miller.com Trade Name/DBA License Number (s) CSLB-747612 Project Experience SULLY - MILLER CONTRACTING A COLAS COMPANY nim SULLY -MILLER Cora ACr`"G Co. Project Location Project Experience San Bernardino County CA LA County from the Sunland Blvd. crossing (Tujunga CA) to Baseline Rd. crossing (Upland Project Owner CALTRANS CALTRANS Contact Name John Santos John Santos Contact Role/ Position Project Manager Project Manager Telephone (951) 538 - 5315 (951) 538 - 5315 Email john.santos(a)dot.ca.gov 1 john.santosgdot.ca.gov Project Description Start Date End Date Reaching a project boundary length of almost ten miles, the amount of unique worked that is required by this project is on an immense scale. The scope of work consists of scheduling; mobilization and demobilization; traffic control; temporary barricade and fencing placement; temporary and permanent striping/marking; temporary crash cushion installation; landscaping that included clear and grubbing, roadside clearing and over two million square feet of hydroseeding; over 110,000 cubic yards of aggregate base placement; cold milling; HMA application; concrete work which included flatwork, curb and gutters, and sidewalks; striping/marking; electrical work that involved signal construction, ramp metering construction, and lighting system installation; as well as a considerable amount of underground work such as pipe culvert construction, pipe and down drain construction, and pipe liner application. November 2021 Est. December 2024 This 23-million-dollar project wasn't just a "run of the mill" construction project, this project was a design -build project that required all of the curb ramps on the on/off ramps and frontage roads along the 210 freeway to be reconstructed to comply with current ADA standard codes. The project limits extended a total of approximately 41 miles that begun 1.4 miles west of the Sunland Boulevard undercrossing and ended just 0.1 miles east of the Baseline Road undercrossing. The projects scope of work consisted of upgrading 264 ADA curb ramps, installation of accessible pedestrian signal systems, and the installation of pedestrian countdown timers. This project, due to its vast length along the 41 mile stretch of the 210 freeway, creates unique challenges that are currently being overcome by the Sully -Miller team's resilience and desire to challenge the ordinary. January 2022 Est. January 2024 ContractAmount 1 $ 121,672,000 1 $ 23,680,000 I Sul ly-MiIIerContractingCompany 1135 S State Col Iege$ouIevard, Suite 4001 Brea, CA92821 1714.578.96001 info@sully-miIIer.com I sully-miIIer.com nuo SULLY. MILLER Project Experience CONTRACTING CO. a roes rowvam Project Location Project Owner Contact Name Contact Role/ Position Telephone Email Project. Description Start Date End Date Contract Amount i Pavement Overlay and Resurfacing Spring Valley Lake ADA Ramps and Various Roads Program2020 Overlay Thousand Oaks, CA Spring Valley Lake, CA City of Thousand Oaks County of San Bernardino Michelle McCarty Joseph Schweitzer Project Manager Supervising Engineer (805) 449 — 2477 (909) 387 — 7936 mmcartyntoaks.org Joseph.shweitzer@dpw.sbcountygov This almost $13 million dollar job was for Thousand Oaks' annual pavement rehabilitation program. This project's boundaries covered an The Spring Valley Lake project was a vast -scale extremely large area, just over 63 square miles, project that required the cold milling and re -paving which presented a unique challenge for overall of over 120 separate locations within a 2.25 construction planning. The scope of work for this square mile project boundary. The project's scope project covered a majority of cold milling and hot of work included minor concrete work (such as mix asphalt and rubberized hot mix asphalt ADA curb ramp, curb and gutter, spandrel, paving, but also included an enormous amount of driveway and retaining curb construction), cold full section removal and replace (almost 142,000 milling (over 2,000,000 square feet worth),. square feet), the removal and replacement of over grading, placing asphalt concrete (including 200 curb ramps, over 8,000,000 square feet of asphalt rubberized hot mix), utility adjustment and crack seal application, a large quantity of striping/marking work. microsurfacing/slurry seal, utility adjusting, striping/marking and some. May 2020 September 2019 December 2020 April 2020 $ 12,995,708 $ 12,448,000 Sully-MillerContracting Company 1 135 SState College Boulevard, Suite 4001 Brea, CA 92821 1714.578.96001 info@sully-miller.com I sully-miller.com SULLY -MILLER Project Experience C.ONTRAC77NG CO. . cews cawsun `1 .. 7 Project Location Castaic, CA Compton, CA Project Owner Los Angeles County Department of Public Works City of Compton Contact Name Vittorio Monteil John Strickland Contact Role/ Position Project Manager Project Manager Telephone (626) 300 --- 3267 (310) 605 — 5505 Email vmonteil(d)dpw.lacounty.gov istrickland(cD-comptoncity.org This project consists of the design and construction of a Sheriffs Department Emergency Vehicle Operation Center (EVOC) which will be used to train Sheriffs personnel on safe operation of vehicles operated at high speed and on normal Stretching over seven miles in three separate city streets. It includes a 5,000 square foot locations, the second phase of Compton's classroom building with offices, locker rooms, reconstruction project was completed with a heavy storage, a kitchenette, and restroom facilities, a 44 amount of materials and man -power. The scope of acre high-speed track, with pursuit track area, a work for this job encompassed cold milling and Project skid pan for training personnel on how to operate pavement overlay, base application, full depth Description vehicles in slippery road conditions and a collision reconstruction, concrete construction (curb and avoidance track to practice avoiding other vehicle gutter, sidewalks, driveways, cross gutters, alley or objects in emergency situations. There is also intersections, and curb ramps), pavement a training vehicle parking lot, as well as a separate striping/marking, utility adjusting and traffic loop employee and class attendee parking lot. The installation. itemized scope of work includes the design and construction of grading, base and asphalt concrete construction, civil construction work, structural work, electrical, underground fire/water system construction, demolition and landscaping. Start Date March 2020 October 2021 End Date February 2022 Est. July 2022 Contract Amount $ 10,790,000 $ 6,465,000 Sully-MiIle rContracting Company 1 1 3 5 SState College Boulevard, Suite 400 1 Brea, CA92821 1 714.578.96001 info@suIly-miIIer.com l sully-miIIer.com 51L SULLY-MILLERca. Project Experience il 2020 SpringPavement Management Project Project Location Lancaster, CA Santa Clarita, CA Project Owner City of Lancaster City of Santa Clarita Contact Name Vickie Zhao Julia Regan Contact Role/ Position Assistant Engineer Project Manager Telephone (661 ) 945 — 6869 (661) 255 — 4301 Email vzhaogcityoflancasterca.org IreganP_santa-clarita.com Totaling to a distance of over four miles, this project not only included the rehabilitation of almost a one -mile portion of two-lane arterials, but With a proposal plan of a base bid and seven also encompassed the reconstruction of over three alternates, the shear breadth of the Santa Clarita miles of 10th Street West in Lancaster CA, which is annual overlay project had its initial challenging one of Lancaster's largest arterial roadways. elements. Not only did the scope of work include Project Sitting at six lanes wide, the reconstruction called general key -cut grinding, cold planning and overlay Description for a mass amount of hot mix asphalt concrete, of various hot mix asphalts, but there was also a over 12,000 tons, and asphalt rubber hot mix significant amount of full depth removal and concrete, over 13,000 tons. However, this project replace, as well as utility adjusting, traffic loop did not only include the planning and paving of installation, striping/marking and some minor asphalt, the scope of work also included curb ramp concrete work. reconstruction, minor electrical work, slurry seal application, aggregate base application, and signing, striping, and marking. Start Date September 2020 July 2019 End Date December 2020 December 2019 Contract Amount $ 6,252,000 $ 4,480,399 Sully -Miller Contracting Company 11 35SStateCollegeBoulevard,Suite4001 Brea,CA92821 1 714.578.96001 info@sully-miller.com I sully-miller.com SULLY -. CO. Project Experience CTRACTING ON Project Location Project Owner Contact blame Contact Role/ Position Telephone Email Project Description Start Date End Date Contract Amount Lynwood, CA • • • Santa Fe Springs, CA City of Lynwood City of Santa Fe Springs Noe Martinez Robert Garcia Public Works Assistant Associate Civil Engineer (310) 603 — 0220 (562) 868 -- 0511 nmartinez I nwood.ca.us robert.garcia aa)santafesprings.org At just over a mile long and exiting in a location With ajob location spanning over five square miles within a heavy industry district in Santa Fe Springs, in six different unique locations, this project proved Greenstone Avenue needed an overhaul to say to have challenging aspects not only from its the least. The full scope of work included with this location, but also with its broad scope of work. This project was cold milling of asphalt concrete, job included level work such as street resurfacing, applying a new layer of asphalt rubber hot mix various types of concrete work, traffic signing and asphalt, application of roller compacted concrete, striping; as well as underground work at the utility adjustment, signing, striping and the various locations, which incorporated sanitary construction of PCC curb and gutters, curb ramps, sewer system repairs (with CIPP lining), new driveways, cross gutters and sidewalks. The city of water mainline installation including the service Santa Fe Springs provided an offsite (yet close to laterals, smart metes, fire hydrants and the jobsite) lot that contained a mobile asphalt appurtenances. plant to induct and mix the materials needed for the roller compacted concrete, which was then transported to the job site. October 2020 June 2019 February 2021 January 2020 $ 3,468,000 $ 3,444,361 Sully-MillerContractingCompany 1135SStateCollegeBoulevard, Suite 4001 Brea,CA92821 1 714.578.96001 info0sully-miller.com I sully-miller.com !a —di C SULLY-MOProject Experience co�aAMNc Co.OlK � [OM— MPAHY s _ Project Location Inglewood, CA Reseda, CA Project Owner City of Inglewood City of Los Angeles Contact Name Hunter Nguyen Courtney Luc Contact Role/ Position Associate Engineer Project Manager Telephone (310) 412 — 5333 (213) 847 — 2354 Email hhunterQcityofinglewood.org courtney.luc(c lacity.org Located directly off of Prairie Avenue sits the At just under a mile, this four lane arterial required Forum, an iconic entertainment venue, and the (at more than just a standard grind and overlay. On the time) currently under construction Sofi top of the cold planning, hot mix asphalt Stadium. Both of which bring heavy traffic to this placement, base application and minor concrete two mile stretch of a six lane arterial, The scope of work, this job's scope of work also included, traffic Project work for this improvement project included signal con structionlrelocation, minor electrical Description surveying, traffic control, over 500,000 square feet work, utility adjustment and a large amount of of cold planning, construction of hot mix asphalt beautification work. The beautification work and asphalt rubber hot mix, placement of base encompassed the construction of tree wells, tree material, almost 1000 cubic yards worth of planting, mulch placement, top soil furnishing, concrete improvements, utility adjustment, almost 10,000 square feet of landscaping and the signing, striping, and traffic loop restoration. application of cobblestone. Start Date February 2020 April 2020 End Date July 2020 May 2021 Contract Amount $ 3,258,000 $ 2,623,000 Sul ly-MillerContractingCompany 1 135SStateCollegeBoulevard,Suite4001 Brea, CA92821 1 714.578.96001 info@sully-miller.com I sully-millencom �L. sULLA�rvtaNG CO. �µR Project Experience CONTRACTT Project Location Boron, CA Palmdale, CA Project Owner County of Kern City of Palmdale Contact Name Michelle Burns-Lusich Marc Zuber Contact Role/ Position Public Works Manager Public Works Project Manager Telephone (661) 882 — 8861 (661) 267 — 5300 Email burns-lusich(cD_kerncounty.com mzuberQcityofpalmdale. org To preserve the historical significance of the Twenty Mule Team Road, where a majority of the work for this project had been done, constructing and/or reconstructing the pedestrian pathways This project called for a mass amount of pavement • and the asphalt of the road itself was completed to be cold planed and repaved, over one million with much care and respect. Adding up to almost square feet, and required a polymer modified Project four miles in distance, the job itself had notable asphalt concrete instead of conventional hot mix Description concrete and asphalt quantities for a two-lane asphalt or rubberized hot mix asphalt. This project road, consisting of over 1000 cubic yards of also included surveying, striping, marking, utility Portland cement concrete and over 5000 tons of adjusting, and traffic control within its scope of asphalt cement. The complete scope of work for work. this project included constructing Class 1 bike paths, multi -use paths, sidewalks, curbs, gutters, curb ramps, drive approaches and paving hot mix asphalt concrete. Start Date May 2020 July 2021 • End Date November 2020 August 2021 Contract Amount $ 2,536,331 $ 2,067,000 Sul ly-MiillerContractingCompany 11355State College Boulevard, Suite 4001 Brea,CA92821 1714.578.96001 info@sully-mWer.com I sully-miller.com DocuSlgn Envelope 10:=93©61F8-0029-4AB9-83E0-B2ADB942F2B8 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarlta, 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 RIDDER 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 faculties" 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, Sully -Miller Contracting Com BIDDER - 'Delft Galterio, Assistant Secretary Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor -- 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No, 33 — Friday, February 16, 1968 — p. 3065). Docu5ign Envelope iD: E93D61FB-0029-4Ak19-88E0-B2ADB942F2BB NU, - 7,4' M kLt Z z,3 ,2 4 DESIGNATION OF SUBCONTRACTORS Bid #i: CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Claritar California Listed below are the names and locations of the places of business of each submntractor, supplier, and vendorwhawill perform work or labor or rendsr service in excess of X of x percent or $10,000 (whichever is groator) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub-contrattor, is participating as a DBE. if nrn Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.41 Dollar Value of Work ec-1 k 0 o a 81153 S #-+ -2 44C) Age of firm: DBE: Yes 0D Annual Gross Receipts: r -k Certifying Agency: Location and Place of Business LTS Bid Schedule item No's: bAs� `�`� Description of Work .,� tis _3 s License No. Fxp. date: / / Phone ( } Subcontractor DIR Registration No,* Dollar Value of Work Cl- t L90©Fp Q 4 2-7IDS®,�t�p Age of firm; DBE: & No Annual Gross Receipts: k S + .� r S Certify€ng Agency: 4 k Location and Place of Business Bid Schedule [tern No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No,*-- Dollar Value of Work Age of firm: DBE. No Annual Gross Receipts: ii f S CeriifyingAgency: 38o� C>00, Location and Place of Business "4 4 Prn. c i M C 4 Bid Schedule Item No's: 2- tSiarSE BI4 Description of Work License No. 45 -- 1�iS (-r Exp. Date: J / Phone ( ) -Ir- t i JS Zo - goz-k-r NOTE: A b[LX)bii ar sugc:ontractar 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 vlolaticn of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professlons 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. *Pursuatitta Division 2, Part 7, Chapter 1(commercing With section 1720) of the California Labor Code. DocuSign Envelope ID: E93DSIFB-0029-4Ai39-83E0-92ADB942F2BB DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City Project No. M0142 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 M of percent, or $10,co0 (whichever is greater) of the prime contractor's total bid; DBE status, age of firm and annual gross receipts are required if suh-mntractnr is participating as a DBE. if no Subcontractors will bs usod fill nut the farm with MA. Add addt, sheets if needed. Subcontractor DIR Registration No." Dollar Value of Work E a 5 IOWOU4-i$(. $ 14,owV Age of firm: DBE: Yes N[ Annual Gross Receipts: '20 Certify€ng Agency: Location and Place of Business lJ C C J 1v14, i l3 15 G4a f� $4 . * 101 Bid schedule item MYs. Description of Work i3-ly,s�-si,,1-7z AA3,,,k'—& U14,1 k,%-4L License No, Exp. Date: 5 /TI / 20z-3 Phone ( ) 537-19 4 S51 - Z74 4g6�i Subcontractor DIR Regisbration No.* Dollar Value of Work IJOUOU33't,3 1271,%W .94° Age of firm: DBE: Yes ( Annual Gross Receipts: Z� CertifyingAgency: Locat€an and Place of Business 101`1Q so,, Sw�1 �U.n,r� u.a►a,y, CA gtisz R , Bid Schedule Item No's: Description of Work 1-$;, r tt-tit MBA' --s' HC License No. Exp. Date: / / Phone { ) Scg3sz. 55f-`12z - ft>T', Subcortractor DIR Registration No.* Dollar Value of Work 4L earn. 1 o o © �1 1 'F 52;; o0o c a3 Age of firm: DBE: ( eeO No Annual Gross Receipts: Q C t Certify Agericy: V 5, a 001 a d O Location and Place of Business 1 _ O,a IS c �e5t I=\ 1�.I eteC A `iotlo Bid S15hedule Item No's: Description of Work y 1 f F L License No. Exp. Cate: / f Phone { ) JY07E: 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 pubitc work, as defined in this chapter, unless currently registered and qualifled to perform public work pursuantto Section 1725.5 ofthe 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 ofthe Business and Professions Cade or by Sect€on 10164 or 20103.5 ofthe Public Contract Code, prov€dad the BIDDER is registered to perform public work pursuant to Section 1725.5 ofthe labor Code at the tune the contract is awarded.'Pursuantto Division 2, Part 7, Chapter 1(commendrig with sectlon 1720) of the California Labor Code, ❑ocuS€gn Envelope M, E93p61F8-9029.4AB9-83EQ-B2ADB942F2B8 REFERENCES Bid ##CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Cfarita, 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 differentthan instructions above, the scope of work/specifications shall govern: "Please See Attached List of Project References' Name and Address of Owner / Agency 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 irate 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: "Please See Attached List of Sureties*" Project Experience SULLY - MILLER CONTRACTING CO. A COLAS COMPANY i NOVEMBER 19 Sully -Miller Contracting Co. 135 S. State College Blvd., Suite 400 Brea, CA 92821 sULLRProjectca�RA =NG co. A MOM �r i ProjectAk Construction on State Highway Route 15 from Oak Hill Rd. to Bear Valley Rd. • 1 ADA Curb Ramp Upgrade Project LA County from the Sunland Blvd. crossing Project Location San Bernardino County CA (Tujunga CA) to Baseline Rd. crossing (Upland CA Project Owner CALTRANS CALTRANS Contact Name John Santos John Santos Contact Role/ Position Project Manager Project Manager Telephone (951) 538 5315 (951) 538 - 5315 Email john.santos(o)dot.ca.gov john.santos(cDdot.ca.gov Reaching a project boundary length of almost ten This 23-million-dollar project wasn't just a "run of miles, the amount of unique worked that is the mill" construction project, this project was a required by this project is on an immense scale. design -build project that required all of the curb The scope of work consists of scheduling; ramps on the on/off ramps and frontage roads mobilization and demobilization; traffic control; along the 210 freeway to be reconstructed to temporary barricade and fencing placement; comply with current ADA standard codes. The • temporary and permanent striping/marking; project limits extended a total of approximately 41 temporary crash cushion installation; landscaping miles that begun 1.4 miles west of the Sunland that included clear and grubbing, roadside Boulevard undercrossing and ended just 0.1 miles Project clearing and over two million square feet of east of the Baseline Road undercrossing. The Description hydroseeding; over 110,000 cubic yards of projects scope of work consisted of upgrading 264 aggregate base placement; cold milling; HMA ADA curb ramps, installation of accessible application; concrete work which included pedestrian signal systems, and the installation of flatwork, curb and gutters, and sidewalks; p pedestrian countdown timers. This project, due toits stripingFrnarking; electrical work that involved vast length along the 41 mile stretch of the 210 signal construction, ramp metering construction, freeway, creates unique challenges that are and lighting system installation; as well as a currently being overcome by the Sully -Miller considerable amount of underground work such team's resilience and desire to challenge the as pipe culvert construction, pipe and down drain ordinary. construction, and pipe liner application. Start Date November 2021 January 2022 End Date Est, December 2024 Est. January 2024 ContractAmount $ 121,672,000 $ 23,680,000 Sully -Miller Contracting Company 1 13555tate College Boulevard, Suite 400 1 Brea, CA92821 1714.578.96001info@sully-miller.comisully-miller.com MIM SULLY -MILLER Project Experience CONTRACTING CO. n f91A5 WHPMiY Project Location Project Owner Contact Name Contact Role/ Position Telephone Email Project Description Start Date End Date Contract Amount �r MY 2020 Pavement Overlay and Resurfacing Spring Valley Lake ADA Ramps• '.a.a Program Overlay Project Thousand Oaks, CA Spring Valley Lake, CA City of Thousand Oaks County of San Bernardino Michelle McCarty Joseph Schweitzer Project Manager Supervising Engineer (805) 449 — 2477 (909) 387 — 7936 mmcagy cDtoaks.org Joseph.shweitzer(cDdpw.sbcounty.gov This almost $13 million dollar job was for Thousand Oaks' annual pavement rehabilitation program. This project's boundaries covered an The Spring Valley Lake project was a vast -scale extremely large area, just over 63 square miles, project that required the cold milling and re -paving which presented a unique challenge for overall of over 120 separate locations within a 2.25 construction planning. The scope of work for this square mile project boundary. The project's scope project covered a majority of cold milling and hot of work included minor concrete work (such as mix asphalt and rubberized hot mix asphalt ADA curb ramp, curb and gutter, spandrel, paving, but also included an enormous amount of driveway and retaining curb construction), cold full section removal and replace (almost 142,000 milling (over 2,000,000 square feet worth), square feet), the removal and replacement of over grading, placing asphalt concrete (including 200 curb ramps, over 8,000,000 square feet of asphalt rubberized hot mix), utility adjustment and crack seal application, a large quantity of striping/marking work. microsurfacing/slurry seal, utility adjusting, striping/marking and some. May 2020 September 2019 December 2020 April 2020 $ 12,995,708 $ 12,448,000 Sully-MillerContracting Company 113 5 SState College Boulevard, Suite 400 1 Brea,CA92821 1714.578.96001 info@sully-miller.com I sully-miller.com MEO SULLY -MILLER CONTRProject Experience ACTING CO. � 1 U s si 409 V v- p Project Location Castaic, CA Compton, CA Project Owner Los Angeles County Department of Public Works City of Compton Contact Name Victorio Monteil John Strickland Contact Role/ Position Project Manager Project Manager Telephone (626) 300 — 3267 (310) 605 — 5505 Email vmonteil(c-dpw.lacounty.gov Istrickland(d,)comptoncity.org This project consists of the design and construction of a Sheriffs Department Emergency Vehicle Operation Center (EVOC) which will be used to train Sheriffs personnel on safe operation of vehicles operated at high speed and on normal Stretching over seven miles in three separate city streets. It includes a 5,000 square foot locations, the second phase of Compton's classroom building with offices, locker rooms, reconstruction project was completed with a heavy storage, a kitchenette, and restroom facilities, a 44 amount of materials and man -power. The scope of acre high-speed track, with pursuit track area, a work for this job encompassed cold milling and • Project skid pan for training personnel on how to operate pavement overlay, base application, full depth Description vehicles in slippery road conditions and a collision reconstruction, concrete construction (curb and avoidance track to practice avoiding other vehicle gutter, sidewalks, driveways, cross gutters, alley or objects in emergency situations. There is also intersections, and curb ramps), pavement a training vehicle parking lot, as well as a separate striping/marking, utility adjusting and traffic loop employee and class attendee parking lot. The installation. itemized scope of work includes the design and construction of grading, base and asphalt concrete construction, civil construction work, structural work, electrical, underground fire/water system construction, demolition and landscaping. Start Date March 2020 October 2021 • End Date February 2022 Est. July 2022 - Contract Amount 10,790,000 $ 6,465,000 Sully-MillerContracting Company 113 5 S State College Boulevard, Suite 400 1 Brea,CA92821 1 714.579.96001 info@sully-miller.com I sully-miller.com Cf3NTRACI'INU CO. SuL`AC-C-a Project Experience w- a - 1 a i P 2020 Spring Pavement Management Program 2018-19 Overlay Project A Project Full Name > Project Location Lancaster, CA Santa Clarita, CA Project Owner City of Lancaster City of Santa Clarita Contact Name Vickie Zhao Julia Regan Contact Role/ Position Assistant Engineer Project Manager Telephone (661) 945 -- 6869 (661) 255 — 4301 Email vzhao cDcityoflancasterca.org ireganCcbsanta-clarita.com Totaling to a distance of over four miles, this project not only included the rehabilitation of almost a one -mile portion of two-lane arterials, but With a proposal plan of a base bid and seven also encompassed the reconstruction of over three alternates, the shear breadth of the Santa Clarita miles of 10'h Street Westin Lancaster CA, which is annual overlay project had its initial challenging one of Lancaster's largest arterial roadways. elements. Not only did the scope of work include Project Sitting at six lanes wide, the reconstruction called general key-cutgrinding, cold planning and overlay Description for a mass amount of hot mix asphalt concrete, of various hot mix asphalts, but there was also a over 12,000 tons, and asphalt rubber hot mix significant amount of full depth removal and concrete, over 13,000 tons. However, this project replace, as well as utility adjusting, traffic loop did not only include the planning and paving of installation, strip inglmarking and some minor asphalt, the scope of work also included curb ramp concrete work. reconstruction, minor electrical work, slurry seal application, aggregate base application, and signing, striping, and marking. Start Date September 2020 July 2019 End Bate December 2020 December 2019 Contract Amount $ 6,252,000 $ 4,480,399 Sully-MiIIerContractingCompany 1135SState College Boulevard, Suite 4001 Brea, CA92821 1714.578.96001 info@sully-miller.com I sully-miIler.com CONTRACTING Co. SULLY -MILLER Project Experience Lynwood, CA Santa Fe Springs, CA Project Location Project Owner City of Lynwood City of Santa Fe Springs Contact Name Noe Martinez Robert Garcia Contact Role/ Position Public Works Assistant Associate Civil Engineer Telephone (310) 603 — 0220 (562) 868 — 0511 Email nmartinez(o-Nynwood.ca.us robert.garcia(a santafesprings.orq At just over a mile long and exiting in a location With ajob location spanning over five square miles within a heavy industry district in Santa Fe Springs, in six different unique locations, this project proved Greenstone Avenue needed an overhaul to say to have challenging aspects not only from its the least. The full scope of work included with this location, but also with its broad scope of work. This project was cold milling of asphalt concrete, job included level work such as street resurfacing, applying a new layer of asphalt rubber hot mix • Project various types of concrete work, traffic signing and asphalt, application of roller compacted concrete, Description striping; as well as underground work at the utility adjustment, signing, striping and the various locations, which incorporated sanitary construction of PCC curb and gutters, curb ramps, sewer system repairs (with CIPP lining), new driveways, cross gutters and sidewalks. The city of water mainline installation including the service Santa Fe Springs provided an offsite (yet close to laterals, smart metes, fire hydrants and the jobsite) lot that contained a mobile asphalt appurtenances. plant to induct and mix the materials needed for the roller compacted concrete, which was then transported to the job site. Start Date October 2020 June 2019 End Date February 2021 January 2020 Contract Amount $ 3,468,000 $ 3,444,361 Sully-MillerContractingCompany 1135SState College Boulevard, Suite 4001 Brea,CA92821 1 714.578.96001 info@sully-miller.com I sully-m ller.com _i s�+ULLr_Ivtf�Ea Project Experience I.ONTRACI-INCa CO. n MiAL [OHPAHv p 1 � Project Location Inglewood, CA Reseda, CA Project Owner City of Inglewood City of Los Angeles Contact Name Hunter Nguyen Courtney Luc Contact Role/ Position Associate Engineer Project Manager Telephone (310) 412 — 5333 (213) 847 — 2354 Email hhunter(cbcityofinglewood.org courtney.luc = lacity.org Located directly off of Prairie Avenue sits the At just under a mile, this four lane arterial required Forum, an iconic entertainment venue, and the (at more than just a standard grind and overlay. On the time) currently under construction Sofi top of the cold planning, hot mix asphalt Stadium. Both of which bring heavy traffic to this placement, base application and minor concrete two mile stretch of a six lane arterial. The scope of work, this job's scope of work also included, traffic Project work for this improvement project included signal construction/relocation, minor electrical Description surveying, traffic control, over 500,000 square feet work, utility adjustment and a large amount of of cold planning, construction of hot mix asphalt beautification work. The beautification work and asphalt rubber hot mix, placement of base encompassed the construction of tree wells, tree material, almost 1000 cubic yards worth of planting, mulch placement, top soil furnishing, concrete improvements, utility adjustment, almost 10,000 square feet of landscaping and the signing, striping, and traffic loop restoration. application of cobblestone. Start Date February 2020 April 2020 • End Date July 2020 May 2021 Contract Amount $ 3,258,000 $ 2,623,000 Sully -Miller Contracting Company 1 1 35SStateCollegeBoulevard,Suite4001 Brea, CA92821 1 71 4.578.9600I info,�&s0y-miller.com I sully-miller.com r 1 SULLY -MILLER Project Experience CQN'F'RACI'ING CO. - - iNi=r� e � • • : • s • i - 7 t 7Locjation Boron, CA Palmdale, CA t Owner County of Kern City of Palmdale Contact Name Michelle Burns-Lusich Marc Zuber Contact Role/ Position Public Works Manager Public Works Project Manager Telephone (661) 882 — 8861 (661) 267 — 5300 Email burns-lusich agkerncounty.com mzuber(a)cityofpalmdale.orq To preserve the historical significance of the Twenty Mule Team Road, where a majority of the work for this project had been done, constructing and/or reconstructing the pedestrian pathways This project called for a mass amount of pavement and the asphalt of the road itself was completed to be cold planed and repaved, over one million with much care and respect. Adding up to almost square feet, and required a polymer modified Project four miles in distance, the job itself had notable asphalt concrete instead of conventional hot mix Description concrete and ashaltuantities for atwo-lane pq asphalt or rubberized hot mix asphalt This project road, consisting of over 1000 cubic yards of also included surveying, striping, marking, utility Portland cement concrete and over 5000 tons of adjusting, and traffic control within its scope of LJ_work. asphalt cement. The complete scope of work for this project included constructing Class 1 bike paths, multi -use paths, sidewalks, curbs, gutters, curb ramps, drive approaches and paving hot mix asphalt concrete. Start Date May 2020 July 2021 • End Date November 2020 August 2021 .- . Contract Amount $ 2,536,331 $ 2,067,000 Sully -Mille rContracting Com pany I 1 35 S State College Boulevard, Suite 4001 Brea, CA92821 1 71 4.579, 96001 info@sully-miIler,com I sully-miller.com SULLY -MILLER CONTRACTING CO, Lac eme. 7476 P 2A 135S. ; Gfte ,7e jc e 8 ve,., STE. 400 * Brea, CA 9282 01 * PHONE 7 $4-5178-9600 The Following are the names, addresses, and telephone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds: Agent for Surety: Willis Towers Watson Insurance Services West, Inc.. 2010 Main Street, Suite 1050 Irvine, CA 92614 Phone 949/885-1206 FAX 949/885-1225 Contact: Victoria Campbell Surety : Liberty Mutual Insurance Co. 8044 Montgomery Road Suite #137 Cincinnati, OH 45236 Phone 513/984-2222 X 321 FAX 513/984-3165 Contact: Kelley Brown Surety: Berkshire Hathaway Specialty Insurance 1314 Douglas Street Omaha, NE 68102 Phone 770/625-2509 Contact: D.J. Conroy Insurance: Liberty Mutual Group 1133 Avenue of America New York, NY 10036 Phone 800/227-9887 Ext 443 FAX 212/391-1954 Insurance: Marsh USA 445 South Street Suite 210 Morristown, NJ 07962 Phone 973/401-5151 FAX 973/401-5045 Contact: Anton Schmitt DocuSfgn Envelope ID: E93DOIFS-0029-4AB9-83E0-E2ADB942F288 DEBARMENT AND SUSPENSiON CERTIFICATION TITLE 49, CODE OF FEDERAL REGULAT10NS, PART 29 Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 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 determmined 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 involvingfraud or official misconduct within the past 10years, If there are any exceptions to this certification, insert the exceptions in the following space. None 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 fu rth er certifies that itshall not knowingly enter into anytransaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from covered transactions by any -federal or state departrnent/agency. NOTE: Provldingfalse 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 s' y fl YT Company Bidder; .4 l, signatute Title Jeff Galterio, Assistant Secretary DocuSign Envelope ID: E93D69F8-0829-4AB9-83EQ-62AD€3942F288 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, Californian Sully -Miller This bidder Contracting CornpaQ�roposed subcontractor ********** ***"**** ** hereby certifies that it has XX , has not , participated in a previous contractor subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has XX , 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 fling requirements. Company: Sully -Miller Contracting Company By: Title: Jeff Galterio, Assistant Secreta Date- February 23, 2023 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. DocaSign Envelope Ira: E93D64F8-0029-4AB8-83E0-B2ADB942F288 BUYAMERICA CERTIFICATION [STEEL OR MANUFACTURED PRODUCTS 51 FR 6302 Feb. 16 1996 as amended at 74 FIR 30239 .Lune 25 2009 Sid #CIP-22.23-MO142 2021-2022 Federal Resurfacing project City Project No. M0142 City of Santa Clrxrita, California General Requirement (as stated in 49 CFR 661.5) (a) Except as provided in 49 CFR 661.7 and 49 CFR 661.11, no funds may be obligated by PTA for a grantee project unless all Iron, steel, and manufactured products used in the project are produced in the United States, (b) All steel and iron manufacturing processes musttake place in the United States, except metallurgical processes involving refinement of steel additives. (c) The steel and iron requirements apply to all construction materials made primarily of steel or Iron and used in infrastructure projects such as, transitor maintenance facilities, rail lines, and bridges. These items include, but are not limited to, structural steel or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or Iron used as components or subcomponents of other manufactured products or rolling stock, or to bimetallic power rail Incorporating steel or iron components. (d) For a manufactured product to be considered produced in the United States: (1) All of the manufacturing processes forthe product must take place in the United States; and (2) All of the components of the product must be of U.S. origin- A component is considered of U.S, origin if It Is manufactured In the United States, regardless of the origin of its subcomponents. If steel, Iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each bidder or offeror in accordance with the requirement contained in 49 CFR 661.13(b). Certificate of COMPLIANCE with Buy America Reauirements. The bidder or afferor hereby certifies thatit will comply with the requirements of 49 U.S.0 5323(j)(1), and the applicable regulations in 49 CFR part 661, Company Sully -Miller Contracting Company Name Jeff Galteria Title Assistant Secretary Signature Vn&AA Date February 23, 2023 Ce!j Icate o ]VON -COMPLIANCE with guy America Steel or Manufactured Products Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.0 3323(J), but it may quai,�Py for rn exception to the requirement pursuant to 49 U.S.C. 5323(j)(2), as amended, and the applicable regulations in 49 C.F.R. 661.7. Company Name Title DocuSign Envelope ID: E93D6lF8-0029-4AI39-83E0-32ADB942F2B8 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Cade Sections 2200 et seq.) Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No, M0142 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: 0 Proposer is not: (i) identified an 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 (€€) 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 Sully -Miller Contracting Company Firm Sign February 23, 2023 Date Jeff Galterio, Assistant Secreta Name/Title Note: In accordance with Public Contract Code section 220S, reported to the California Attorney General and may result In $250,000 or twice the Contract amount, termination of the contracts for three years. END OF DOCUMENT false certification of this form shall be civil penalties equal to the greater of Contract and/or ineligibility to bid on DocuSign Envelope ID: E93DB1FB-0029-4AF39-B3Eo-B2AD13942F2B8 Lncal Assistance Procedures Manna] EXH131T 10-Q Disclosure of Lobbying Activities EXIIIBIT 10-Q DISCLOSURE or, LOBBYING AcTivims COMPLETE TMS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: a contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: a. bid/offer/application b, initial award c.. post -award 4. Name and Address of Reporting Entity Prime L__J Subawardee NIA Tier , ifknown Cangressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: 10. Name and Address of Lobby Entity (If individual, Iast name, first name, ND) 12. 13. 15. 3. Report Type: El a, initial b. material change For Material Change Only: year_ quarter_ date of last report 5. If Reporting Entity in No. 41,4 Subawardee, Enter Marne and Address of Prime: Congressional District, if lmowq 7. Federal Program Name/Descrlption: CFDA Number, if applicable g. Award Amount, if known: 11. Individuals Performing Services (including address if different fr-orn No. 10) (last name, first name, MI) (attach Continuation Sheets) if necessary) Amount of Payment (cheek all that apply) 14. Type of Payment (check all that apply) $ actual ❑ planner] a. retainer b, one-time fee Form of Payment (check all that apply): c. commission a. cash d contingent fee b. in -kind; specify: nature e deferred Value f. other, specify Brief Description of Services Performed or to be performed and Datc(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12. (attach Continuation Shcet(s) ifnecessaay) 16. Continuation Sheet(s) attached: Yes 11No El 11. a this ra by Title ted135 31 U.S.C.on Section . This 31 I}.S:CSection 1352. This disclosure of lobbying reliance os o lobbying Signature; was placed by the tierabove when his transaction was made or —r—] entered into. This disclosure is requited pursuant to 31 U.S.C. print Name: Jeff Ga iterio 1352. This infoanation will be reported to Congress semiannually and will be available for public inspection. Any Title: Assistant Secretary person who fails to file the required disclosure shall be subject to a civil penalty ofnet less than $10,000 and not more thaa. $100,000 for each such failure. 'l`elephone No.: 714/578-9600 Dnlo:_ 02/23/23, Federal Use Only; Distrlbuttott; Orig- Local Agency FrojectRes Authorized for Local $eproduction Standard Form - LLL Page 1 LPP 13-01 May 8, 20.13 DocuS€gn Envelope €D- 593DSIF&0020--4AB9-83E0-B2ABB942F2BB Local; Assistance Procedures Manual EXHI3IT 10-Q Disclosure of Lobbying Activities INSTRUCTIONS FOR COMPLETING EXHMIT 10-Q DisCLosuR74+ OF LODDYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 I1_S,C, Section 1351 The l"tling of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer of employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material obwge to the information previously reported, enter the year and quarter in which the change occurred, Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. include Congressional District if known, Check the appropriate classification of the reporting entity tbat designates if it is or expects to bo a pritue or subaward recipient. Identify the tier of the subawardee, e.g„ the fast subawardee of the prime is the first tier. Sabawards include but arc not lined to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 ohecl s "Subawardee" then enter the hall name, address, city, state, and zip rode of the prime fcdcral recipient. Include Congressional Disuict, if known. 6- Enter the name of the federal agency [Waking the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportsrtion, United States Coast Guard, 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan comrnitments. S. Enter the most appropriate federal identifying number available for the federal action identification in item I (e.g., Request for Proposal (RFP) number, Invitation fbr Bid (LVB) number, grant announcement number, the contract grant, or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001." 4. For a covered federal action where there has been an award or loan commitment by tee Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. I.I. 'Enter the full names of the individual(s) performing services and include full address if different from 10 (a), Enter Last Name, First Dame find Middle Initial (Ml)_ 12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 10). Indicate whether the payment has been made (actual) or will be [Wade (planned). Cheek all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 13. Check all boxes that apply, lfpayment is made through an in -kind contribution, specify Lire nature and value of the in -kind payment, 14. Check all boxes that apply. If other, specify nature. 15. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employees) contacted or the officer(s) employees) or Member s) ofCongress that were contacted. 16. Check whether or not a continuation sheet(a) is attached. 17. The certifying official shall sign and date the form, and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response, including time for reviewing instruction, sc=bing existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or nay uLher aspect of this collection of information, including suggestions for reducing this burden, to the Offfee ofManFgement and Budget, Paperwork Reduction Project (0348-0046), Washington, B.C. 20503, 5F- LLT Instructions Rev.06-04 Page 2 LPP 13-01 May 8, 2013 DocuSign Envelope ID: E93DBlr8-8029-4AB9-83E0-B2ADB642F2BB 10111.11 BIDDER'S BOND Bid #C[P-22-23-MO142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clariia, 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, cashiers check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd,, Santa C€arita, 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: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said CITY provided this Proposal shall be accepted by said CITY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name; 2021-2022 Federal Resurfacing Project Bid No. CIP-22-23-M0142 Project No_ M0142 Bidder's Signature CONTRACTOR/BIDDER Address City, State, Zip Code * Delete the inapplicable work. NOTE: if the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. DocuBign Envelope 10: E93t)81F6-0029-4AI39-63E0-D2ADB942F2B6 PROPOSAL GUARANTEE BID BOND Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarfta, CalifarWa KNOW ALL PERSONS BY THESE PRESENTS that Sully -Miller Contracting Company J as BIDDER, and Liberty Mutual Insurance Company as SURETY, are held and firmly bound unto the `Ten Percent of the total amount bid City of Santa Clarita, as CITY, in the penal sum of *- dollars ($ 10% __], which is ten percent (1.0%) of the total amount bid by BIDDER to CITY forthe 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. 1N WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 22nd CONTRACTOR: Day of February 2023. Sully -Miller Contracting Com Legal Dame of Bidder 135 S State College Blvd., Ste 400, Brea, CA 92821 Bidder Address 714-578-9655 33-0787630 Telephone Number Federal Tax I.D. No. SURETY*: Liberty Mutual Insurance Company V iLA-A �ULA I I.. _ Name Victoria M. Campbell, A 513-792-1862 sarah.keith@libertymutual.com Phone Number and Ismail 8044 Montgomery Rd., Ste 150E, Cincinnati OH 45236 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. Contractor and Surety signatures 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 Orange ) On March 4, 2023 before me, Date J. Daniels, Notary Public Here Insert Name and Title of the Officer personally appeared ,Jeff Galteria 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 persons) 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 d official seal. any iii ,h J. DANIELS �1t. a Notary Public - California w Orange County Signature - Commission Commission # 2377975 `' •"�M1 My Comm. Expires Oct 9, 2025 Stynature of Notary ubiic J. Daniels, 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: Proposal Guarantee Bid Bond Number of Pages: 1 Document Date: February 22, 2023 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterio Signer's Name: X Corporate Officer — Tftle(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator Ll Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contrac ing ompany 02014 National Notary Association • www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA• • • ■ A^�w\,.A _'G� _A.v� _9ti _T .C. _Ai_L\v'•Sf,'�] 'a ..� -a _ A _s1 .Ll. _:\ _G\. _�.\�:\�..4] _L�. '\': l"_.1: s3 .h .:\ .R .G\ .T'v'.l_'sl ..T ,.4 -a. .w . eh �i.. sa. A - 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 F E B 2 2 2023 before me, L. Clark, Notary Public Date Here Insert Name and Title of the Officer personally appeared Victoria M. Campbell 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/V=ey- executed the same in his/her/&teir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ` L. CLARK WITNESS my hand and official seal. Notary Public • California L Los Angeles County Signature , Commission 1 2336710 My Comm. Expires Noy 28, zaj' 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: Number of Pages: Document Date: F EB 2 2 2023 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): Partner — ❑ Limited ❑ General El 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: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 This Power of Attorney I Imits the acts of those named herein, and they have no authority to bind the Company except to the manner and to the extent herein stated. I1be Liberty Mutual insurance Company utuil. The Ohio Casualty Insurance Company Certificate No: 8205201-971932 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 duty 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, Khoi Tran; Victoria M. Cam bell all of the city of Los An eles state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seat, acknowledge and deliver, for and on its behalf as surety and as its act and dead, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their awn 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 5th day of April 2021 Liberty Mutual Insurance Company tiN9U•pQ 4o INs& 1NSUR9 The Ohio Casuatty, Insurance Company �JPG°pP°kgf'yV ��i G°0.F°ArA�,$ �°°nQon,r�yc, West American Insurance Company ZZ Fo fi Q Fo t� 1912 ri o 1919 0 1991 U) Q O 0 ��}1S4cHu9 �•aa yO� kAMPs'r�,da0 'rS3rNniANP��s By: r Fo David M. Carey, Assistant Secretary k`o State of PENNSYLVANIA ss of County of MONTGOMERY On this 5th day afmm April 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance m 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 signinq on behalf of the corporations by himself as a duly authorized officer. i� To 1 S ka n� is 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. r s'" N. Com3'rinnwealth°fPennsylvania - Notary Seal frog{hs < T Teresa Pasiella, Notary Public d U Montgomery County S OF My commission expires Match 28, 2025 By Ta �,r�`SVIF Commission number 1128844 Member, Pennsylvania Association of Notaries \O j 1 5% Pastella, Notary Public 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 Insurance 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 President may prescribe, shalt appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation 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 fuil 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 instruments shalt Pe 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 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 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 pfescribe, shall appoint such attomeys-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 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 poorer 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 affect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 22nd day of February , 2023 P� 1Nsit Po'? INS& tNSU� hJ G°ar°a4r yn yO o°a�°iyyr �y �GPo°RaO�aTmyCr a 3 �o 1912 0 0 1919 1991 . y — cy� AA o B CNUS .a 5Q yryMAMPg,aaS `rM Mt.- Renee C. Lleweltyn, Assistant Secretary �irr LMS-12373 LM€C OCIC WAIC Multi Co 0201 ©ocuSign Envelope 10: E93DBIFB-0029-4AB9 83P-tl-B2AD13942F'288 NON -COLLUSION AFFIDAVIT (Title 23 United States. Code Section 112 and public Contract Code Section 71061 Bid #CIP-22-23-MO142 2027 2022 Federal Resurfacing Project City Project No. M0142 City of Santa Cltrrita, Crtlffornid 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 an 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 said, 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 awardingthe 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 PROP05AL, BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. DocuSign Envolope ID: D9306IF8-6029-4AI39-83E0-B2ADB942F2B8 NON -COLLUSION AFFIDAVIT Bid #CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City Project No, M0142 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT" STATE OF CALIFORNIA ) COUNTY OF Orange Jeff Galterio being first duly sworn deposes and says that he/she is the Assistant S •rapt y fsole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or eha 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 BIDDERto put in a false or sham bid, orthat 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; thatall statements contained In such bid aretrue, and further,that said BIDDER has not, directly orindlrectiy, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, 'bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, exceptto such person or persons as have a partnership or otherfinariciai interest with said BIDDER in his general business. Bidder:C7. J ]A Signat r Title Jeff Galterio, Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of Orange } On March 4, 2023 before me, Date J. Daniels, Notary Public Here Insert Name and Title of the Officer personally appeared Jeff Galterlio 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. 9. DANIELS Notary Public - California x q, orange County Commission # 2377975 * ' My Comm. Expires Oct 9, 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 hand an official seal. Signature Wry ASignature of Notary Public . Daniels, 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: Non -Collusion Affidavit Number of Pages: 1 Document Date: February 23, 2023 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterlo Signer's Name: IN Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contrac In om an 02014 National Notary Association • www, National Notary. org • 1-800-US NOTARY (1-800-876-6827) Item #6907 ❑ocuSign Envolopo ID: E93D61F8-Oo29-4AB9-83EO-62ADB942F298 DocuSign Envelope 10. E93tiOIF8-OD29-4AB9-83r�Q-B2A©B942F2B8 SUBCONTRACTORS Bid #CIP-22-23-MO142 2021.-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarila, California 1. SUBCONTRACTORS. The BIDDER perform not less than 30% percent of the original contract work with they bidder's own organization. 2. LIST OF SUBCONTRACTORS. No more than 70% of the work, as defined by the contract price, maybe done by subcontractors. Copies of subcontracts will be provided to the City Engineer upon his request. 2.1. Each BIDDER must submit with his bid the following: 2.1.1,The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. 2,1.2.The address of each firm. 2.1.3.The telephone number atthe place of business. 2.1,4.Work to be performed by each subcontracting firm. 2.1.5.Total approximate dollar amount of each subcontract. 2.1.6.Ifsub-contractoris participating as a Disadvantaged Business Enterprise (DBE), the following additional iinformation is required on the "Designation of Subcontractors" form enclosed: 2.1,6.1. Status as a DBE, age of the firm and the annual gross receipts. 2.2. Submit the "resignation of Subcontractors" form enclosed herewith. No Contract shall be considered unless such list is submitted as required. 3, PROMPT PROGRESS PAYMENTTO SUBCONTRACTORS. A prime contractoror subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed bythe subcontractors, to the extent of each subcontractor's interest therein in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. in the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this section shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. The sanctions authorized under this section shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This provision applies to both DBE and non -DBE subcontractors. 4. CALIFORNIA DEBARRED CONTRACTORS AND SUBCONTRACTORS. Sections 1720 et seq. of the Labor Code and Section 6109 of the Public Contract Code apply to the Contract, and each potential bidder DocuSign l=nvelopa 10. E93D61FB-0029-4A89-83E6-62AD8942F2B8 and Subcontractor is responsible to be in full compliance with those laws, if a potential bidder or subcontractor has been found by the California Labor Commissioner to be in violation of Section 1720 et seq. of the Labor Code, in accordance with Section 1777.1of the Labor Code, the potential bidder shall be ineligible to bid or be awarded a contract orto perform work on any City public works project. In accordance with Section 6109 of the Public Contract Code any subcontractor who is €neligible to perform work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code is prohibited from performing work on any City public works project. Pursuant to Section 6109(b) of the Public Contract Code, any contract on a City public works project entered into between a bidder and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any City money for performing work as a subcontractor on a City public works contract, and any City money that may have been paid to a debarred subcontractor by a bidder on the project shall be returned to the City. The bidder shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the City project. 5. PERFORMANCE OF SUBCONTRACTORS. 51- The subcontractors listed by the Contractor in conformance with Section 3-3, "Subcontracts" of the (SSPWC), shall perform the work and supply the materials for which they are listed, unless the Contractor has received priorwritten authorization to perform the work with other forces or to obtain the materials from other sources. 5.2. The Contractor should notify the Engineer in writing of any changes to its anticipated DBE participation. This notice should be provided prior to the commencement of that portion of the work. 5.3. The subcontractors listed by you in the Contract Documents shall list therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work In an amount In excess of one-half of one percent of the total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of the Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. 6. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION, At the time of contract execution, Contractor committed to utilize Disadvantaged Business Enterprise(s) ("DBE") in the performance of this DOT -assisted contract, and further agrees to ensure that any DBE subcontractors listed on the "DBE Participation Commitment Form," will perform work and/or supply materials in accordance with original commitments, unless otherwise directed and/or approved by City prior to Contractor effectuating any changes to its race -conscious DBE participation commitment(s). Contractor shall comply with all the requirements -set forth in the "DBE CONTRACT PROVISIONS FOR DOT -ASSISTED CONTRACTS WITH DISADVANTAGED BUSINESS ENTERPRISE (DBE) COALS" which is att'achedto and, by this reference, incorporated in and made a part of this Agreement, 7. SMALL AND DISADVANTAGED BUSINESS ENTERPRISE PROGRAM. The City of Santa Clarita (City) has adopted a Disadvantaged Business Enterprise (DBE) Program, In conformance with Title 49 CFR Part 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation (DOT) Financial Assistance Programs." DocuSign Envelope iD: E93MF8-0029-4AB9-83E0-B2ADB942F268 This DOT -assisted contract is subjectta these stipulated regulations and the City's DBE program, which are incorporated in their entirety by this reference. In the event of any conflicts or inconsistencies between the Federal Regulations and the City's DBE Program with respect to DOT -assisted contracts, the Federal Regulations must prevail. 7J1 DBE Goal, In conformance with the City's DBE Policy and Program, the City has established a 229/6 DBE contract -specific goal on this project. Bidders/Offerors are required to demonstrate DBE responsiveness towards meeting the DBE contract -specific goal on this project to be eligible for award. 7.2. DICE Did Submission Requirement To be responsive, bidders must complete and submit the forms listed below with their bids or as otherwise specified in the IFB Instructions: • "DBE Participation Commitment Form" • "Bidders List" • Letter of intent and Affirmation (required for each DBE firm listed on the DBE Participation Commitment Form) • "DBE Good Faith Effort Form" (required if DBE contract -specific goal not met) 7.2.1. "DBE PARTICIPATION COMMITMENT FORM" — required at time of bid Bidders will be required to either meet or exceed the contract goal by submitting a completed "DBF Participation Commitment" Form," or by demonstrating adequate good faith efforts were undertaken towards meeting the DBE goal. Failure to submit a completed and signed "Disadvantaged Business Enterprise (DBE) Participation Commitment Form" will deem the bidder non -responsive. Bidder must submit a completed "Disadvantaged Business Enterprise (DBE) Participation Commitment form" even if zero DBEs are listed towards meeting the DBE contract goal. 7.2.2,"LETTER OF INTENT AND AFFIRMATION" — required at time of bid For each DBE proposed for this IFB, bidder must also submit a signed and dated "Letter of Intent and Affirmation", from each DBE listed on the "DBE Participation Commitment Form,' acknowledging that the DBE is participating in the contract for the specified dollar value and scope of work listed on the "DBE Participation Commitment Form." The dollar amount and scopes in the letter of Intent and Affirmation, and the dollar amount and scope reflected on the "DBE Participation Commitment Form" must match identically. 7,1 'BIDiDERS LIST" required at time of bid or no later than 48 hours after the City's hid due date The City is required to create and maintain a "Bidders List" of firms bidding or quoting on the City's DOT -assisted contracts, for use in the City's Overall DBE goal -setting process. The bidder must submit a "Bidders List" which will Include all firms, both DBE and nonDBE, that submitted proposals, quotes or bids to the bidder on this contract, whether or not they were actually selected for work. DocuSlgn Envelope ID: E93D61F8-0029-4AB9-8350-132ADg342F288 7.2.4."DBE GOOD FAITH EFFORT Form" required at time of bid or no later than 48 hours after the City's bid due date The bidder must make good faith efforts to meet the DBE goal. Bidder can meet this requirement by actually meeting the DBE goal by documenting commitments for participation from DBE firms sufficient for this purpose. Alternatively, a bidder may submit a "Good Faith Effort Form", demonstrating that it tools all necessary and reasonable steps to achieve the DBE goat which, by their quantity, quality, and intensity, could reasonably be expected to obtain sufficient DBE participation, even if the bidder was not fully successful In obtaining the participation. If a bidder submits a "DBE Participation Commitment form" that does not list sufficient DBE participation to meet the established DBE contract goal, the bidder should submit the "DBE Good Faith Effort Form" and all applicable documentation at the time of bid or no later than 48 hours after the City's bid due date, to demonstrate that an adequate Good Faith Effort was made to meet the established DBE contract goal. if a bidder has met the DBE goal based on the participation of DBEs listed on the bidder's "DBE Participation Commitment Form", submission of the "DBE Good Faith Effort Form„ is not mandatory but is strongly encouraged, as submission of Good Faith Efforts documentation can protect the bidder's eligibility for award of the contract if the City determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid submission or the bidder made a mathematical error. DBE firm was not certified at bid submission or the bidder made a mathematical error. 7.2.5.Goad Faith Effort Reconsideration The City will notify in writing any bidder that it determines has not met the DBE contract goal and has not demonstrated an adequate Good Faith Effort. The notification will include the reasons for the determination. The bidder may request reconsideration within three business days of notification of non-responslveness. The reconsideration process will be facilitated by the City's Reconsideration Official, who will act as an independent, impartial party and will not have been involved in the initial Goad Faith Effort evaluation. As part of the reconsideration process, the bidder will have the opportunity to provide mitigating evidence as to whether the bidder met the DBE contract goal or made an adequate GFE to do so as set forth In the solicitation. After the reconsideration hearing, the bidder will receive the final determination within seven working days of the hearing date. The result of the reconsideration process is not administratively appealable to the Department of Transportation or the City's Board of Directors. DocuSign Envelope ID, E93D6lF8-0029-4AB9-83E0-B2ADB942F2B8 Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment ExmRiT 15-G CONSTRUCUON CONTRACT DBE CommiT F.NT 1. Local Agency. City of Santa Clarita _ 2. Contract DBE Goai: 22% 3. Project Description: 2021-2022 Federal Resurfacin2 Pro ect 4. Project Location: Various Locations 5. Bidder's Name: Sully-M•Iller Contracting Company PrimeCertifiedDBE: 0 7. Bid Amount: � �4996z4 �d) • �%� 8. Total Dollar Amount for ALL Subcontractors: ' ��" ; `�� 1 9. Total Number of ALL Subcontractors: 6 10. Bid Item 11• Description of Work, Service, or Materials 12. DBE Certifeafion 13. DBE Contact Information 14. DBE Dollar Number Supplied Number must be certified an the date bids are opened) Amount t.wt5 i�►��Pav'T yyt��l� - � j�p i e gL.c iL-eaj L& ,{ 7rg0 Z C7 i1. 1.1, y • PJG • ,-k J vd� � tip Ir ci�ic�y Ca l'3�105 a�si �a t,u 6cz0-112 j. L e� 1­IeL1,el� , c as ,c co, (X, VAtL10u� �Y/l11/Y/tiJ�i'L 117-ILL) 1055� LftiiCD�vk�C �4i 1 f�� 1 4 .,4G 16�J�Li�> 'rQc1,�r1Li !-C�C��S CP�•L.� (r tl.�FrJ� e6j_ 5 C 6 IA 6, J J-6 lzuq i u,w 1 Local Agency to Complete this Section upon Execution of Award 15. TOTAL CLAIMED '08); PARTICIPATION ��+ IS•[x� ' 21, Local Agency Contract Number: 22. Federal -Aid Project Number: 23. Bid Opening Date:y IMPORTANT: Identify all DBE firms being claimed for credit, 24. Contract Award Date: 25. Award Amount; regardless of tier. Names ofthe First Tier DBE Suboantractors and their respective ltem(s) of work listed above must be consistent, where applicable with the names and items of the work in the Local Agency certifies that all DBE certifications are valid and information on "Subcontractor Ltst" ubmitted with your bid- Written confirmation of this form is complete and accurate. i quir . eVJeffal'terio RA4 1, February 23, 20 26.'Local Agency Representative's Signature 27. Date Slgnature 17. Date 7141578-9600 28: Local Agency Representative's Name 29. Phone 18. Preparer's Name 19. Phone Assistant Secrete 30. Local Agency Representative's Title 20. Preparees Title DISTRIBUTION: 1. original -Local Agency 2. Copy - Coltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result In de -obligation of federal funds on contract. 3. Include additional copy with award package. ?3 L ?P 18-01 Page 1 of 3 January 2019 Dncu5ign Envelope 113: E931361F8-0029.4A69-890-1212ADB942M8 Local Assistance Procedures Manual Exhibit I5-G Construction Contract DRE Commitment ADA Notice; For Individuals with sensory dlsahliitles, We document is available In alternate -formats. For Information call (916) 6rA-641Q orTDD (916) 654- 3880 orvrrite Records and Fortes Management, 1120 N Street, Ms-89, saaamento, CA 95814_ INSTRUCTIONS — CONSTRUCTION CONTRACT DBE COMMITMENT CONTRACTOR SECTION 1. Local Agency - Enter the name of the local agency that is administering the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Locations - Enter the project location(s) as it appears on the project advertisement. 4. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). S. Bidder's Marne - Enter the contractor's firm name. 6. Prime Certined DBE - Check box if prime contractor is a certified DBE. 7. Bid Amount - Enter the total contract bid dollar amount for the prime contractor. 8. Total Dollar Amount for ALL Subcontractors — Enter the total dollar amount for all subcontracted contractors. SLIM = (DBEs + all Non -DBEs)_ Do not include the prime contractor information in this count. 9. Total number of ALL subcontractors — Enter the total number of all subcontracted contractors. SUM = (DBEs + all Non -DBEs). Do not include the prime contractor information in this count. 10. Bid Item Number - Enter bid item number for work, services, or materials supplied to be provided. 11. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided, Indicate all work to be performed by DBEs including work performed by the prime contractor's own forces, if the prune is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or fu-ni.shed by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE trans. 12. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on the date bids are opened, 13. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted contractors. Also, enter the prune contractor's name and phone number, if the prime is a DBE. 14, DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided..Include the pritne contractor if the prime is a DBE_ See LAPM Chapter 9 for how to count fulifpartial participation. 15. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the "DBE Dollar Amount" column. %: Enter the total DBE participation claimed ("Total Claimed DBE Participation Dollars" divided by item "Bid Amount"}. if the total % claimed is less than item "Contract DBE Coal," an adequately documented Good Faitb Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 16. Preparer's Signature - The person completing the D13E commitment form on behalf of the contractor's firm must sign their name. 17. Date - Enter the date the DBE commitment form is signed by the contractor's preparer. 1.8. Preparer's Name - Enter the name of the person preparing and signing the contractor's DBE commitment form. 19. Phone _ Enter the area code and phone number of the person signing the contractor's DBE commitment form. 20. Preparer's Title - Enter the position/title of the person signing the contractor's DBE commitment form. LOCAL AGENCY SECTION 21. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 22. Federal -Aid Project Number - Enter the Federal -Aid Project Number(s). 23. Bid Opening hate Enter the date contract bids were opened. 24. Contract Award Date - Enter the date the contract was executed. 25. Award Amount - Enter the, contract award amztouut as stated in the executed contract. 26. Local Agency Representative's Signature - The persoti completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Contractor Section of this form is complete and accurate. 27. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 28. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the contractor's DBE commitment form. 29. Phone - Enter the area code and phone number of the person signing the contractor's DBE commitment form. LPP 18-01 Page 2 of 3 January 2019 DocuSign Envelope ID: E9306IF8-0029-4AB9-83E0-B2ADB942F2B8 Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment 30. Local Agency Representative Title - Enter the positionhitle of the Local Agency Representative certifying the contractor's DBE conmiUment form, LPP 1"I Page 3 of 3 January 2019 DocuSign Envelope ID: E93DBlF8-o029-4AB9-83EO-B2ADB942F2B8 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort EXHIBIT 15-H: PROPOSER/CONTRACTOR GOOD FAITH EFFORTS Cost Proposal Due Date PEfCE Federal -aid Project No(s). STPL-5450(102) Bid Opening Date March 9, 2021 CON The City of Santa Clarita established a Disadvantaged Business Enterprise (DSE) goal of 22.00t for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five (5) calendar - days from cost proposal due date or bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-01: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the DBE goal. This form protects the proposer's or bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the final for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled "Submission of DBE Commitment' of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the ❑RFs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates Page 1 of 3 May 2020 DocuSign Envelope ID: E93D61FB-0029-4AB9-83E0-B2ADB942F2B8 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort C. The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE contract goal. Items of Proposer or Bidder Breakdown of Amount Percentage Work Normally Performs Item Items W Of (Y/N) Contract Pick I 0.00% Pick i 0.00% Pick — -- — 0.00% Pick 0.00% D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs; Names, addresses and phone numbers of firms selected for the work above: E. Efforts (e,g. in advertisements and solicitations) made to assist interested ❑BES in obtaining information related to the plans, specifications and requirements for the work which was provided to DBEs: Page 2of3 May 2020 DocuSPgn Enve€ape in: E93D8iF8-W29-4AB9-83Eo-B2ADB942F2B8 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses reoeived, i.e., lists, Internet page download, etc.): Name of Agency/Organization MethodlDate of Contact Results H, Any additional data to support a demonstration of good faith efforts: Page 3 of 3 May 2020 DncuSlgn Elnvelope I©: F83061F8-0D29-0AB9-63E0-B2Ap8942F2B8 Exhibit 17-0 Usadvaintaged Business Enterprises (DBE) Certification Stains Change NIA EXHIBIT 17-0 DISADVANTAGED BUSINP86 ENTERPRisEs (ME) CERTIFICATION ,STATUS CHANGE 1. Local Agency Canifact Nulllber 2, Federat--Aid Project Number 3. Local Agency City of Santa Ciariia 4. Contract Comptatlan We 5. Can[rac[orlCansul[ant 6. Business Aftess 7, Final CuMmut Amount 8. Contract lleQ= Number 9. DBE Contact Information 10 DBE CaitiG Number 11, Amount Paid While C ortrBed 19. Cartlacnllanl Decertificationetl€itln Dais Leltor Attnchad 13. Camren€5 V (hare were no ehangesln the DUE carfirratlon o1 subcontrdctorsisubwnsultanta, tndicaiaon the Wrtn. 1 CERTIFV THAT THE ABOVE INFORMAT€ON IS COMPLETE AND CORRECT 14. ContraolorlConsultant Representative's Signalure 18. CQrltnectcrlConsuitant Represcntaliv s Name 16. Phone 17. Date I CERTTFY THAT THE CONTRACTING RECORDS AND ON-WEPERFORMANCE OFTHE CBE(S) HAS BEEN MONITORED 18, LDc Agencry Represents! ve s S gnature 19, Local Agency Reprosentative's Name OPana Previgre 20. Phone 881 284 1428 21 _ rule OISTRIB€}TIOW Odglnal —LocalAgency,Copy—Caltans€istrictLoratAssisianca Engineer. include s,SthFinal HepartorExpendflares AOA NOTICE For IndhAdusis k0h ae"ojdisabihies, this documart i. aiaiis6le in a[remeta formats. For infnnnathm, ",),Air) 44.5-12.1.1. -anal Asslstanr Praceoures Manua€TTY 711. orwdle to Records and Forms Management 1120 N Street, MS-89, Sacramenlo. CA 95814. Page 1 of 2 July 23, 2015 DocuSign Envelope ID: E93D61F"020-4AB9-6388-B2AD8942F288 Exhibit 17-0 Disadvantaged Business Enterprises (DBE) Certification Status Change INSTRUCTIONS DISADVANTAGED BUSINESS ENTERPRISES (DBE) CERTIFICATION STATUS CHANGE 1. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 2. Federal -Aid Project Number - Enter the Federal -Aid Project Number. 3. Local Agency - Enter the name of the local or regional agency that is funding the contract. 4. Contract Completion Date - Enter the date the contract was completed. S. Contractor/Consultant -- Enter the contractor/consultant's firm name. 6. Business Address - Enter the contractorlconsultant's business address. 7. final Contract Amount - Enter the total final amount for the contract. 8. Contract Item Number - Enter contract item for work, services, or materials supplied provided. Not applicable for consultant contracts. 9. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted contractors/consultants. ' 10. DBE Certification Number - Enter the DBE's Certification Identification Number. 11. Amount Paid While Certified - Enter the actual dollar value of the work performed by those subcontractors/subconsultants during the time period they are certified as a DBE. 12. Certification/Decertification Date (Letter Attached) - Enter either the elate of the Decertification Letter seat out by the Office of Business and Economic Opportunity (OBFO) or the date of the Certification Certificate mailed out by OBEO. 13. Comments - If needed, provide any additional information in this section regarding any of the above certification status charges. 14. Contractor/Consultant Representative's Signature The person completing the form on behalf of the contractor/consultant's firm must sign their name. IS. Contractor/Consultant Representative's Name - Enter the name of the person preparing and signing the form. 16. Phone - Enter the area code and telephone number of the person signing the foram. 17. Date Enter the date the form is signed by the contractor's preparer. 18. Local Agency Representative's Signature - A Local Agency Representative must sign their name to certify that the contracting records and on -site performance of the DBE(s) has been monitored. 19. Local Agency Representative's Name - Enter the name of the Local Agency Representative signing the form. 20. Phone - Enter the area cone and telephone number of the person signing the foie. 21. Date - Fnter the date the form is sighed by the Local Agency Representative. Page 2of2 July 23, 2015 ❑ocuSign Envelope ID: E93D6lF8-0029-4AB9-83E0-B2ADB942F2BB Local Assistance i rocedures manual Exhibit 12-B Bidder's Listof Subcontractors {DBE and Mon -DBE} Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non -DBE) - Part 1 As of March 1, 2016 Contractors (and sub -contractors) wishing to bid on public works contracts must be registered with the State Division of Industrial Relations and certified to bid on Public Works contracts. Please register at https:lwww,dir.ca.gov/Public-Works/Contractor- Reg istration .html. The local agency will verify registration of all contractors and subcontractors on public works projects at bid and thereafter annually to assure that yearly registration is maintained throughout the life of the project. In accordance with Title 49, Section 26.11 of the Cade of Federal Regulations, and Section 4104 of the Public Contract Code of the State of California, as amended, the following information is required for each sub-contractorwho will perform work amounting to more than one half of one percent (0.5%) of the Total Base Bid or $10,000 (whichever is greater). FEDERAL PROJECT NUMBER: Photocopy this form for additional firms. STPL-5450(1 Q2) Subcontractor Name & Location Line Item & Description Subcontract Amount Percentage of Bid Item Subcontracted Contractor License Water DBE (YIN) DBE Cart Number Annual Gross Receipts DIR Reg Number NAME (D = Tlbt ✓ 4l�Li 00 !(�}(� a $1 million (( t Y <$5million <$10mill Ion City, State < 15 million Age of Firm in years ttJ'f NAME ' NA1L�1� too .� �X �c1 � Z < $1 million < $5 million <$10million City, State ] T� 1�L.�7J�2 < $15 million �4t.�e`+f (&A L. Age of Firm in YearsC.O• 9 NAME y i 70 Hi(1Qi�GIN,'•ifj { 1 �~�• � <$1 million f3��f j� <$ilas <$10million City, Slate t,tcJTb b j !l2iJ�✓1 5 �p < $155million in Age of years ears i NAME t•�-� 1 i tiTtLi'l1t S�'ir�t i��`)IrrJ..�.� ���� f �Z' �y'i9 j.� < $1 million gs < $5 million < 10mlllian City, State <$15million clozbi�b,, AgsofFirmin years � NAME �j2LI L L>?L�L lr u�rt�S` t� - �Zr1�� �Li 3 $1 million LC0 (QAty�tl-t X <$5million < $10 million City, Stale 17jtj <$15million W?+ i�O�Al�rt 4i Age cfFirm in years 'Ilj•'i NAME �t � � ` i�►�4'T I rly Z_ W•-1- lr�Z ' c, y- So "4 � < $1 million �G'ifLA�G+t�C.O., X I<$5million <$i0million city, state jDQOb jq L I I < $15 million � 4*mrv7 r Ageye�arsm in C 1' 7 NAME <$1 million < m lion <$10 mlllion City, State < $15 m ill ion Age of Firm in years NAME <$1 million < $5 million < $10 million City, Stale < $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million Age of Firm in Years Distribution — Original: Local Agency File; Copy: DLAE wlAward Package Pagel of September 2021 i LlocuSign Envelope ID: E93DE1F8-002t3-4AS9-83E0-B2ADB942F2B8 Local 7sisTance vroceaure5 Manua! Exhibit 12-B Bidder's List of Subcontractors {DBE and Non -DBE} In accor, wereno Photos Exhibit 12-B. Bidder's List of Subcontractor (DBE and Non -DBE) - Part 2 , ancewith Title 49, Section 26 of the Code of Federal Regulations, the Bidder shall list all subcontractors wha provided a quote or bid but selected to participate as a subco ntractoro n this project. FEDERAL PROJECT NUMBER, ply this form f or additional f irms. STPL-5450(102) Subcontra or Name &Locatlon Line Item & Description Guhcnntract Percentage of Contractor License Number DBE Amount Bid Item (YIN) Subcontracted DIR Reg Number B13E Cert Number Annual Gross Receipts NAME �- R +'11l,', yW/s jt=) lnoof�D x$lj <$1 million A6SL <$5mil11an <$10mrllion City,State <$i5mirlion C►L Ageof�sFirm In 15 NAME vs- 31 _� 10.� N 41��,ilR' lW /, < $1 million K <$5milllon < $10 million e +ram► < 5mi on t [ C-sA Age offfFIrm In years !S NAME IS-1l S{c, y; „�� y'b[1�,,��5 }17i,y+�ys• lJ0% hf < $1 million of <$5million <$10million City, Slale < $15 million_ /•,� Age of Firm In 1S years NAME i < $1 million $1 million < $10 million City. State <. $15 mfliron �+= Age of Frrm In years NAME tl, 5 u i3 �!, 14' S1 I ` 31VN3 QL,I tW f AJur� ylu,� < $1 mNfon .ytL c$5millron m nn C3iy, Slate p( < $1510 mllllnn AgeofFirm In years !� NAME ai-sy - Et.�n s158 ��2Z�S5 "M r,,, j„ (7olyel <$1 million Ii I%t►.dr•� <$5million e $10 million Gity, Stale x 1< $15 million �, AgeofFirmin years NAME 3L{3� � � � f2�� IDS~ �SZgSG s tW/. IO'L030715t{ 3Q(L33� <$1million Tr,$A;, t,, Cs.cLF,�1 ar $10m5mllllltan „ < City, State <$15 milllcn CA Age ofFirmin is years NAME < $1 million < 5million < $10 mlll lot c1ly, Slate < $15 million Age of Firm in years NAME ' <$1 million <$5mllllon e$10millim City, Stale < $15millinn l�geofFirm in years Distribution —Original: Local Agency File: Copy: DLAEwfAward Package Page 2 of September 2021 DOCUSIgn Envelope ID: F93061 F8-0029-4AB"3F0-J32Ad7S942F2B8 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTORfSUPPLIER/BROKERfTRUCKER IFB NO- IFB TITLE; Name of Prime bidder's firm: Sully -Miller Contracting Company Address: 135 S. State College Blvd., Ste. 400 City: Brea State: CA Zip: 92821 Name of DBE firm: L l ` l-s) Km nvO Address: Zoo,:,- Ar� City: &Cr �1 rr�„ _.._._,_. State: C i Zip; -6 Telephone: i � 1- (, Description of work to be performed by DBE firm: The bidder is committed to utilize the above -named DBE firm for the work described above. The dollar value of this work $ " T T, �OZ r bt.2 c--,O The percentage value of this work (in comparison to the total contract value) % 1 o.. �l Affirmation The above -named DBE firm affir th tit will perform the portion of the contract for the values as stated above By 5 U c \ 1 Title D- 4 w)' rLcl n c r If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and void. DocuSign Envelopa ID: E93D61F8-0029-4ABM3E0-82ADB842F268 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTORISUPPLIERIBROKERITRUCKER IFB NO: IFS TITLE; Name of Prime bidder's firm: Sully -Miller Contracting Company Address: 135 S. State College Blvd., Ste. 400 City: Brea State: CA zip: 92821 Name of DBE firm: _ Address:y3q 0 9 VG PP1 G CvpmPk. /Mniz>I A OWD City: G -rz Iti15 State: zip: OlDI-6 3 Telephone: Description of work to be performed by DBE firm: I-R ,b f-F IG C/0 0 L The bidder Is committed to utlllze the above -named DBE firm for the work described above. The dollar value of this work $ 52, oCM0 The percentage value of this work (in comparison to the total contract value) % t' 3 Affirmation The above -named ❑BF firm affirms that it W11 perform the portion of the contract for the values as stated above ByA CAw 09,DO Title I J If the Kidder does not receive award of the prime contract, any and all representations in this latter of Intent and Affirmation shall be null and void. DocuSign Envelope ID: E93D61F"029-4ABM3E0-H2ADB942F2BB IFB NO: IFB TITLE: Name of Prime bidder's firm: Sully -Miller Contracting Company Address: 135 S. State College Blvd,, Ste, 400 City: Brea State: CA ZIP: 92821 Name of DBE firm: ! f'tr ! z 01" Address: _ «�? � , 1',f 1u bG) lhC Gi' City: l f State:"i ! Zip: ' i c'44 9I Telephone:I�� f,? 9_� f� Description of work to be performed by DBE firm: r. r '„� is ;r is ( l ,tr, � ' �.` !• � '.�. The bidder is committed to utilize the above -named DBE firm, for the work described above. The dollar value of this work $ 4p<) 000,62 00,62 The percentage value of this work (in comparison to the total contract value) %_ Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as stated above: By Title 5' If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and void. Docuftn Envelope 1D: E93D61F8-0029-4ABO-83Eo-B2ADB942F2B8 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTORISUPPLIERIBROKERITRUCKER [FB NO: 1FB TITLE.• Name of Prime bidder's firm: Sully -Miller Contracting Company Address: 135 S. State College Blvd., Ste. 400 city: Brea State: CA Zlp: 92821 Name of DBE firm: Traffic Loops Crackfilling, Inc. Address: 946 S Emerald St City: Anaheim State: CA Zip:92804 Telephone: (714) 520-4026 Description of work to be performed by DBE firm: Traffic Loops, Install Temporary Video Detection System, Traffic Nodes The bidder is committed to utilize the above -named DBE firm for the work described above. The dollar value of this work $ 204,175.00 The percentage value of this work (in comparison to the total contract value) % Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as stated abov By Title Vice, r If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and void. ❑ocusign Envelope 1D: P-93D6lF8-0029-4AB9-83E0-B2ADB942F2B8 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTOR/SUPPLIERIBROKERITRUCKER IFB NO: IFB TITLE. Name of Prime bidder's firm: Sully -Miller Contracting Company Address: 135 S. State College Blvd., Ste, 400 City: Brea state: CA ZIP. 92821 Name of DBE firm: Rem ag Transportation Inc. Address: 11721 Whittier Blvd #56o City: Whittier State: CA Zip: 90601 Telephone: 562-556-3657 Description of work to be performed by DBE firm: Haul dirt, sand, gravel, and aggregate material. The bidder is committed to utilize the above -named DBE firm for the work described above. The dollar value of this work $ _ i 3L �� c,cD The percentage value of this work (in comparison to the total contract value) Flo ~ , ISO %�- Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as stated above By i.��-- O Title Vice President If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and void. DocuSign Envelope ID: CA9C2A6A-9351-4BE2-94FD-BA6300834797 Addendum No. 1 March 2, 2023 Addendum No. 1 BID # CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City of Santa Clarita, California 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. UPDATE PREVAILING WAGE RATES Please see the attached updated Federal Prevailing Wage Rates. II.FINALIZED SIGNING AND STRIPING PLANS Please see the attached finalized signing and striping plans. by= ONMbV, td1 Damon RT36 City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. March 2, 2023 Co ra rlofPs7fepresentative Date Jeff Galterio, Assistant Secretary Sully -Miller Contracting Company Company Name BID # CIP-22-23-MO142 DoeuSign Envelope ID: 9C987C6B-CA37-49A7-8EI7-6408EEADOBEI OQ gRNT,y C� 7 �~ F !! dEGC�d Addendum No. 2 BID # CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City of Santa Clarita, California Addendum No. 2 March 9, 2023 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 from March 9, 2023 before 2:00 PM (PT) to March 13, 2023 before 2:00 PM (PT). Approved: roocusiancd by. omav, W,� b'f 2.. City Engineer 3/9/2023 END OF ADDENDUM This addendum must be acknowledged via BidNet and should be Included with the response. i Co tr c is Representotive Jeff Galterio, Assistant Secretary Sully -Miller Contracting Company Company Name March 9, 2023 Date BID# CIP-22-23-M0142 DocuSign Envelope ID: 3DF4E5CC-O54B-4EOF-84C6-02259A19BDE8 Addendum No. 3 March 10, 2023 Addendum No. 3 BID # CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City of Santa Clarita, California 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 from March 13, 2023 before 2:00 PM (PT) to March 14, 2023 before 2.00 PM (PT). ILINCLUSION OF COVER SHEET FOR PLANS Please see the attached complete plans set that was originally missing the signed cover sheet. III. UPDATED BID SCHEDULE Please see the attached updated Bid Schedule. Line Item # 6 for Base Bid, Alternate 1, and Alternate 2 have been updated to the following: ARHM-GG-C instead of ARHM-GG--D This updated Bid Schedule must be filled out and submitted with the bid response. IV. UPDATED GENERAL PROVISIONS Please see the updated Section F— General Provisions. The following sections have been updated: • Removed section 400-2 (previously page GP-65) • Updated sections 3-10.1, 3-10.4 (page GP-22) V. UPDATED SPECIAL PROVISIONS —TECHNICAL Please see the updated Section G — Special Provisions— Technical. The following sections have been updated: • Section G2-5.4 (page 18) • Section G2-8.2.2 (page 26) Approved: Docu&igned 6y: City Engineer BID # CIP-22-23-MO142 DocuSign Envelope ID: 3DF4E5CC-054B-4EOF-84C6-02259A19BDE8 O" g"NTA C,� Cif �fY DECEMa�f END of ADDENDUM Addendum No. 3 March 10, 2023 This addendum must be acknowledged via BidNet and should be included with the bid response. j1plPf."s March 13, 2023 Contra a 's Representative Date Jeff Galterio, Assistant Secretary Sully -Miller Contracting Company Company Name BID # CIP-22-23-MO142 DocuSign Envelope ID: 3DF4E5CC-054B-4EOF-84C6-02259A19BDE8 BID SCHEDULE Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. 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. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. BASE BID ITEM NO DESCRIPTION QTY UNIT UNIT PRICE TOTAL l Mobilization, Bonds & Insurance 1 LS $ ti-I $ '-t �-cry 2 Traffic Control 1 LS 3 Storm Water Pollution Control Program 1 LS $1S $ e�esU•e IS 4. AC D2 PG 64-10 1,947 TN $ l�°�.vp $ Zfvc7 ��l�cYie7 6. AC C2 PG 64-10 1,197 TN $ Z4 � c� $ 1 �' tl �! 6. ARHM-GG-C PG 64-16 6,842 TN $ i $ 7 Remove & Replace 4" AC 33,674 SF R Remove & Replace 6" AC 117,760 SF $ $ tU (vr� ��r.�t.✓ Cold Plane 2" / Transition Cold Plane from 9. 2" to 4" 86,986 SF $ m� $ 10 Stabilization Allowance 15,144 SF 11. Keycut Al 12,123 LF 12 Keycut 131 347 LF 13. Lower Manhole Covers to Finish Grade 31 EA g 14. Adjust Manhole Covers to Finish Grade 31 EA DocuSign Envelope ID: 3DF4E5CC-054B-4EOF-84C6-02259A19BDE8 15 Install Blue RPM's @ Fire Hydrant 15 EA $ $ 16. 12" White Crosswalk/Limit Line (Thermo) 1,058 LF 17 12" Yellow Crosswalk/Limit Line (Thermo) 477 LF $ $ 18 Striping Detail #12 (Thermo & Markers) 13,678 LF $ $ 19 Striping Detail #22 (Thermo & Markers) 631 LF yy S.(Xr �/q f s $ ! s. „ 20 Striping Detail #24 (Thermo & Markers) 9,240 LF $ $ . Diu t fs u 21 Striping Detail #27 (Thermo & Markers) 52 LF $ $ : rs cam. 22 Striping Detail #38 (Thermo & Markers) 1,447 LF 23 Striping Detail #38A (Thermo) 2,225 LF 24 Striping Detail #39 (Thermo) 12,040 LF $ $ jwSC� r0.eti 25 Striping Detail #39 (Thermo) 960 LF 26. Arrow Type IV (L/R) (Thermo) 30 EA 27. Legend "CLEAR" 3 EA 28. Legend "KEEP" 3 EA 29. Legend "AHEAD" 7 EA 30. Legend "SIGNAL" 7 EA $ $ 31 Bike & Arrow Symbol 9 EA $ $ Remove and Install Permanent Traffic 32• Loops 99 EA $ $ 33 Install Temporary Video Detection System 14 EA $ $ -fit` e7u4a_c�u 34 Remove and Install Traffic Nodes 8 EA 35. Remove and Replace Local Depressions 357 SF TOTAL BASE BID AMOUNT: $'Z_j9gV 4'3z_S.5o DocuSign Envelope ID: 3DF4E5CC-054B-4EOF-84C6-02259Al9BDE8 ALTERNATE BID SCHEDULES Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California ALTERNATE 1 ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE TOTAL 1 Mobilization, Bonds & Insurance 1 LS $ $ 2. Traffic Control 1 LS $ $ 7.� ; ca.vcl 7-y Sct�u� 3. Storm Water Pollution Control Program 1 LS $ $ 4. AC D2 PG 64-10 228 TN $ $ t�1��uaJ r� �i�n•t� 5. AC C2 PG 64-10 1,745 TN $ $ A 6 ARHM-GG-C PG 64-16 800 TN $ $ 7 Remove & Replace 4" AC 8,708 SF $ $ , Z (a I 7—zf, cx~a 8 Remove & Replace 6" AC 2' 654 SF $ $ w . 9. Remove & Replace 8" AC 6,138 5F $ $ 10 Stabilization Allowance 1,750 SF $ $ 11. Cold Plane 2-1/2" 12,575 SF $ $ qJ q 31. Cold Plane 3" / Transition Cold Plane 12. from 3" to 5" 20,379 SF $ $ c Cold Plane 8" / Transition Cold Plane 13. from 8" to 10" 20,125 SF $ $ 14. 1<eycut B1 90 LF 15 Lower Manhole Covers to Finish Grade 1 EA $ $ 16 Adjust Manhole Covers to Finish Grade 1 EA $ $ 17 12" White Crosswalk/Limit Line (Thermo) 87 LF 18 12" Yellow Crosswalk/Limit Line (Thermo) 510 LF 19 Striping Detail #12 (Thermo & Markers) 1,518 LF 20 Striping Detail #22 (Thermo & Markers) 867 LF $ $ 21 Striping Detail #38 (Thermo & Markers) 159 LF $ $ 22 Striping Detail #38A (Thermo) 1,274 LF $ $ DocuSign Envelope ID: 3DF4E5CC-054B-4EOF-84C6-02259A19BDE8 23. Arrow Type IV (L/R) (Thermo) 8 EA $ $ Remove and Install Permanent Traffic 24. Loops 16 EA $ $ Install Temporary Video Detection 25. System 3 EA $ TOTAL ALTERNATE 1 BID AMOUNT. $ 5(01 e6 5 3. L(6 ALTERNATE 2 ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1 Mobilization, Bonds & Insurance 1 LS 2 Traffic Control 1 LS 3 Storm Water Pollution Control Program 1 LS 4. AC D2 PG 64-10 276 TN $ $ 5. AC C2 PG 64-10 930 TN $ $ 1+v• 1�� 3•<:xa 6. ARHM-GG-C PG 64-16 970 TN $ $ - 1�5. 7 Remove & Replace 5" AC 11,174 SF 8. Remove & Replace 8" AC 4,871 SF $ $ 9 Stabilization Allowance 1,605 SF $ q.c $ Cold Plane 3" / Transition Cold Plane from 10. 3" to 5" 21,400 SF $ $ Cold Plane 3-1/2" /Transition Cold Plane 11. from 3-1/2" to 5-1/2" 20,260 SF $ $ 12. Keycut 131 90 LF $ $ , 13 Lower Manhole Covers to Finish Grade 2 EA $ $ 5,a60 1 14 Adjust Manhole Covers to Finish Grade 2 EA 15 12" White Crosswalk/Limit Line (Thermo) 304 LF 16. 12" Yellow Crosswalk/Limit Line (Thermo) 338 LF $ $ 17 Striping Detail #12 (Thermo & Markers) 1,610 LF 18 Striping Detail #22 (Thermo & Markers) 942 LF 2•Ye: $ a3�.� DocuSign Envelope ID: 3DF4E5CC-054B-4EOF-84C6-02259A19BDE8 19.Striping Detail #27 (Thermo & Markers) 874 LF $ $ 20 Striping Detail #38 (Thermo & Markers) 206 LF $ $ Z. >�- 21. Striping Detail #38A (Thermo) 450 LF 22 Arrow Type IV (L/R) (Thermo) 4 EA $ . $- Remove and Install Permanent Traffic 23. Loops 8 EA $ $ 24 Install Temporary Video Detection System 2 EA $ TOTAL ALTERNATE 2 BID AMOUNT. $ cl56,1-t-Z , 5c3 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. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. DocuSign Envelope ID: E93D6lF8-0029-4ABM3E"2ADS942F2S8 BID SCHEDULE SUMMARY Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California BIDDER NAME: Sully -Miller Contracting Company BID SUMMARY TOTALGLtRESE IN �����v` �i. 5 [) FIGURES BASE BID TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES®� C� ALTERNATE 1 TOTAL PRICE IN"I�r� WORDS wl�> $ TOTAL PRICE IN FIGURES ALTERNATE 2 fV _ V,,AW!> r.Py._504 ` ' > C.41 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES i�J TOTAL BASE BID + ALTERNATE 1 AND � iM I L-L 11 JP't 4 t> ez j I) i i'.-. J0 ALTERNATE 2 W. e ��'�5 TOTAL PRICE IN WORDS _ NOTE: In case of error in extension of price into the total price column, the unit price will govern. The basis of award of contract shall be the Contractor's ease Bid plus the Alternates. DaeuSBgn Envelope la: E93D64F8-002G-4ABG-83EO-82ADBO42F288 N/A BIDDER'S BOND [aid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bld 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 FOIL" 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 checl< payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become: the property of said CITY provided this Proposal shall be accepted by said CITY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project !Name: 2021-2022 Federal Resurfacing Project Bid No. CIP-22-23-MO142 Project No_ M0142 Bidder's Signature CONTRACTOR/BIDDER Address City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. Dccu8ign Envelope ID: E93D61FB-0029-4AE39-83E0-I32ADB842F2B8 PROPOSAL GUARANTEE Sla BOND Sid #CIP-ZZ-23-M0142 2021.-2022 Federal Resurfacing Project City Project No, M0142 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that Sully -Miller Contracting Company as BIDDER, and Liberty Mutual Insurance Company _ as SURETY, are held and firmly bound unto the **Ten Percent of the total amount bid City of Santa Clarita, as CITY, in the penal sum of ** dollars ($ 10% ), which Is ten percent (10%a) 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 favorof CITY. IN WITNESS WHEREAS, the parties hereto have setthelr names, titles, hands, and seals, this 22nd CONTRACTOR: Day of February 2023. Name and Title of Signatory Sully Miller Contracting Company Legal Name of Bidder 135 S State College Blvd., Ste 400, Brea, CA 92821 Bidder Address 714-578-9655 Telephone Number SURETY*: Liberty Mutual Insurance Name 513-792-1862 Phone Number and Email 33-0787630 Federal Tax I.D. No. V M. Victoria M. Campbell, sarah.keith@libertymutual.com 8044 Montgomery Rd., Ste 150E, Cincinnati OH 45236 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 an 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. Contractor and Surety sianatures must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 rc e c c ccertrcrMezc �e _c�r : c re c c:ccrcr - crcc-z—,e:F.e ct: —j ec rcscrcrcc crcre� c ri re rc rc�e c c e c��ri A notary public or other officer compiotbg 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 March 4, 2023 before me, J. Daniels, Notary Public Date Here Insert Name and Title of the Officer personally appeared Jeff Galterio 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. [ certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand d official seal. J. DANIELS i a Notary Public - California ewv Z Orange County Signature Curnmisslon p 2377975 +r My Comm. Expires Oct 9, 2025 Sl nature of Notary ubIlc J. Daniels, 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: Proposal Guarantee Bid Bond Document Date: February 22, 2023 Number of Pages: 1 Signer's) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterlo Signer's Name: IN Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contracting Company 02014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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 Ora On _ F E B 2 21 2023 before me, L. Clark, notary Public , Date Here Insert Name and Title of the Officer personally appeared Victoria M. Campbell 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 fie/she/they- executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. L. CLARK Notary Public • CaMornia r ,J x e � Los Angeles Count Signature s `My Commission k 2376770 Comm, Expires Nov 28, 2024 Signature of Nota 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: Document Date: B 4 2 2023 Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): Partner — ❑ Limited ❑ General ❑ Individual LI 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.Nationa[Notary.org 1-800-US NOTARY (1-800-876-6827) Item #5907 a) C L t ID O:� E aS OM 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 Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8206201-971932 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, Khoi Tran; Victoria M. Campbett all of the city of _ Las Ant elas state of CA each individually ifthere 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 dead, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if 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 5th day of April , 2021 Liberty Mutual Insurance Company P� INSO P4tY INSU INSi1R4 The Ohio Casualty Insurance Company O�r ti0 ya oo ORv, �y oP �nNS O r yc, West American Insurance Company 191Z n o 1919 0 11 1991 - r s a a m p Q a Yb,19FSACHUS�.aD ya Y Mr. '�`.Aa '!s gy'4& -' David M. Carey, Assistant Secretary State of PENNSYLVANIA ss County of MONTGOMERY On this 5th day of April 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual insurance 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. ik,,s .} Commonwealth or Pennsylvania - Notary Beal '�- M Teresa Aaste!la, Not"N Public Montgomery County i Ct" 4 q � My commission expires March 2B, 2025 Commission number 1125044 By: Member, Pennsylvania Associatbn of Notaries /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 Insurance 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 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 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 Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall Ike as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or aftomey-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. ARTICLEX111— 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 attomeys-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 seat of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certifpate 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 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. 1, 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, l have hereunto set my hand and affixed the seals of said Companies this 22nd day of February , 2023 . P41Nsit.. PtNSU 1NBt/R j oit, JJ�'si+ Q r�o¢sy°r r��gy� �P=0RPOR, F F 1912 0 1919 n 5 B 1991 aGy� ~d�$ s�aceuS dY� h0.enPsaL�a rs� �w°awNP�aa� y Renee C, Llewellyn, Assistant Secretary �7 O Cq N 93 a CD LMS-12873 LMIC 0010 WAIC Multi Co 02121 DocuSian Envelope 10: C93B61 F8-0029-4AB9-83E0-82ADB942F2B8 BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-22-23-Mp142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seekout 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 betaken 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: Sully -Miller Contractinq Company Business Address: 135 S_ State College Blvd., Ste. 400 Brea CA 92821 Telephone No.: 714/578-9600 State CONTRACTOR's License No. & Class: 747612-A DIR No.: 1000003664 Original [Tate; December 10 2014 Expiration Date: J The following are the names, titles, addresses, and phone numbers of all individuals, firm members, p ers, ain vent res, and/or corporate officers having a principal interest in this proposal: �leae See f�ttached Certificate of lncumency* William J.T. Boyd, President DocuSlgn 5nvelope ID: E93DBIFB-0029-4AB9-83E0-B2ADB942F288 Scott Bottomley, Vice President/Assistant Secretary Christopher Winter, CFO/Treasurer/Vice President/Assistant Secretary Jeff Galterio, Assistant Secretary The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or Joint venture of which any principal havingan interest in this proposal was an owner, corporate officer, partner or joint venture are as 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: None IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 23rd dayofFeb• 2023. BIDDI=R-di;� Signature Jeff Galterio, Assistant Secreta Name and Title of signatory Sully -Miller Contracting Company Legal Name of Bidder 135 S. State College Blvd., Ste. 400, Brea, CA 92821 _ Address 714/578-9600 33-0787630 Telephone Number Federal Tax I.D. No. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this cerfificate 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 March 4, 2023 before me, Date personally appeared J. Daniels, Notary Public Here Insert Name and Title of the Officer 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. J. DANIELS Notary Public - California x s Orange County F' Commission N 2377975 Comm. Expires Oct 9, 2025 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS4handofficial4Notaty Signature ature o J. Daniels, 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: Bidder's Information & Certification Number of Pages: 1 Document Date: February 23, 2023 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterio Signer's Name: IN Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General Ll Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contracting Company @2014 National Notary Association • www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 SALLY -MILLER CONTRACTING CO. License 747612A 135 S. State Coflege Blvd., STE. 400 * Brea, CA 92821 * PHONE 714-5.78-9600 License Certificate 1 certify under penalty of perjury under the laws of the State of California that the following is true and correct: CSLB: a, 747612-A Jeff Galterio, Assistant Secret CONTRACTOR STATE LICENSE BOARD ocPana6A11C.aweurc+uE.rtACTIVE LICENSE{ , Ucebnse Numbtr 7 4 7 1 =ntmJ CORP gluRlno*Nam. SULLY - MILLER CONTRACTING leis]►, 1:941"ification(3) A State of California 1DRDepartmentof FTAW M. Industrial Relations Contractor Information Legal Entity Name SULLY -MILLER CONTRACTING COMPANY Legal Entity Type Corporation Status Active Registration Number 1000003664 Registration effective date 7/1/2022 Registration expiration date 6/30/2024 Mailing Address 135 S STATE COLLEGE BLVD, SUITE 4400 BREA, CA 92821 Physical Address 135 S STATE COLLEGE BLVD, SUITE #400 BREA, CA 92821 Email Address bids@sully-miller.com Trade Name/QBA License Number (s) CSLB-747612 CERTIFICATE OF INCUMBENCY AND RESOLUTION I, Anthony L. Martino, II, do hereby certify that I am the Secretary of Sully -Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute boobs of said corporation. And I do hereby further certify that the following persons are duly elected officers of said corporation. TITLE Chairman Of The Board President Vice President, CFO, Treasurer and Assistant Secretary Vice President and Assistant Secretary Secretary Assistant Secretary Assistant Secretary NAME Marcus Leavitt William Joseph Thomas Boyd Christopher Winter Scott Bottomley Anthony L. Martino, II Jeff Galterio Mark Pachuca I further certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said Company at a meeting held on December 15, 2022, and that this resolution has not been in any way rescinded, annulled, or revolted but the same is still in full force and effect: BID TENDERS: GENERAL RESOLVED, that any officer of the Corporation be and they hereby are authorized in the name and on behalf of the Corporation, under its corporate seal or otherwise (i) to prepare proposals and bids for the supplying of construction materials and the performance by itself or in joint venture, of work of whatsoever nature in connection with the construction or paving of highways, roads and airports and in connection with earthworks and civil engineering projects of all kinds, together with all work incidental thereto, (ii) to execute and submit any and all such proposals and bids to any governmental authority, instrumentality, or agency of the United States, its several states, territories and possessions, including without limitation, any municipality or other political or corporate subdivision thereof, and to any corporation, partnership, sole proprietorship, or other business entity, (iii) in connection with any such submission, to deliver bid deposits or bonds as may be required and (iv) to execute and deliver definitive agreements binding the Corporation to perform work in accordance with any proposals and bids authorized hereby. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 28th day of February 2023. (SCAL) An ony L. Martino, 11 Secretary Sully -Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 DocuSlgn Envelope ID: E93D6156-4029-4AB9-83E0-62ADB942F2B8 BIDDER'S QUESTIONNAIRE Bid ##CIP-22-23-MD142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clariia, California 1. Submitted by, Sully -Miller Contracting Telephone: 714/578-9600 Company Principal OfflceAddress: 135 S. State College Blvd. Ste. 400 Brea A 92821 2. Type of Firm: C Corporation 0 S Corporation A Individual/Sole Proprietor or Single —Member LLC El Partnership ❑ Limited Liability Company "C" C Corp ❑ Limited Liability Company "S" 5-Corp ❑ Limited Liability Company "P" partnership ❑ Other 3a. If a corporation, answer these questions: Date of Inrorporation: 06/16/199 State of incorporation: Delaware President's Name: William J.T. Boyd Vice -President's Name: Scott Bottom ley & Christopher Winter Secretary or Clerk's Name: Anthony L. Martino, ll Treasurer's Name: Christopher Winter 3b. If partnership, answer these questions. Date of organization: State Organized in: Name of all partners holding more than a 10% Interest: Designate which are General or Managing Partners. CERTIFICATE OF INCUMBENCY AND RESOLUTION 1, Anthony L. Martino, II, do hereby certify that I am the Secretary of Sully -Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute books of said corporation. And I do hereby further certify that the following persons are duly elected officers of said corporation. TITLE Chairman Of The Board President Vice President, CFO, Treasurer and Assistant Secretary Vice President and Assistant Secretary Secretary Assistant Secretary Assistant Secretary NAME Marcus Leavitt William Joseph Thomas Boyd Christopher Winter Scott Bottomley Anthony L. Martino, II Jeff Galterio Mark Pachura I further certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said Company at a meeting held on December 15, 2022, and that this resolution has not been in any way rescinded, annulled, or revoked but the same is still in full force and effect: BID TENDERS: GENERAL RESOLVED, that any officer of the Corporation be and they hereby are authorized in the name and on behalf of the Corporation, under its corporate seal or otherwise (i) to prepare proposals and bids for the supplying of construction materials and the performance by itself or in joint venture, of work of whatsoever nature in connection with the construction or paving of highways, roads and airports and in connection with earthworks and civil engineering projects of all kinds, together with all work incidental thereto, (ii) to execute and submit any and all such proposals and bids to any governmental authority, instrumentality, or agency of the United States, its several states, territories and possessions, including without limitation, any municipality or other political or corporate subdivision thereof, and to any corporation, partnership, sole proprietorship, or other business entity, (iii) in connection with any such submission, to deliver bid deposits or bonds as may be required and (iv) to execute and deliver definitive agreements binding the Corporation to perform work in accordance with any proposals and bids authorized hereby. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 28th day of February 2023. (SEAL) An ony L. Martino, 1�1 Secretary Sully -Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 DocuSign Envelope ID: E93D61FS-0029-4A69-83 0-B2ADQ942F2B6 BIDDER'S QUESTIONNAIRE (conVdI Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing project City Project No. M0142 City of Santa Clarita, California 4. Name of person holdingCONTiRACTOWs license: William J.T. Boyd, President License number: 714612 class:. A.- __Expiration Date: _March 31, 2024 ©_LIF1. Registration # 1000003664 5. CONTRACFOWs Representative: Anthony Lino Title: Pre -Construction Manager Alternate: Jeff Galterio Title: Assistant Secretary 6. List the major construction projects your organization has in progress as of this date; A. owner; **Please See Attached List of Project References** Project Location; Type of Project: _ B, Owner• Project Location: Type of Project: _ C. Owner: Project Location: Type of Project: _ SULLY -MILLER CONTRACTING Co. Ucensf 747612A 135 S. State Coifege Blvd., STE. 400 + Brea, CA 92821 + PHU E 714-578-9600 License Certificate I certify under penalty of perjury under the laws of the State of California that the following is true and correct: CSLB: I`WralIPMf' Jeff Galterio, Assistant Secretta CONTRACTORS {; STATE LICENSE B0ARD ry - DLWYRIYAC'/9 a+:tlM64MERNr4R5 ACTIVE LICENSE`��` Umse Numb.7 4 i 6 1 rnm; C OR f gUrIne;sN� e SULLY — MILLER CONTRACTING COMPANY L`!Rs}rfi��li4n�S) A FxpWa►km Da« 03i3 1 / U24 www. cs1tD. ca. oov State of California DIRDepartment of industrial Relations Contractor Information Legal Entity Name SULLY -MILLER CONTRACTING COMPANY Legal Entity Type Corporation Status Active Registration Number 1000003664 Registration effective date 7/1/2022 Registration expiration date 6/30/2024 Mailing Address 135 S STATE COLLEGE BLVD, SUITE #400 BREA, CA 92821 Physical Address 135 S STATE COLLEGE BLVD, SUITE #400 BREA, CA 92821 Email Address bids@sully-miller.com Trade Name/DBA License Number (s) CSLB-747612 fro 6 M SULLY -MILLER Project Experience CONTRACTING CO. !r1V "-I A ' t• ift L Construction on State Highway Route 15 from Oak .a to Bear Valley Rd. Project74 - > Route1 ADA Curb Ramp Upgrade ProjectHill . LA County from the Sunland Blvd. crossing Project Location San Bernardino County CA (Tujunga CA) to Baseline Rd. crossing (Upland CA Project Owner CALTRANS CALTRANS Contact Name John Santos John Santos Contact mole/ Position Project Manager Project Manager Telephone (951) 538 - 5315 (951) 538 - 5315 Email john.santos@dot.ca.gov john.santos(cDdot.ca.gov Reaching a project boundary length of almost ten This 23-million-dollar project wasn't just a "run of miles, the amount of unique worked that is the mill" construction project, this project was a required by this project is on an immense scale. design -build project that required all of the curb The scope of work consists of scheduling; ramps on the on/off ramps and frontage roads mobilization and demobilization; traffic control; along the 210 freeway to be reconstructed to temporary barricade and fencing placement; comply with current ADA standard codes. The temporary and permanent striping/marking; project limits extended a total of approximately 41 temporary crash cushion installation; landscaping miles that begun 1.4 miles west of the Sunland that included clear and grubbing, roadside Boulevard undercrossing and ended just 0.1 miles • Project clearing and over two million square feet of east of the Baseline Road undercrossing. The Description hydroseeding; over 110,000 cubic yards of projects scope of work consisted of upgrading 264 aggregate base placement; cold milling; HMA ADA curb ramps, installation of accessible application; concrete work which included pedestrian signal systems, and the installation of flatwork, curb and gutters, and sidewalks; pedestrian countdown timers. This project, due to striping/marking; electrical work that involved its vast length along the 41 mile stretch of the 210 signal construction, ramp metering construction, freeway, creates unique challenges that are and lighting system installation; as well as a currently being overcome by the Sully -Miller considerable amount of underground work such team's resilience and desire to challenge the as pipe culvert construction, pipe and down drain ordinary. construction, and pipe liner application. Start Date November 2021 January 2022 • End Date Est. December 2024 Est. January 2024 Contract Amount $ 121,672,000 $ 23,680,000 Sully-MiIIerContracting Company I 1 35 S State College Bou)evard, Suite 4001 Brea, CA92821 1 714. 578.9600 1 info@sully-miIler.com I sully-miIIer.com SULLY -MILLER Project, Experience COWRACiING Co. a f945 COMFpMY Project Location Project Owner Contact Name Contact Role/ Position Telephone Email Project Description Start Date End Date Contract Amount J -`YX 2020 Pavement Overlay 1 Resurfacing Spring Valley Lake ADA Program Thousand Oaks, CA Spring Valley Lake, CA City of Thousand Oaks County of San Bernardino Michelle McCarty Joseph Schweitzer Project Manager Supervising Engineer (805) 449 — 2477 (909) 387 — 7936 mmcarty rr,toaks.org_ Joseph.shweitzer(d.)dpw.sbcounty.gov This almost $13 million dollar job was for Thousand Oaks' annual pavement rehabilitation program. This project's boundaries covered an The Spring Valley Lake project was a vast -scale extremely large area, just over 63 square miles, project that required the cold milling and re -paving which presented a unique challenge for overall of over 120 separate locations within a 2.25 construction planning. The scope of work for this square mile project boundary. The project's scope project covered a majority of cold milling and hot of work included minor concrete work (such as mix asphalt and rubberized hot mix asphalt ADA curb ramp, curb and gutter, spandrel, paving, but also included an enormous amount of driveway and retaining curb construction), cold full section removal and replace (almost 142,000 milling (over 2,000,000 square feet worth), square feet), the removal and replacement of over grading, placing asphalt concrete (including 200 curb ramps, over 8,000,000 square feet of asphalt rubberized hot mix), utility adjustment and crack seal application, a large quantity of striping/marking work. micros urfacinglslurry seal, utility adjusting, striping/marking and some. May 2020 September 2019 December 2020 April 2020 $ 12,995,708 $ 12,448,000 Sully-MillerContracting Company 1135SStateCollege Boulevard, Suite 4001 Brea, CA92821 1714.578.96001info@.sully-miller.coml5ully-miller.com MO SULLY-MILLER, Project Experience Co����� co.J t 7 rLocation Castaic, CA Compton, CA t Owner Los Angeles County Department of Public Works City of Compton Contact Name Victoria Monteil John Strickland Contact Role/ Position Project Manager Project Manager Telephone (626) 300 -- 3267 (310) 605 — 5505 Email vmonteil(d)dpw.lacounty.gov Istrickland(cD_comptoncity.orq This project consists of the design and construction of a Sheriffs Department Emergency Vehicle Operation Center (EVOC) which will be used to train Sheriffs personnel on safe operation of vehicles operated at high speed and on normal Stretching over seven miles in three separate city streets. It includes a 5,000 square foot locations, the second phase of Compton's classroom building with offices, locker rooms, reconstruction project was completed with a heavy storage, a kitchenette, and restroom facilities, a 44 amount of materials and man -power. The scope of acre high; -speed track, with pursuit track area, a work for this job encompassed cold milling and Project skid pan for training personnel on how to operate p overlay, base application, full depth # Description vehicles in slippery road conditions and a collision reconstruction, concrete construction (curb and avoidance track to practice avoiding other vehicle gutter, sidewalks, driveways, cross gutters, alley or objects in emergency situations. There is also intersections, and curb ramps), pavement a training vehicle parking lot, as well as a separate striping/marking, utility adjusting and traffic loop employee and class attendee parking lot. The i nsta installation. itemized scope of work includes the design and construction of grading, base and asphalt concrete construction, civil construction work, structural work, electrical, underground firewater system construction, demolition and landscaping. Start Date March 2020 October 2021 End Date February 2022 Est. July 2022 Contract Amount $ 10,790,000 $ 6,465,000 Sully -Miller Contracting Company 1 1 35 SState College Boulevard, Suite 4001 Brea, CA92821 1714.578.96001 info@sully-miller.comisully-miller.com ALL. 5UL`YMr>µk CProject Experience CONTRACTING CO. I Spring Pavement Management•• I Overlay Project1 Project Location Lancaster, CA Santa Clarita, CA Project Owner City of Lancaster City of Santa Clarita Contact Name Vickie Zhao Julia Regan Contact Role/ Position Assistant Engineer Project Manager Telephone (661) 945 — 6869 (661) 255 — 4301 Email vzhaoacityoflancasterca.org Iregan(cDsanta-clarita.com Totaling to a distance of over four miles, this project not only included the rehabilitation of almost a one -mile portion of two-lane arterials, but With a proposal plan of a base bid and seven also encompassed the reconstruction of over three alternates, the shear breadth of the Santa Clarita • miles of 101h Street Westin Lancaster CA, which is annual overlay project had its initial challenging one of Lancaster's largest arterial roadways. elements. Not only did the scope of work include Project Sitting at six lanes wide, the reconstruction called general key -cut grinding, cold planning and overlay Description for a mass amount of hot mix asphalt concrete, of various hot mix asphalts, but there was also a over 12,000 tons, and asphalt rubber hot mix significant amount of full depth removal and concrete, over 13,000 tons. However, this project replace, as well as utility adjusting, traffic loop did not only include the planning and paving of installation, strip inglmarking and some minor asphalt, the scope of work also included curb ramp concrete work. reconstruction, minor electrical work, slurry seal application, aggregate base application, and signing, striping, and marking. Start Date September 2020 July 2019 • End Date December 2020 December 2019 Contract Amount $ 6,252,000 $ 4,480,399 Sully-MillerContracting Company] 13 5 SState College Boulevard, Suite 400 1 Brea, CA92821 1714.578.96001info@sully-miller.comlsully-miller.com SULLY -MILLER CONTRACTI-CD. Project Experience • • Project Location Lynwood, CA Santa Fe Springs, CA Project Owner City of Lynwood City of Santa Fe Springs Contact Dame Noe Martinez Robert Garcia Contact Role/ Position Public Works Assistant Associate Civil Engineer Telephone (310) 603 — 0220 (562) 868 — 0511 Email nmartinezCa7lvnwood.ca.us robert.garcia@santafesprings.org At just over a mile long and exiting in a location With ajob location spanning overfive square miles within a heavy industry district in Santa Fe Springs, in six different unique locations, this project proved Greenstone Avenue needed an overhaul to say to have challenging aspects not only from its the least. The full scope of work included with this location, but also with its broad scope of work. This project was cold milling of asphalt concrete, job included level work such as street resurfacing, applying a new layer of asphalt rubber hot mix Project various types of concrete work, traffic signing and asphalt, application of roller compacted concrete, Description striping; as well as underground work at the utility adjustment, signing, striping and the various locations, which incorporated sanitary construction of PCC curb and gutters, curb ramps, sewer system repairs (with CIPP lining)„ new driveways, cross gutters and sidewalks. The city of water mainline installation including the service Santa Fe Springs provided an offsite (yet close to laterals, smart metes, fire hydrants and the jobsite) lot that contained a mobile asphalt plant to induct and mix the materials needed for appurtenances. the roller compacted concrete, which was then transported to the job site. Start Date October 2020 June 2019 • End Date February 2021 January2020 Contract Amount $ 3,468,000 $ 3,444,361 Sully-MillerContracti ng Company 113 5 SState College Boulevard, Suite 400 1 Brea, CA92821 1714.578.96001info@sully-miller.comisully-miller.com U!. SCOWFACG CO. ULLY-MIANv Project Experience Project Location Inglewood, CA Reseda, CA Project Owner City of Inglewood City of Los Angeles Contact Name Hunter Nguyen Courtney Luc Contact Role/ Position Associate Engineer Project Manager Telephone (310) 412 — 5333 (213) 847 — 2354 Email hhunter0bcitYofing1ewood,oL9 courtney.luc cDlacity.org Located directly off of Prairie Avenue sits the At just under a mile, this four lane arterial required Forum, an iconic entertainment venue, and the (at more than just a standard grind and overlay. On the time) currently under construction Sofi top of the cold planning, hot mix asphalt Stadium. Both of which bring heavy traffic to this placement, base application and minor concrete two mile stretch of a six lane arterial. The scope of work, this job's scope of work also included, traffic Project work for this improvement project included signal construction/relocation, minor electrical Description surveying, traffic control, over 500,000 square feet work, utility adjustment and a large amount of of cold planning, construction of hot mix asphalt beautification work. The beautification work and asphalt rubber hot mix, placement of base encompassed the construction of tree wells, tree material, almost 1000 cubic yards worth of planting, mulch placement, top soil furnishing, concrete improvements, utility adjustment, almost 10,000 square feet of landscaping and the signing, striping, and traffic loop restoration. application of cobblestone. Start Date February 2020 April 2020 End Date July 2020 May 2021 Contract Amount $ 3,258,000 $ 2,623,000 Sully -Miller Contracting Company 1 1 35SStateCollegeBoulevard,Suite40018rea,CA92821 i 714.578.96001 info@sully-miller.com I sully-miller.eom &I —a. CQNCLiACtING CO. SULLY -MILLER Project � ca�.�s m�nrun Experience e0 7Project Location Boron, CA Palmdale, CA Project Owner County of Kern City of Palmdale Contact Name Michelle Burns-Lusich Marc Zuber Contact Role/ Position Public Works Manager Public Works Project Manager Telephone (661) 882 — 8861 (661) 267 — 5300 Email burns-lusichQkerncounty.com mzuber(cbcilyofpalmdale,org To preserve the historical significance of the Twenty Mule Team Road, where a majority of the work for this project had been done, constructing and/or reconstructing the pedestrian pathways This project called for a mass amount of pavement and the asphalt of the road itself was completed to be cold planed and repaved, over one million with much care and respect. Adding up to almost square feet, and required a polymer modified Project four miles in distance, the job itself had notable asphalt concrete instead of conventional hot mix Description concrete and asphalt quantities for a two-lane asphalt or rubberized hot mix asphalt. This project road, consisting of over 1000 cubic yards of also included surveying, striping, marking, utility Portland cement concrete and over 5000 tons of adjusting, and traffic control within its scope of asphalt cement. The complete scope of work for work. this project included constructing Class 1 bike paths, multi -use paths, sidewalks, curbs, gutters, curb ramps, drive approaches and paving hot mix asphalt concrete. Start Date May 2020 July 2021 End Date November 2020 August 2021 - Contract Amount $ 2,536,331 $ 2,067,000 Sully -Miller Contracting Company 1 1 35SStateCollegeBoulevard,Suite4001 Brea,CA92821 1 71 4.578.96001 info@sully-miller.com I sully-miller.com DocuSign Envelope [D: E93061F8-0029-4AB9-83E0-B2ADS942F288 CERTIFICATION OF NON! SEGREGATED FACILITIES Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City project No. M0142 City of Santa Clorita, 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 ofsubcontracts 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. Sully -Miller Contractinq Com BIDDER - 'Jelff Galterio, Assistant Secretary Required by the May 19, 1967 order on Elimination of Segregated Facilities, bythe Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968—p. 3065). ©ocu5ign Envelope ID: E93D61F0-0029-4AB9-a3E0-B2ADB942F2B8 BUYAMERICA CERTIFICATION ,(STEEL OR MANUFACTURED PRODUCTS) 61 FIR 6302 Feb. 15 1996 as amended at 74 F1R 30239 June 25 2009 Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California General Requirement (as stated in 49 CFR 661.51 (a) Except as provided in 49 CrR 661.7 and 49 CFR 661.11, no funds may be obligated by FTA for a grantee project unless all iron, steel, and manufactured products used in the project are produced in the United States. (b) All steel and iron manufacturing processes musttake place in the United States, except metallurgical processes involving refinement of steel additives. M The steel and iron requirements apply to all construction materials made primarily of steel or iron and used in infrastructure projects such as, transit or maintenance facilities, rail Imes, and bridges. These items include, but are not limited to, structural steel or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or iron used: as components or subcomponents of other manufactured products or rolling stock, or to bimetallic power rail incorporating steel or iron components. (d) For a manufactured product to be considered produced in the United States: (1) All of the manufacturing processes for the product must take place in the United States; and (2) All of the components of the product must be of U.S. origin. A component Is considered of U.S, origin if it Is manufactured in the United States, regardless of the origin of its subcomponents. If steel, Iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each bidder or offeror in accordance with the requirement contained in 49 CFR 661.13(b). Certificate of COMPLIANCE with Buy AmuIca Requirements. The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.G. 53236F)(1), and the applicable regulations in 49 CFR part 66.1. Company Sully -Miller Contracting Company Name Jeff Galterio Title Assistant Secretary Signature Date February 23, 2023 Certi kate of NON-COMPLIANCL with 3uV America Steel or Manufactured Products Re uirements The bidder or offeror hereby certifies that it cannot Comply with the requirements of 49 U.S.C. 5323()), but it may qual j,1 far on exception to the requirement pursuant to 49 U.S.0 5323())(2), as amended, and the applicable reguiatlon: In 49 C. F. R. 661.7. Company, Name Title DocuSign Envelope ID: E93D6lF8-0029-4AB9-83E0-B2ADB942F288 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CEP-22-23-MO142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarlta, 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 R1DDF.R 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. Sully -Miller Contracting Com BIDDER " WIT Galterio, Assistant Secretary Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor -- 32 F.R. 7439, May 19, 1967 (F.R. Val. 33, No. 33 — Friday, February 16, 1968—p. 3065). kt;c N 2A 1$3 DocuSign Envelope ID: E93D61F8-0029-4AB9-83E0-132ADB942F2B8 DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-MD142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarffa, California Listed below are the names and locations of the places of buslness of each subcontractor, supplier, and vender who will perform work or labor or render service In excess of X 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 OBE. If no Suhrnntractors will he used fill nut the form with NA. Add adds, sheets if needed. Subcontractor DIR Registration No-* Dollar Value of Work (?c\ k0�Ip 4 0 Age of firm: DBE Yes d Annual Cross Receipts., Certifying Agency:s Od c7 f� Location and Place of Business 5-'� N av '." C 4, t+c)2 Bid Schedule Item No's: BASE 3�'� 0 Description of Work 1,; ,3 S " � '— License No. Exp. Date: / / Phone( ] 4 5ca2 ZLj?� - a5o DIR Registration No,* Dollar Value of /S�ubcantractor L+�1 p/.�. k 0 00 00 �_12 (Work bs O'0(D(D C� Age of firm: DBE. M No Annual (cross Receipts: Certifying Agency: 4© o (© o p ao. O v e9 )c Location and Place of Business tot Bid Schedule Item No's: Description of Work � � n License No. -)(S4 Sack Exp, Date: / / Phone ) S t0 1�1 �'-ti-+ - Subcontractor DIR Registration No.* Dollar Value of Work /r: t I oG -iC k to � t , 0 -t� � 4-,r t 'T- S aw Age of firm: DBE, & No Annual Gross Receipts, - e -�' r CertifyingAgency: 03 3 Location and Place of Business '14 4 sA-. Ate.5 v, c 4 aL 0 4 Bid Schedule Item No's: �2_ des£ B la Description of Work v $ & Leo License No. `5,L 5S Exp. Date; / / Phane f j ­J�- t S 7-0 - 40Zl,. —1 wurt: A 151 UVIA cr supmntractor Snell not be qua IIfled 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 pursuantto Section 1725.5 of the Labor Code, it is not a vlolation 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 Coda, 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 (cammerdrig wfth section 1720) of the California Labor Code. DocuSign Envelope ID: E93DS7F8-0023-4A138-83E0-B2ADS942F2B8 DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Cfaritar 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 rendar service in excess of %of 1 percent, or $10,Mo (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required If sub -contractor €s participating as a DBE. if no Suhrnntrartors will bp used fill nut tha form with NA. Add adds. sheets if needed. Subcontractor DIR Registration No-* Dollar Value of Work E 6 5 I t moz� y-i-B,. $ 34,01X ' Age of firm: DBE: Yes Na Annual Gross Receipts: Zu Certif&g Agency: S ,; Location and Place of Business CJeDya� C_%t , 04S Sk. * IDI )Description Bid Schedule Item No's: of Work 13-14,S0-sty'12-7-1 AA j,,�t',_IF U{ liki v� License No_ Exp, Date: S /.fit / Phone ( } 5 311 Cog S5(- z�s - caby Subcontractor DIR Registration No.* Dollar Value of Work 1.3 J .2_1 c+e .7W' Age of firm: DBE: Yes I9 Annual Gross Receipts: Z� Certifying Agency: IS w;l t Location and Place of Business 1 d2`lp So, yCA- f- *J-k4.-7CA 0. t-1 sz r , Bid Schedule Item No's: Description of Work i_Z� r u-XL M;h• ­S. HC License No. Exp. Date: / / Phone ( } SL9,_S7 55I- (4z - Ib4l Subcontractor DIR Registration No.* Dollar Value of Work QG cv� 1©� ©t�3 i 5? o0c) ` Age of firm: DBE: r`� No Annual Gross Receipts; Certify Agency: VS. a0p, D d Q Location and Place of Business 1 24 9,+o Pt' i '--\ I\v � Bid 561hedule Item No's: Descriptiion� of Work License No. Exp. Date: / / Phone � ) 1 L-) \ NOTE: A BiDDER ar subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Pubic 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 5ection 1725.5 ofthe 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 Professlons Code or by Section 10164 or 20103.5 of the PubGC 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. DocuSlgn Envelope ID: E93D64F8-0029-4ABO-83E0-82AD]3942F2B8 Local Assistance Procedures Manual EXH-RiT 10-Q Disclosure of Lobbying Activities EXHIBIT IO-Q DISCLOSURE OF LOBJ3YING ACTiVITIEs COMPLETE THIS FORM TO DISCLOSE LOBBYINCY ACTI'VI`CIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: EL contract a. bidfoffcr/application a. initial b. grant b. initial award b. material change c- cooperative agreement e. post -award d. loan For Material; Change Only: e. loan guarantee year_ quarter f loan insurance date of last report 4. Name and Address of Reporting Entity S. If Reporting Entity in No.4 is Sub awardee, Enter Name and Address of Prime: Prime E] Subawardee N/A Tier_, if known Congressional District, if known Congressional District, if known 6. Federal Department/Agency: 7. Federal Program Name/Description: 8. Federal Action Number, if known: K Name and Address of Lobby Entity (If individual, last name, first name, MI) 12. 13. 15. CFDA Plumber, if applicable 9. Award Amount, if known: It. Individuals Perforrning Services (including address if different from No. 10) (last name, first name,lV1I) (attach Continuation Sheet(s) if necessary) Amount of Payment (check all that apply) 14. Type of Payment (check all that apply) $ actual El planned a. relawer b, one-time fee Form of Payment(check all that apply): c, commission a_ cash d, contingent fee b, in -kind; specify: nature a deferred Value f, other, specify Brief Description of Services Performed or to be performed and Datc(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheets) if necessary) 16. Continuation Sheets) attached: Yes ® No El 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to31US.0 Print Name Jeff Gaiterio 1352. This info --oration will be reported to Congress semtatmuallyand will beavi lableforpublicInspection. Any Title: Assistant Secretary parson who fails to Ste the required disclosure shall be subject to a civilpeualty ofnet less than $10,000 and notmore than $100,000 for each such failure. Tacpltone No,: 714/578-9600 Datc; 02/23/23 Federal Use Only: 04-28-06 Distribution: Orig- Local Ageney Project Files Authorized for Local Reproduction Standard Form - LLL Page 1 LPP 13-01 May 8, 2013 DocuSign Envelope ID: E93DSiF8-0029-4AB9-83ED-B2AD9942F2B8 Local Assistance Pracedures Manual LX1181T 10-Q Disclosure of Lobbying Activities NSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DIsCI.oST."oF LOBRYINGACTIVI'TiES This disclosure form shall be completed by the reporting entity, whether- subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U_S,C. Section 1352, The filing of a form is required for such payment or agreement to snake payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred, Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter lime full namme, address, city, state, and zip cods of the reporting entity. Include, Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a primmmc or subaward recipient. Identify time tier of the subawardee, e.g., the fastsubawardee of the prime is the first tier. Subawards include but arc not l'nnited to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 checks "subawardee" then enter the full name, address, city, state, and zip rode of the prime federal recipient. Include Congressional District, ifkmmown. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1). I:f known, eater the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) nutimber, Invitation fbr Bid (LFB) number, grant announcement number, the contract grant, or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e,g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. 'Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. 1.1_ Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle initial (Ml)_ 12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item I0). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 13. Check all boxes that apply. Upayment is trade througli an in -kind contribution, specify die nature and value of the in -kind payment. 14. Check all boxes that apply. ifother, specify nature. 15. Provide a specific and detailed description of the scmvices that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officers) ernployee(s) or Member(s) of Congress that were contacted. 16. Check whether or not a continuation sheet(s) is attached. 17, The certifying official shall sign and date the form, and print hislher name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of infotmation, including suggestions for reducing this burden, to the Office ofManagement and Budget, Paperwork Reduction Project (0349-0046), Washington, D.C. 20503. SP- LLL instructions Rev. 06-04 .Page 2 UP 13-01 NUy 8, 2013 DocuSign Envelope ID: E93061F8-0029-4A69-83E0-82ADB942F298 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California Sully -Miller g p Contracting Com an This bidder j6roposed subcontractor*********************** . _ hereby certifies that it has XX , has not , participated in a previous Contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 1092S.11114, or 11246, and that it has XX , 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: Sully -Miller Contracting Company By: Title, Jeff Galterio, Assistant Secretary Date: February 23, 2023 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 bythe Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U-S. Department of Labor. DocuSign Envelope ID: E33D6iF8-0029-4AB9-83E0-B2ADB942F2B8 PROPOSAL FORM Bid #CIP-22-23-MO142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clorita, California TO THE CITY OF SANTA CLARITA, AS CITY. In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to fernlsh 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 mannerand time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, 1NSTRUCTIONSTO 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 setforth 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 Pees forthe project's duration. In case of discrepancies in theamnunts bid, unit pricesshall govern over extended amounts, and words shall govern overflgures. 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 contraetto 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, atthe CITY's option, be considered null and void. Company Name: _Sully -Miller Contracting Company Company Address: 135 S. State College Blvd., Ste. 400 Phone: Brea, CA 92821 714/578-9600 Emall: bids a@sully-miller.com By: Jeff Galterio Print Name Title: Assistant.Secretary Signature: Date: February 23, 2023 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On March 4, 2023 before me, Date J. Daniels, Notary Public Here Insert Name and Title of the Officer personally appeared Jeff Gaiterio 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. *my J. DANIEiS Notary Public - California Orange CauntyCommission # 2377975 Comm. Expires Oct 9, 2025 Place Notary Sea! 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 official seal. Signature i' Signature of Notary Public J. Daniels, Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Proposal -Signature Page Number of Pages: 1 Document Date: February 23, 2023 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterio Signer's Name: X Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contracting Company 02014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuS€gn Envelope V E93DBIF8-0029-4AB9-83EO-82ADB942F288 REFERENCES Bid #€C[P-22-23-MO142 2021-2022 Federal Resurfacing Project City Project No. M0142 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 differentthan instructions above, the scope of work/specifications shall govern: 2. 3. **Please See Attached List of Project References** Name and Address of owner/Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work mate Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds; *Please See Attached List of Sureties** Project Experience SULLY - MILLER CONTRACTING CO. A COLAS COMPANY Mai! SULLY -MILLER Project Experience CoNTMMNG Co. • { �I Project Full Name > Construction on Route from k Hill f to Bear Valley Rd. Route 210 ADA Curb Ramp Upgrade Project . LA County from the Sunland Blvd. crossing Project Location San Bernardino County CA (Tujunga CA) to Baseline Rd. crossing (Upland CA Project Owner CALTRANS CALTRANS Contact Name John Santos John Santos Contact Role/ Project Manager Project Manager Position Telephone (951) 538 - 5315 (951) 538 - 5315 Email john.santos@dot.ca.gov john.santos(udot.ca.gov Reaching a project boundary length of almost ten This 23-million-dollar project wasn't just a "run of miles, the amount of unique worked that is the mill construction project, this project was a required by this project is on an immense scale. design -build project that required all of the curb The scope of work consists of scheduling; ramps an the on/off ramps and frontage roads mobilization and demobilization -,traffic control; along the 210 freeway to be reconstructed to temporary barricade and fencing placement; comply with current ADA standard codes. The temporary and permanent striping/marking; project limits extended a total of approximately 41 temporary crash cushion installation; landscaping miles that begun 1.4 miles west of the Sunland that included clear and grubbing, roadside Boulevard undercrossing and ended just 0.1 miles Project clearing and over two million square feet of . east of the Baseline Road undercrossing.The Description hydroseeding; over 110,000 cubic yards of projects scope of work consisted of upgrading 264 aggregate base placement; cold milling; HMA ADA curb ramps, installation of accessible a application; concrete work which included pedestrian signal systems, and the installation of flafin+ork, curb and gutters, and sidewalks; pedestrian countdown timers. This project, due to stripinglmarking; electrical work that involved its vast length along the 41 mile stretch of the 210 signal construction, ramp metering construction, freeway, creates unique challenges that are and lighting system installation; as well as a being overcame by the Sully -Miller considerable amount of underground work such team'scurrently resilience and desire to challenge the as pipe culvert construction, pipe and down drain rdina ordinary. o construction, and pipe liner application. Start Date November 2021 January 2022 • End Date Est. December 2024 Est. January 2024 Contract Amount $ 121,672,000 $ 23,680,000 Sully-MIIIerContractingCompany 1135 SState College Boulevard, Suite400 I Brea, CA92821 1 714.578.96001 info@sully-miIler.com I sully-miIIer.com M SULLY-MILLERmw Project Experience CONTRACTING CO. n coos wHvaHr Project Location Project Owner Contact Name Contact Role/ Position Telephone Email Project Description Start Date End Date Contract Amount 2020 Overlay and Resurfacing Spring Valley Lake ADA Ramps. Various Roads Program Thousand Oaks, CA Spring Valley Lake, CA City of Thousand Oaks County of San Bernardino Michelle McCarty Joseph Schweitzer Project Manager Supervising Engineer (805) 449 -- 2477 (909) 387 — 7936 mmcarty{c�toaks.orq joseph.shweitzer(ddpw.sbcountygov This almost $13 million dollar job was for Thousand Oaks' annual pavement rehabilitation program. This project's boundaries covered an The Spring Valley Lake project was a vast -scale extremely large area, just over 63 square miles, project that required the cold milling and re -paving which presented a unique challenge for overall of over 120 separate locations within a 2.25 construction planning. The scope of work for this square mile project boundary. The project's scope project covered a majority of cold milling and hot of work included minor concrete work (such as mix asphalt and rubberized hot mix asphalt ADA curb ramp, curb and gutter, spandrel, paving, but also included an enormous amount of driveway and retaining curb construction), cold full section removal and replace (almost 142,000 milling (over 2,000,000 square feet worth), square feet), the removal and replacement of over grading, placing asphalt concrete (including 200 curb ramps, over 8,000,000 square feet of asphalt rubberized hot mix), utility adjustment and crack seal application, a large quantity of striping/marking work. microsurfacing/slurry seal, utility adjusting, striping/marking and some. May 2020 September 2019 December 2020 April 2020 $ 12,995,708 $ 12,448,000 Sully-MillerContracting Company 11 35SStateCollegeBoulevard,Suite4001 Brea, CA92821 1714.578.96001info@sully-miller.comlsully-miller.com MEO SULLE ILR CONTR_C7 ­­ CO. Project Experience !r * t t�G . 7 Project Castaic, CA Compton, CA Location Project Owner Los Angeles County Department of Public Works City of Compton Contact Name Victorio Monteil John Strickland Contact Role/ Project Manager Project Manager Position Telephone (626) 300 — 3267 (310) 605 — 5505 Email vmonteiI(a)dpw.lacounty.gov Istrickland(a)comptoncity.org This project consists of the design and construction of a Sheriffs Department Emergency Vehicle Operation Center (EVOC) which will be used to train Sheriffs personnel on safe operation of vehicles operated at high speed and on normal Stretching over seven miles in three separate city streets. It includes a 5,000 square foot locations, the second phase of Compton's classroom building with offices, locker rooms, reconstruction project was completed with a heavy storage, a kitchenette, and restroom facilities„ a 44 amount of materials and man -power. The scope of acre high-speed track, with pursuit track area, a work for this job encompassed cold milling and • Project skid pan for training personnel on how to operate pavement overlay, base application, full depth Description vehicles in slippery road conditions and a collision reconstruction, concrete construction (curb and avoidance track to practice avoiding other vehicle gutter, sidewalks, driveways, cross gutters, alley or objects in emergency situations. There is also intersections, and curb ramps), pavement a training vehicle parking lot, as well as a separate striping/marking, utility adjusting and traffic loop employee and class attendee parking lot. The installation. itemized scope of work includes the design and construction of grading, base and asphalt concrete construction, civil construction work, structural work, electrical, underground fire/water system construction, demolition and landscaping. Start Date March 2020 October 2021 • End Date February 2022 Est. July 2022 Contract Amount $ 10,790,000 $ 6,465,000 Sully-MiIIerContracting Company I 1 35 SState College Boulevard, Suite 4001 Brea, CA928211714.578.96001 info@sully-miller.com I sully-miIler.com MIO SULLY -MILLER Cam- -ANYCO. Project od Opp t 2020 Spring Program Project Full Name > Project Location Lancaster, CA Santa Clarita, CA Project Owner City of Lancaster City of Santa Clarita Contact Name Vickie Zhao Julia Regan Contact Role/ Position Assistant Engineer Project Manager Telephone (661) 945 — 6869 (661) 255 — 4301 Email vzhao(p-)cityoflancasterca.org jregan(ct7,santa-clarit_a.com Totaling to a distance of over four miles, this project not only included the rehabilitation of almost a one -mile portion of two-lane arterials, but With a proposal plan of a base bid and seven also encompassed the reconstruction of over three alternates, the shear breadth of the Santa Clarita • miles of 10t" Street West in Lancaster CA, which is annual overlay project had its initial challenging one of Lancaster's largest arterial roadways. elements. Not only did the scope of work include e Project Sitting at six lanes wide, the reconstruction called general key -cut grinding, cold planning and overlay Description for a mass amount of hot mix asphalt concrete, of various hot mix asphalts, but there was also a over 12,000 tons, and asphalt rubber hot mix significant amount of full depth removal and concrete, over 13,000 tons. However, this project replace, as well as utility adjusting, traffic loop did not only include the planning and paving of installation, striping/marking and some minor asphalt, the scope of work also included curb ramp concrete work. reconstruction, minor electrical work, slurry seal application, aggregate base application, and signing, striping, and marking. . Start Date September 2020 July 2019 • End Date December 2020 December 2019 Contract Amount $ 6,252,000 $ 4,480,399 Sully-MiIIerContracti ng Company 1135 S State CoIlegeBoulevard, Suite 400 I Brea, CA92821 l 714.578.96001 info@sully-miller.com I sully-miIIer.com SUL�ILLER CONATRAINNG CO. Project Experience Project Location Project Owner Contact Name Contact Role/ Position Telephone Email Project Description Start Date End Date Contract Amount rwill I 01119VIA II [got Lynwood, CA Santa Fe Springs, CA City of Lynwood City of Santa Fe Springs Noe Martinez Robert Garcia Public Works Assistant Associate Civil Engineer (310) 603 — 0220 (562) 868 -- 0511 nmartinez cr_lynwood.ca.us robert.garcia@santafesprings.org At just over a mile long and exiting in a location With ajob location spanning overfive square miles ''Within a heavy industry district in Santa Fe Springs, in six different unique locations, this project proved Greenstone Avenue needed an overhaul to say to have challenging aspects not only from its the least. The full scope of work included with this location, but also with its broad scope of work. This project was cold milling of asphalt concrete, job included level work such as street resurfacing, applying a new layer of asphalt rubber hot mix various types of concrete work, traffic signing and asphalt, application of roller compacted concrete, striping; as well as underground work at the utility adjustment, signing, striping and the various locations, which incorporated sanitary construction of PCC curb and gutters, curb ramps, sewer system repairs (with CIPP lining), new driveways, cross gutters and sidewalks. The city of water mainline installation including the service Santa Fe Springs provided an offsite (yet close to laterals, smart metes, fire hydrants and the jobsite) lot that contained a mobile asphalt plant to induct and mix the materials needed for appurtenances. the roller compacted concrete, which was then transported to the job site. October 2020 June 2019 February 2021 January 2020 $ 3,468,000 $ 3,444,361 Sully-MillerContractingCompany 1135SStateCollege Boulevard, Suite 4001 Brea, CA92821 1714.578.96001 infoPsully-miller.com I sully-miller.com SUL�ILLEtt oNT �ICO.Project Project Location Project Owner Contact Name Contact Role/ Position Telephone Email Project Description Start Date End Date I Contract Amount W 9 15 Inglewood, CA Reseda, CA City of Inglewood City of Los Angeles Hunter Nguyen Courtney Luc Associate Engineer Project Manager (310) 412 — 5333 (213) 847 -- 2354 hhunter(a7cityofinglewood.org courtney.lucC)Iacity.org Located directly off of Prairie Avenue sits the At just under a mile, this four lane arterial required Forum, an iconic entertainment venue, and the (at more than just a standard grind and overlay. On the time) currently under construction Sofi top of the cold planning, hot mix asphalt Stadium. Both of which bring heavy traffic to this placement, base application and minor concrete two mile stretch of a six lane arterial. The scope of work, this job's scope of work also included, traffic work for this improvement project included signal construction/relocation, minor electrical surveying, traffic control, over 500,000 square feet work, utility adjustment and a large amount of of cold planning, construction of hot mix asphalt beautification work. The beautification work and asphalt rubber hot mix, placement of base encompassed the construction of tree wells, tree material, almost 1000 cubic yards worth of planting, mulch placement, top soil furnishing, concrete improvements, utility adjustment, almost 10,000 square feet of landscaping and the signing, striping, and traffic loop restoration. application of cobblestone. February 2020 April 2020 July 2020 May 2021 $ 3,258,000 $ 2,623,000 Sully-MillerContracting Company 1 1 35 SState College Boulevard, Suite 4001 Brea, CA92821 1 714.578.9600 1 info@sully-miller.com I sully-miller.com SULLY-MIu e.R Co��b. .«1Project Experience .. Project Location 7 Boron, CA Palmdale, CA Project Owner County of Kern City of Palmdale Contact Name Michelle Burns-Lusich Marc tuber Contact Role/ Position Public Works Manager Public Works Project Manager Telephone (661) 882 — 8861 (661) 267 — 5300 Email burns-lusich(cokerncounty.com mzuberPcityofpalmdale.or_q To preserve the historical significance of the Twenty Mule Team Road, where a majority of the work for this project had been done, constructing and/or reconstructing the pedestrian pathways This project called for a mass amount of pavement • and the asphalt of the road itself was completed to be cold planed and repaved, over one million with much care and respect. Adding up to almost square feet, and required a polymer modified • Project four miles in distance, the job itself had notable asphalt concrete instead of conventional hot mix Description concrete and asphalt quantities for a two-lane asphalt or rubberized hot mix asphalt. This project road, consisting of over 1000 cubic yards of also included surveying, striping, marking, utility Portland cement concrete and over 5000 tons of adjusting, and traffic control within its scope of asphalt cement. The complete scope of work for work. this project included constructing Class 1 bike paths, multi -use paths, sidewalks, curbs, gutters, curb ramps, drive approaches and paving hot mix asphalt concrete. Start Date May 2020 July 2021 End Date November 2020 August 2021 Contract Amount $ 2,536,331 $ 2,067,000 Sul ly-MiIlerContractingCompany 1135SState CoIIegeBoulevard,Suite400I Brea, CA92821 1 714.578.96001 info@suIly-miIIer.com I sully-miHer. corn SULLY -MILLER CONTRACTING CO. License, 747612A 135S. fir cte CoJ,;e e ivd., S E. 400 0 Brea., A 9282 7 RHONE ? ? 4-5?8-9600 The Following are the names, addresses, and telephone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds: Agent for Surety: Willis Towers Watson Insurance Services West, Inc. 2010 Main Street, Suite 1050 Irvine, CA 92614 Phone 949/885-1206 FAX 949/885-1225 Contact: Victoria Campbell Surety : Liberty Mutual Insurance Co. 8044 Montgomery Road Suite #137 Cincinnati, OH 45236 Phone 513/984-2222 X 321 FAX 513/984-3165 Contact: Kelley Brown Surety: Berkshire Hathaway Specialty Insurance 1314 Douglas Street Omaha, NE 68102 Phone 770/625-2509 Contact: D.J. Conroy Insurance: Liberty Mutual Group 1133 Avenue of America New York, NY 10036 Phone 800/227-9887 Ext 443 FAX 212/391-1954 Insurance: Marsh USA 445 South Street Suite 210 Morristown, NJ 07962 Phone 973/401-5151 FAX 9731401-5045 Contact: Anton Schmitt DocuSlgn Envelope 11): E93D61FB-0029.4AB9-83E0-B2ADS942F2B8 Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Coutujiitment ExmiT 15-G CONSTRUCTION CONTRACT DBE CommiTMENT 1. Local Agency. City of Santa Clarlta 2. Contract DBE Goal: 22% 3. Project Description: 2021-2022 Federal Resurfacing Project 4. Project Location: Various Locations 5. Bidder's Name: Sully -Miller Contracting CompanY Prime Certified DBE: © 7. Bid Amount7. 1 •v_s) u r1�1 ! B. Total Dollar Amount for ALL Subcontractors: it � s 9. Total Number of ALL Subcontractors: 6 10. Bid Item Number 1 i, Description of Work, Service, or Materials Supplied 12. DBE Certification Number 13. DBE Contact Information (Must be cerhtied on the date bids are opened) 14. DBE Dollar Amount VAft;}cVV7 tL OIL I- ILA 511e.4AJA70;-'1' 9si-!alla- zAv5 �:V, {JCJyMiOJ61TZ-d' >fGil. koziC)IT _ 13105 n-1;-IT6616 &Ui�l 4150erv1;1 C.6-14,.�qO3 Cr: Z. w, rMl thy! = L-30L 4 tall;e-,� C611 V>�}Ou� ��(�}►aL'L ��Zli%? it�55� 4tat�alaa.L� eurS.s, �u,•r•r!�¢. i 4t� `io 6GCa 1��,�� 17 Local Agency to Complete this Section upon Execution of Award 15. TOTAL CLAIMED DBE PARTICIPATION 54v;, IS"3'•caG , 21. Local Agency Contract Number: 22. Federal-Ald Project Number 9-W Q 23, Bid Opening Date: �Z'f 24. Contract Award Date: 25. Award Amount: Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. 26. Local Agency Representative's Signature 27. Date 28. Local Agency Representative's Name 29. Phone 30. Local Agency Representative's Title IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Names of the First Tier DBE Subcontractors and their respective Item(s) of work listed above must be consistent, where applicable with the names and items of the work In the "Subcontractor List" uhmitted with your bid. Written confirmation of e ed I equlr February 23, 16. r p rer Signature 17. Date Jeff Galterio 714/578-9600 18. Preparees Name -T 19. Phone Assistant Secretary 20, Preparer's Title DISTRIBUTION: 1. Original -- Local Agency 2. Copy - Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result In de-obligatlon of federal funds on contract. 3. Include additional copy with award package. UP 18-01 Page 1 of 3 January 2019 **To Be Submitted within 48 Hours AFTER Bid Close** DocuSign Envelope ID: E93D6tF8-0029-4AB9-83Eo-B2AD3942F2B8 Local Assistance Procedures Manual )exhibit 15-H Proposer/Contractor Good Faith Effort EXHIBIT 15-H: PROPOSERICONTRACTOR GOOD FAITH EFFORTS Cost Proposal Due Date Federal -aid Project No(s). STPL-5450(102) Bid opening Date March 9, 2021 P EICE CON The City of Santa Clarita established a Disadvantaged Business Enterprise (DBE) goal of 22.00c for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five (5) calendar days from cost proposal due date or bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-01: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the DBE✓ goal. This form protects the proposer's or bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled "Submission of DBE Commitment' of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a requestfor DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the ❑BFs were interested (please attach copies of solicitations, telephcne records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates Page 1 of 3 May 2020 DocuSign Envelope Id: E93D69F8-0029-4AB9-83E0-B2ADB942F2B8 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort C. The items of work made available to DBE firms Including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE contract goal. Items of Proposer or Bidder Breakdown of Amount Percentage Work Normally Performs Item Items M Of (YIN) Contract Pick 1 0.00% Pick - Pick Pick 0.00% 0.00% 0.00% D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs; Names, addresses and phone numbers of firms selected for the work above: E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtairing information related to the plans, specifications and requirements for the work which was provided to DBEs: Page 2 of 3 May 2020 DocuSign 5nvetope 1U: E9308iF8-0029.4A8g-83EQ-B2ADE942F288 Local Assistance Procedures Manual Exhibit 15µH Proposer/Contractor Good Faith Effort F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance In contacting, recruiting and using GIBE firms (please attach copies of requests to agencies and any responses received,1,e., lists, Internet page download, etc.): Name of Agency/Organization MethodlDate of Contact Results H. Any additional data to support a demonstration of good faith efforts: Page 3 of 3 May 2020 OocuEkn ,n> Avelopmaca ID: E93b61F"(12.9-4A89-93EO-H2ADB942F2HB r nai:��c Exhibit 17-0 Digadvautaged Business Enterprises (DBE) Certi6c.Alion Statlts Change NIA Fix=iT 17-0 DISADVANTACIED ]RUSTNESS ENTEile um (DBE) CERTIFICATION STATUS CHANGE 1. Local Agency Contract Number 2, Federal-Atd Project Number 3. Local Agency Clty of Santa Clatila 4. Contract Completion Date * ContraatorlCOnsultan[ 6. Business Address 7. Final Coniraa Alnount E. Contract Item Number 9. DBE Contact Information 10DBE Wtiticallon Number 11. Amount Pald Whife Cerhfiad 17. Cwtifr-^srinnl Decertification Data LCttcr AEtach 18, Comments If thara were no changes h the OS6 Indkoteon the famt. ICERTIFYTHATTHE El EINFORMATIONISCOMPLt:TEANDCORRECT 14. ContraclorlConsullant ReprasentattWs Signature 16. 11tlactorlConsWent RBpteseniatives Name 16. Phone 17. Date I CERTiFYTHAT TH£ CONTRACTING RECORDS AND OWSITE PERFORMANCE OFTHE DBEp HA& BFFN € UNITORED 18, Local Agency Representative's Signature 19. Lgcaf Agency Roprosentallve's Name Diana Previrira 20, Phone f5f 2a44486 21. Date 06TRiBUT[ON: ntignai- LmalAgericy,copy--CaltransDIstcictLoniAsellaneaEngisneer.fnciudevhthFinalReportofExpeneituras neA NOTIcEz Far tndlviC ds Wti seasoryd15ab9ees, this documtnl �D available In of rnala fwmals, Fo lararmatlnn, rats s'R56) 4s;-1231, LaraI "Ktams* Proneeures Manual TTY 711, orwdte to Records and Forms Nanagemen;112n HStrael, MS-a4, Sacremonto.OA 95614. Page 1 of 2 July 23, 2015 RocuSlgn Envelope to. E93D61FMC29-4AB9-83EU-B2ADB942F298 Exhibit 17-0 A10-_pl.tf.�b�Srnute 1 SUa.cuuica 1�13i3i111i[ Disadvantaged Business Enterprises (DBE) Certification Status Change INSTRUCTIONS BUSINESS ENTERPRISES (DBE) CERTIFICATION STATUS CHANGE 1. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 2. Federal -Aid Project Number - Enter the. Federal -Aid Project Number_ 3. Local Agency - Enter the name of the local or regional agency that is finding the contract. 4. Contract Completion Date - Enter the date the contract was completed. 5. Contractor/Consultant -- Enter the contractor/consultant's firm name. 6. Business Address - Enter the contractor/consultant's business address. 7. Final Contract Amount - Enter the total final amount for the contract. 8. Contract Item Number - Enter contract item for work, services, or materials supplied provided. Not applicable for consultant contracts. 9. DBE Contact Information - Eater the name, address, and phone number of all DBE subcontracted contractors/consultants. 10. DBE Certification) Number - Enter the DBE's Certification Identification Number. 11. Amount Paid White Certif ed - Enter the actual dollar value of the work performed by those subcontractors/subconsultants during the time period they are certified as a DBE. 12. Certi teadon/Decertification Date (Letter Attached) - Enter either the date of the Decerlification Letter sent out by the Office of Business and Economic Opportunity (OBFO) or the date of the Certification_ Certificate mailed out by OBEO. 13. Comments - If needed, provide any additional infonmtion in this section regarding any of the above certification status changes, 14. Contractor/Consultant Representative's Signature - The person completing the form on behalf of the contractor/consultant's firm must sign their name, 15. Contractor/Consultant Representative's Name - Enter the name of the person preparing and signing the form. 16. Phone - Enter (lie area code and telephone number of the person signing the form. 17. Date - Enter the date the form is signed by the contractor's preparer. 18. Local Agency Representative's Signature A Local Agency Representative rust sign their name to certify that the contracting records and on -site performance of the DBE(s) has been monitored. 19. Local .Agency Representative's Name _ Enter the name of the Local Agency Representative signing the form. 20. Phone - Enter the area code and telephone number of the person signing the form. 21. Date - Enter the date the form is signed by the Local Agency Representative. Page 2 of 2 July 23, 2015 DocuSUn Envelope ID: E93D61F8-0029-4AB9-83E0-B2ADB942F2B8 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 eat seq.) Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California As required by California Public Contract Code section 2204, Proposer certifies that the option checked below relating to Proposers status in regard to the Iran Contracting Act of 2010 (Public Contract Code sections 220D 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 clays 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. CI Los Angeles County has exempted proposer from the requirements of the Iran Contracting Act of 2010 after malting a public finding that, absent the exemption, Los Angeles County will he unable to obtain the goods and/or services to be provided pursuant to the Contract. 11 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 duty authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of California. Contractor Sully -Miller Contracting Company Firm Sign February 23, 2023 Jeff Galterio, Assistant Secretarya Date 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 Dowftn Envelope ID: B93D61F8-Q02"A139-83FQ-B2A17B942F238 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTORISUPPLIERIBROKERIfRUCKER 1FB NO: IF9 TITLE: Name of Prime bidder's firm: Sully -Miller Contracting Company Address: 135 S. State College Blvd., Ste. 400 City: Brea State: CA Zlp: 92821 Name of DBE firm: L MS ) KM n� o � ! Address: Zoo'-,- J . O&te City: a b 011�1 Ju�r _ . State: �.1 Zip: SI Telephone: Description of work to be performed by DBE firm: C, The bidder is committed to utilize the above -named DBE firm for the work described above. The dollar value of this work $ 9OZ 1 arL. cots The percentage value of this work (in comparison to the total contract value) % Lt Affirmation The above -named DBE firm Tafflr�,hh t it will perform the portion of the contract for the values as stated above By Title D - )LA kct 1jcj r If the bidder does not receive award of the prime contract, any and all representations in this letter of intent and Affirmation shalt be null and void. DottOgn BnvWope ID: E93D61F8-0029-059-83E0-52A17B942F298 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTORISUPPLIER/BROKER/TRUCKER IFB NO: IFB TITLE: Name of Prime bidder's firm- Sully -Miller Contracting Company Address: 135 S. State College Blvd., Ste. 400 City: Brea Name of DBE firm: _ Address: 113q a 5 State: CA Zip. 92821 V& -T VLAM & Coymd L AAT-6G} A (iLVD City: O—P-I State: CA- Zip: qD-T-03 Telephone: Description of work to be performed by DBE firm: -mt� kF'G Gv�jTPL The bidder Is committed to utilize the above -named DBE firm for the work described above. The dollar value of this work $ 52., OC'O The percentage value of this work (In comparison to the total contract value) %' Affirmation The above -named DBE firm affirms that it W11 perform the portion of the contract for the values as stated above By KDO 64W MO Title YEG1DL_1 1 If the bidder does not mcelve award of the prime contract, any and all representations in this fetter of Intent and Affirmation shall be null and void. Docuftn Envelope ID: E83D61F9-00294AB9-83E0-92ADB942F2B8 IFB NO: 1FB TITLIr. Name of Prime bidder's firm: Sully -Miller Contracting Company Address: 135 S. State College Blvd., Ste. 400 City: Brea State: CA I zip, 92821 Name of DBE firm: (IO c f_ , I 0 pl�crr111i Address City: State:__L'd_ -- Zip:, r Telephone: Description of work to be performed by DBE firm: d J L (11 /1!',l,rCl�l,1'4i `?r; 'Lc The bidder is committed to utilize the above -named DBE firm for the worst described above. The dollar value of this work $ lb _ f} o ilk -a The percentage value of this work (in comparison to the total contract value) % Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as stated above By Title if the bidder does not receive award of the prime contract, any and all representations in this letter of intent and Affirmation shall be null and void. Docuftn Envelope 1D: E93D6lr8-O929-4AB9-83E0-52ADB942F2B8 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTOR/SUPPL,IERIBROKERITRUCKER IFB NO, IFB TITLE. Name of Prime bidder's firm: Sully -Miller Contracting Company Address: 135 S. State College Blvd., Ste. 400 City: Brea State: CA Zip; 92821 Name of DBE firm: Traffic Loops Crackfilling, Inc. Address: 946 S Emerald St City: Anaheim State: CA Zip:92804 Telephone: 714 520-4026 Description of work to be performed by DBE firm: Traffic Loops, Install Temporary Video Detection System, Traffic Nodes The bidder is committed to utilize the above -named DBE firm for the work described above. The dollar value of this work $ 204,175.00 The percentage value of this work (in comparison to the total contract value) °/a Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as stated abov By Title Vice PresiVnt If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and void. Dourftn Envelope ID: E93D61F8-0029-4AB9-83EO-B2ADB942F2B8 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTORISUPPLIERIBROKERITRUCKER IFB NO: IFB TITLE: Name of Prime bidder's firm: Sully -Miller Contracting Company Address; 135 S. State College Blvd., Ste. 400 City: B rea State: CA Zip; 92821 Name of DBE firm: Reynaga Transportation Inc. Address: 11721 Whittier B vd #560 City: Whittier State: CA Zip: 90601 Telephone: 562-556-3657 Description of work to be performed by DBE firm: Haul dirt, sand, gravel, and aggregate material. The bidder is committed to utilize the above -named DBE firm for the work described above. The dollar value of this work $ ' !C 16 �, oc�a 0c) �� The percentage value of this work (in comparison to the total contract value) % ' ° Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as stated above By 6' 0_ - Title Vice President If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and void. €Jacuftn Envelope JDA E93rS6lF8-0029-4AB9.83r-O-B2ADB942F288 NON -COLLUSION AFFIDAVIT (Title 23 United 5tates Code Section 112 and Public Contract Cade Section 71061 Bid #CiP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No, M0142 City of Santa Clarita, California Ta 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 share; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false orsham hid, and has not directly or indirectly colluded, conspired, connived, oragreed with any bidder or anyone else to pint 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, anyfeeto 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. Docuftn Envelope ICI: F-93©61F8-0029-4AB9-83E0-B2A0B942F2B8 NON -COLLUSION AFFIDAVIT Bid #CIP-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA COUNTY OF l(89XM8M-Y9 ) § Orange Jeff Galterio being first duly sworn deposes and says that he/she is the Assistant Secretarx _ (sole owner, a partner, president, etc.) of the party making the foregoing bid; that: such bid is not made in the interest of or eha of any undisclosed person, partnership, company, association, organization or corporation, that such hid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDERto 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 cast 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 BIDER has not, d€rectly or indirectly, submitted its laid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee €n 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 otherfinancial interest with said BIDDER in his general business. Bidder: 6, j eA J&AA Signat r Title Jeff Galterio, Assistant Secrets CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 rr�°:ct'.e:en^.c zc".�;rcre;�`,cc`��'.s:C'<rc-rc:rc�[`.<:fcrcr•G��� - - - - - . - . - . � . -- - . . - . -_. - - ,�.e�ecC�,cr,<�`.c.C`.c�t��. A notary pubiic 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 March 4, 2023 before me, Date J. Daniels. Natary Public Here Insert Name and Title of the Officer personally appeared Jeff Galterio 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(es), 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. so J. DANIELS j Notary Public - California z Orange County Y • ' +"' :' Commission N 2377975 My Comm. Expires Oct 9, 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 hand and official seal. Signature Si,9nature of Notary Pub Daniels, 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 ar Type of Document: Non -Collusion Affidavit Number of Pages: Document Date: February 23, 2023 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterio Signer's Name: X Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contracting Company ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: E93061FB-0629.4AS9-83ED-B2AD2942F288 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CI P-22-23-M0142 2021-2022 Federal Resurfacing Project City Project No. M0142 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 mound 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 Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 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 shalifurnish the Citywith 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 hecome 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 underthis 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 indemnftees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for anyofthe matters to which Indemnitees Docu&gn Envelope 1D; E930B1F8-0029-4AB9-83E0-B2ADB942F288 are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurringas a result of the City's active negligence or acts of omission. H. 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 lawfor 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 orfrom 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 protectthe 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 an 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 the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening DocuSlgn Envelope Ill: F93D81 F8-0029.4AB9-83FO-B2AD8942F288 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. Autornotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughoutthe 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 foliowingtransfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be rnade payable to the CITY. The CITY will act as a fiduciaryfor all other interests In the Project. Policy shall be provided for replacement value on an "all risk" basisfor the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in anysuch 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 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 poeuSUn Envefopa ID: E93061 F8-00294AB9-B3E0-B2ADB942F2B8 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 [$2,000,0001 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 againstthe 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 pollcy(les) shall not contain anycross-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 Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements rements 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 rpocuS98n Envelope id: 893D89 F8-0029-4AB9-89E0-B2ADB942l;2B8 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 cancelthe 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 underthis Agreement results in an increased or decreased risk in the opinion of the Clty's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. 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:HDate; February 23, 2023 Printed Name: Jeff Galterio, Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) on March 4, 2023 before me, I Daniels, Notary Public Date Here Insert Name and Title of the Officer personally appeared Jeff Galterio 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. J. DANIELS Notary Public - California Orange County r Commission p 2377975 Comm. Expires Oct 9, 2025 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand a official seal Signature VSignature of Notary'75ubfic Daniels, 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 Notice to Bidders Regarding Title or Type of Document: Document Date: Number of Pages: iL1 lgner s t e u an amed Above: Capacity(ies) Claimed by Signer(s) February 23, 2023 Signer's Name: Jeff Galterio Signer's Name: IN Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact El Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contracting Company 002014 National Notary Association - www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 DDcuSign Envelope ID: E93D61FB-0029-4AB9-83E0-B2ADB942F2BS Local Assistance rroceaures manual Exhibit 12-B Bidder's List of Subcontractors (DBE and Nan -DBE) Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non -DBE) - Part 1 As of March 1, 2015 Contractors (and sub -contractors) wishing to bid on public works contracts must be registered with the State Division of Industrial Relations and certified to bid on Public Works contracts. Please register at https:llwww.dir.ca.govlPublic-WorkslContractor- Reg istration .html. The local agency will verify registration of all contractors and subcontractors on public works projects at bid and thereafter annually to assure that yearly registration is maintained throughout the life of the project. In accordance with Title 49, Section 26.11 of the Code of Federal Regulations, and Section 4104 of the Public Contract Code of the State of California, as amended, the following information is required for each sub-contractorwho will perform work amounting to more than one half of one percent (0.5%) of the Total Base Bid or $10,000 (whichever is greater). FEDERAL PROJECT NUMBER: Photocopy this form for additional firms. STPL-5450(102) Subcontractor Name&Location Line Item & Description Subcontract Amount Percentage of Bid Item Subcontracted Contractor License Number DBE (YIN) DSE Cart Number Annual Gross Receipts DIR Reg Number NAME r %W Tt&)— V 4 �cxi 5 CYO Li�Q <$1 mlVion ✓ < $5 million $10 MT111011 city, state f(x1lk�Q�yy3 < 15million LA ►a��, Lb Age of Firm in years 7fj NAME t i-1 Z. yV11 Lt t V6I-A Z tl' SG'.� too y, aL `1 � l N <$1 million < $5 mill Ion < $10 million City, State tf ' 7�tv� < $15 million . ,J,JZJ b Jc�i Lu'i (_ Age of Firm in years 20' NAME Is - 13. i ",7FiQE�i�� ��2L4urv,• . JS�lU 17 -L < $1 million PLC < $5 million <$10 10million City, State A0`iZ�L��S y , Lt".' X>,g1 � � < $15 million Age of Firm in years t [•., 7 NAME ?p 17.E 1 L`StL►'rtt % iT 6r�7J..a lc�c?7 - r <$1 million C, <$5 million c T10 million City, State Icy �•�$� < $15 million Age aF Firm in years NAME 1 L UL'ttLic x L__ puyi l 3' 1 [Ur% % • 05 Zy �{ d ° 3 < $1 million r� tom(, C2AJXS;4Lrr < $5 million < $10 million City, State J-9z4 < $15 million ���ti tW` t Lim Age of Firm in years years NAME • � r :rY 'i�r4L i.OP.i�i2f.rLrCk.Ij✓t/ pa�Tt�L �l �� r �nZ ' S�©! • '4 I "450 <$1million '112r,!;CtLCo. 1 $5 million <$10million City, State / 1 <S15mlllion .,,L L`*V_ o i ! V�^ Age ofFirm in years NAME <$1 million < million < $10 million City, State < $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million Age of Firm in Years NAME I<$1 million < $5 mililon < $10 million City, Stale < $15 mililon Age of Firm in years Distribution —Original: Loca I Agency File; Copy: DLAE w]Award Package Page 1 of 2 September 2021 i ❑ocuSign Envelope ID: F9nD61F8.0029-4AB9-83E0-B2ADB942F2B8 Local 7sts[ance f roccoures ivianuai Exhibit 12-R Bidder's Llstof Subcontractors (DBE and Non -DBE) In accordance wereno Photoc Exhibit 12-B. Bidder's list of Subcontractor (DBE and Non -DBE) - Part 2 with Title 49, Section 26 of the Cod e of Federal Regulations, the Bidder shall list all subcontractors who provided a quote or bid but selected toparticipatoasasubcontractoronthis project, FEDERAL PROJECT NUMBER: pythis form foradditional firms. STPL-5450(102) Sub contractor Name&Location Line Item & Deicriptinre Subcontract Amount Fercentageof ContmclerLicense Number DBE Bid item (YIN) Subeantracted ❑IR Reg Number DSECeriNumber AnnualGru: Receipts NAME �- ! Ul7$i 1 tl - Cu$7711J, < $1 million Aasi. a I<$5million I <:$10million Cily, Stale <315 million N� Age of Firm in years ! NAME 1 is 31 laI A)W1114 7 N lw/ < $1 million S K <$5million <$10million yid to < 5million t Age of Firm in years iS NAME IS-1l tOi"t i r S� S{T�r; f 11'b+t�.,� y $ r teo[ � <$1 mlllian u'r`� � � <$5million <$10mlllicn city, Sidra Y s$15miliian � � Aga of Firm in years I S NAME J 6 _ 7c < $1 million _reli_ < $5 million , $10 million clly, state < $15 milllon ` AgeofFlrm in yeara NAME ISM Su 1 73 w yS.�A i..�, VOW CitySlate p I a 14" 51 r � ` Cc R, J'J � �' (' f<$5milon 10,1000 4104 < $1 million 10,<$15million < 10 mi inn Age of Firm in years is NAME i 11 1'ia.,i �.L 7i-i�i - Ei..ecn � SIS$ � City, Slate V"`•� ��2t�I5 j l iTuli{� <$1 million <$5milllon <$10milllcn x 1 < $15 million Age of Firm in Years NAME 3a-3ti �� r � c` 4ic i.v�c Cr.ci.4,4 (10,1�125� City, State LS Z 95C tW�� C14 3$p�� <$1 million < $5million _ <$lamlffcn <$15 million Age of Firm in years S NAME City, Slats < $1 million < 5mll an < $10 million $15 milliar Age of Firm In years NAMF= city, Slate <$1 million � $5million <$10mfillan Age of Firm 1n years Distribution —Original: Local Agency File; Copy: DLAEw]Award Package Page 2of2 September 2D21