Loading...
HomeMy WebLinkAbout2023-05-23 - AGENDA REPORTS - 2022 23 OVERLAY SLURRY SEAL PRGM M0149Agenda Item: 10 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: May 23, 2023 SUBJECT: 2022-23 OVERLAY AND SLURRY SEAL PROGRAM, PROJECT M0149 - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACTS DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: Approve plans and specifications for the 2022-23 Overlay A project, Project MO149. 2. Approve plans and specifications for the 2022-23 Overlay B project, Project M0149. 3. Approve plans and specifications for the 2022-23 Slurry Seal project, Project M0149. 4. Find the 2022-23 Overlay A, Overlay B, and Slurry Seal projects exempt from review under the California Environmental Quality Act (CEQA) pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301. 5. Award the 2022-23 Overlay A construction contract to Sully -Miller Contracting Company, in the amount of $4,161,750 for base bid and alternate one construction, and authorize a contingency in the amount of $832,350, for a total contract amount not to exceed $4,994,100. 6. Award the 2022-23 Overlay B construction contract to Toro Enterprises, Inc., in the amount of $4,537,666 for base bid and alternate one construction, and authorize a contingency in the amount of $907,533, for a total contract amount not to exceed $5,445,199. 7. Award the 2022-23 Slurry Seal construction contract to American Asphalt South, Inc., in the amount of $2,177,080 for base bid construction, and authorize a contingency in the amount of $435,416, for a total contract amount not to exceed $2,612,496. 8. Award a professional services contract to Twining, Inc., to provide project inspection, Page 1 Packet Pg. 54 materials testing, and construction management support services for the 2022-23 Overlay and Slurry Seal Program in the amount of $1,069,836 for base bid and alternate services, and authorize a contingency in the amount of $213,967, for a total amount not to exceed $1,283,803. 9. Award a professional services contract to PSOMAS to provide professional survey, monument preservation, and restoration services for the 2022-23 Overlay and Slurry Seal Program in the amount of $226,416 and authorize a contingency in the amount of $45,283, for a total amount not to exceed $271,699. 10. Award a professional services contract to Ghirardelli Associates, Inc., to provide staff augmentation services for construction support for the 2022-23 Overlay and Slurry Seal Program, for a total contract amount not to exceed $275,000. 11. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The annual overlay and slurry seal projects are an integral part of the City of Santa Clarita's (City) Overlay and Slurry Seal Program. Each year, streets are evaluated and identified for the need for pavement preservation and rehabilitation treatments. The 2022-23 Overlay and Slurry Seal Program will resurface streets, seal cracks, and coat the surface of streets and trails in various areas of the City (see attached project street lists). These treatments will provide a smoother ride for vehicles and reconstruct or extend the life of the roadway, depending on the type of treatment applied. This year's projects are expected to begin construction in June 2023 and will be completed by the end of November 2023. The 2022-23 Overlay and Slurry Seal Program is divided into three projects: Overlay A, Overlay B, and Slurry Seal. These projects will run concurrently to maximize the work being done during the summer season. This project supports the Santa Clarita 2025 theme of Sustaining Public Infrastructure. The 2022-23 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. These projects meet the criteria for this exemption because the 2022-23 Overlay and Slurry Seal Program will be performing repairs and maintenance to existing streets and trails. Solicitation Process for the OverlaA Project An invitation to bid was prepared and published twice, on March 24 and 31, 2023, and was posted on BidNet. Four bids were submitted to the City and opened by Purchasing on April 14, 2023. Each of the bids included a base bid and one bid alternate. Purchasing conducted a selection process in accordance with California Public Contract Code section 20103.8 (d) which Page 2 Packet Pg. 55 states that "the lowest bid shall be determined in a manner that prevents any information that would identify any of the bidders or proposed subcontractors or suppliers from being revealed to the public entity before the ranking of all bidders from lowest to highest has been determined." This process was followed to ensure fairness when opening, reviewing, and determining the lowest responsive and responsible bidder. After review of the bids by the Project Manager, the basis for award was determined to be the total of the base bid and the bid alternate combined. The results of the total bids (including the single bid alternate) are shown below: Company Location Total Bid Sully -Miller Contracting Company Brea, CA $4,161,750 Toro Enterprises, Inc. Oxnard, CA $4,412,902 C.A. Rasmussen, Inc. Santa Clarita, CA $4,542,976 Vance Corporation Beaumont, CA $4,555,765 Staff recommends awarding the construction contract for the Overlay A project to Sully -Miller Contracting Company, the lowest responsive and responsible bidder, in the amount of $4,161,750, which includes $2,779,180 for the base bid and $1,382,570 for the bid alternate, and authorizing a contingency in the amount of $832,350, for a total not to exceed $4,994,100. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from Sully -Miller Contracting Company was reviewed for accuracy and conformance to the contract documents and found to be complete. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In this type of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsive and responsible bidder. Solicitation Process for the Overlay B Project An invitation to bid was prepared and published twice, on March 17 and 24, 2023, and was posted on BidNet. Four bids were submitted to the City and opened by Purchasing on April 11, 2023. Each of the bids included a base bid and one bid alternate. The basis for award was the total for the base bid and the bid alternate combined. The aforementioned selection process in accordance with California Public Contract Code section 20103.8 (d) was again followed to ensure fairness when opening, reviewing, and determining the lowest responsive and responsible bidder. The results of the total bids (including the single bid alternate) are shown below: Company Location Total Bid Vance Corporation Beaumont, CA $4,267,648 Toro Enterprises, Inc. Oxnard, CA $4,537,666 Sully -Miller Contracting Company Brea, CA $5,100,595 C.A. Rasmussen, Inc. Santa Clarita, CA $5,448,569 Due to a submission error, the initial and apparent low bidder, Vance Corporation, requested that their bid be withdrawn. Following the City's acceptance of the withdrawal request, Toro Enterprises, Inc. (Toro) became the apparent low bidder. Consequently, staff recommends Page 3 Packet Pg. 56 awarding the construction contract for the Overlay B project to Toro, the lowest responsive and responsible bidder, in the amount of $4,537,666, which includes $2,914,531 for the base bid and $1,623,135 for the bid alternate, and authorizing a contingency in the amount of $907,533 for a total not to exceed $5,445,199. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from Toro was reviewed for accuracy and conformance to the contract documents and found to be complete. This procurement process also follows the California Public Contract Code which does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsive and responsible bidder. Solicitation Process for the Slurry Seal Project An invitation to bid was prepared and published twice, on March 21 and 28, 2023, and was posted on BidNet. Two bids were submitted to the City and opened by Purchasing on April 14, 2023. The results of the bids are shown below: Company Location Total Bid American Asphalt South, Inc. Riverside, CA $2,177,080 All American Asphalt Corona, CA $2,671,652 Staff recommends awarding the construction contract for the Slurry Seal project to American Asphalt South, Inc., the lowest responsive and responsible bidder, in the amount of $2,177,080, and authorizing a contingency in the amount of $435,416, for a total not to exceed $2,612,496. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from American Asphalt South, Inc. was reviewed for accuracy and conformance to the contract documents and found to be complete. Solicitation Process for Materials Testing and Inspection Services for the Overlay A, Overlay B, and Slurry Seal Projects The City Council awarded a materials testing and inspection services contract to Twining, Inc., at its June 8, 2021, meeting. Twining, Inc., was selected through a Request for Proposal (RFP) process, which provided up to three annual renewal options, subject to City Council approval. Staff recommends using the second renewal option to award the contract for materials testing services and project inspection to Twining, Inc., in the amount of $1,069,836 for the 2022-23 Overlay and Slurry Seal Program and a contingency in the amount of $213,967, for a total amount not to exceed $1,283,803. Solicitation Process for Surveying and Monument Preservation Services and Construction Support Services for the 2022-23 Overlay and Slurry Seal Program The procurement process for a surveying and monument preservation contract with PSOMAS took place through a RFP process conducted in late 2019. The RFP solicited proposals from qualified firms to provide professional engineering services in several categories of professional service work on an ongoing and as -needed basis to support the City's Public Works department's Page 4 Packet Pg. 57 Capital Improvement Projects division. The RFP was advertised on the City's website and was downloaded by over 130 companies. The responses were reviewed and evaluated based on each firm's ability to meet the City's specific needs. In the category of Surveying and Monument Preservation and Restoration, eight proposals, including one from PSOMAS, were received and approved, resulting in the execution of multiple as -needed contracts. The procurement process for a construction support services contract with Ghirardelli Associates, Inc., took place through a RFP process in January 2023. The City conducted a formal RFP process to solicit proposals from qualified firms to provide staff augmentation services on an as -needed basis to support the City's Capital Improvement Projects division. The RFP was downloaded by over 90 companies and responses were reviewed and evaluated based on each firm's ability to meet the City's specific needs. Six proposals, including one from Ghirardelli Associates, Inc., were received and approved, resulting in the execution of multiple as -needed contracts. PSOMAS and Ghirardelli Associates, Inc., were selected for this project based on their pre - qualifications and their availability to meet the project deadlines and milestones. Staff recommends awarding the contract for survey, monument preservation, and restoration services for the 2022-23 Overlay and Slurry Seal Program to PSOMAS in the amount of $226,416 and a contingency in the amount of $45,283, for a total contract amount not to exceed $271,699. Staff also recommends awarding the contract for staff augmentation services for the 2022-23 Overlay and Slurry Seal Program to Ghirardelli Associates, Inc., for a total contract amount not to exceed $275,000. Total Budget for the Overlay and Slurry Seal Projects and Inspection and Materials Testing Following is the cost breakdown for the 2022-23 Overlay and Slurry Seal Program, Project M0149 contract awards: Overlay A Project Overlay B Project Slurry Seal Project Inspection and Materials Testing Surveying Monument Preservation Construction Support Services Total Awarded Sully -Miller Contracting Co $4,994,100 Toro Enterprises, Inc $5,445,199 American Asphalt South, Inc $2,612,496 Twining, Inc $1,283,803 PSOMAS $271,699 Ghirardelli Associates $275,000 $14,882,297 The Overlay and Slurry Seal Program budget will fund the construction, inspection, materials testing, surveying, monument preservation, speed humps installation, project management software, urban forestry support, irrigation support, construction support services, and potential utility fees. The budget will also provide for labor compliance, staff oversight, public works inspection, and miscellaneous project administration costs. The requested 20 percent contingencies for the 2022-23 Overlay and Slurry Seal Program Page 5 Packet Pg. 58 contracts will allow for additional streets from the City's pre -designed inventory and streets that may need treatment due to this year's significant rain fall to be added to the project if funds are available after construction of the original scope of work. Additionally, the remaining contingency will cover costs associated with unforeseen site conditions, such as potential utility conflicts and abandoned utilities not shown in record drawings that are often discovered during construction, as well as change order requests made by the contractor. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure accounts M0149260-516101 (Prop C Local Return), M0149264-516101 (Measure R Local Return), M0149266-516101 (Measure M Local Return), and M0149267-516101 (Senate Bill 1) to support the recommended contracts and associated project costs. ATTACHMENTS Overlay A Street List M0149 Overlay B Street List M0149 Slurry Seal Street List M0149 Bid Proposal for Sully -Miller Contracting Company Overlay A (available in the City Clerk's Reading File) Bid Proposal for Toro Enterprises, Inc. Overlay B (available in the City Clerk's Reading File) Bid Proposal for American Asphalt South, Inc. Slurry Seal (available in the City Clerk's Reading File) Proposal for Twining, Inc. (available in the City Clerk's Reading File) Proposal for PSOMAS (available in the City Clerk's Reading File) Proposal for Ghirardelli (available in the City Clerk's Reading File) Page 6 Packet Pg. 59 10.a M0149 Overlay A Project STREET TYPE ISTREET IFROM I TO ARTERIAL IPLUMCANYONRD I BOUQUET CANYON RD ISKYLINE RANCH RD M0149 Overlay A Project Alternate STREET TYPE ISTREET IFROM I TO ARTERIAL JCOPPERHILLDR I NEWHALL RANCH ROAD I DECORO DR Packet Pg. 60 10.b M0149 Overlay B Project Near Copper Hill Drive and Seco Canyon Road STREET TYPE STREET FROM TO RESIDENTIAL APRICOT PL SECO CANYON RD END RESIDENTIAL CYPRESS PL SECO CANYON RD PERSIMMON LN RESIDENTIAL ELM CT CYPRESS PL NORTH END RESIDENTIAL EVERGREEN LN SECO CANYON RD HAZEL ST RESIDENTIAL FIG CT HAZEL ST NORTH END RESIDENTIAL HAZEL ST SECO CANYON RD TAMARACK LN RESIDENTIAL HICKORY PL TAMARACK PL NORTH END RESIDENTIAL HOLLY CT PEPPER PL NORTH END RESIDENTIAL LAUREL PL POPLAR ST EAST END RESIDENTIAL LEMON ST TAMARACK LN PERSIMMON LN RESIDENTIAL LILAC CT TAMARACK LN WEST END RESIDENTIAL MANDARIN LN PERSIMMON LN NORTH END RESIDENTIAL PALM CT WEST END TAMARACK LN RESIDENTIAL PEAR CT NORTH END EVERGREEN LN RESIDENTIAL PECAN PL TAMARACK LN NORTH END RESIDENTIAL PEPPER PL CYPRESS PL NORTH END RESIDENTIAL PERSIMMON LN CYPRESS PL SOUTH END RESIDENTIAL POPLAR ST TAMARACK LN PERSIMMON LN RESIDENTIAL SECO CANYON RD COPPER HILL DR CORAL WY RESIDENTIAL SECO CANYON RD CORAL WY TAMARACK LN RESIDENTIAL SECO CANYON RD TAMARACK LN BOXWOOD LN RESIDENTIAL SECO CANYON RD BOXWOOD LN END RESIDENTIAL TAMARACK LN COPPER HILL DR HAZEL ST RESIDENTIAL TAMARACK LN HAZEL ST POPLAR ST RESIDENTIAL TAMARACK LN POPLAR ST SECO CANYON RD RESIDENTIAL TULIP CT TAMARACK LN NORTH END Near Orchard Village Road and McBean Parkway STREET TYPE STREET FROM TO RESIDENTIAL BELLERIVE DR SEND CALLE ARBOR RESIDENTIAL BELLERIVE DR CALLE ARBOR N END RESIDENTIAL CALLE ARBOR FEDALA RD ORCHARD VILLAGE RD RESIDENTIAL CHIMNEY ROCK RD SOUTH END NORTH END RESIDENTIAL DORADO DR SOUTH END NORTH END RESIDENTIAL ESTORIL ST SOUTH END NORTH END RESIDENTIAL FEDALA RD MILL VALLEY RD N END RESIDENTIAL FEDALA RD SOUTH END CALLE ARBOR RESIDENTIAL FEDALA RD CALLE ARBOR NORTH END RESIDENTIAL GAVEA CR LANGSTON ST EAST END RESIDENTIAL HILO CT LANGSTON ST EAST END RESIDENTIAL INDIAN WELLS CR LANGSTON ST EAST END RESIDENTIAL KESTRAL DR LANGSTON ST EAST END RESIDENTIAL LA GOSTA PL SEND MILL VALLEY RD RESIDENTIAL LANGSTON ST SEND GAVEA CR RESIDENTIAL LANGSTON ST GAVEA CR MILL VALLEY RD r Q Packet Pg. 61 10.b RESIDENTIAL MEADOW MONT ST MILL VALLEY RD S END RESIDENTIAL MEADOW MONT ST MILL VALLEY RD N END RESIDENTIAL MILL VALLEY RD WEST END ORCHARD VILLAGE RD RESIDENTIAL NOVELA WY S END MILL VALLEY RD RESIDENTIAL NOVELA WY MILL VALLEY RD N END RESIDENTIAL OLD COURSE WY S END MILL VALLEY RD RESIDENTIAL OLD COURSE WY MILL VALLEY RD N END RESIDENTIAL RADBROOK PL S END MILL VALLEY RD M0149 Overlay B Project Alternate STREET TYPE ISTREET IFROM I TO ARTERIAL ICOPPER HILL DR I PCC W/O MCBEAN PI WEST HILLS DRIVE Q Packet Pg. 62 10.c M0149 Slurry Seal Project Near Camp Plenty Road and Nadal Street STREET TYPE STREET FROM TO RESIDENTIAL CARVEL DR CAMP PLENTY RD NORTH END RESIDENTIAL CHADWAY ST GLASSER AV CAMP PLENTY RD RESIDENTIAL GLASSER AV CHADWAY ST NORTH END RESIDENTIAL IGOODVALE RD IGLASSER AV IROSAMOND DR RESIDENTIAL IROSAMOND DR I CHADWAY ST ICAMP PLENTY RD Near Soledad Canyon Road and Sierra Highway STREET TYPE STREET FROM TO RESIDENTIAL IRONSTONE DR NUGGET DR SOLEDAD CANYON RD RESIDENTIAL NUGGET DR W END RIVER CR RESIDENTIAL RIVER CR SOLEDAD CANYON RD (W) SOLEDAD CANYON RD (E) Near Calgrove Boulevard and Wiley Canyon Road STREET TYPE STREET FROM TO RESIDENTIAL VALLEY OAK CT CALGROVE BLVD SEND RESIDENTIAL WHITE OAK CT CALGROVE BLVD W END RESIDENTIAL HERITAGE OAK CT WHITE OAK CT E END RESIDENTIAL EBELDEN AVE CALGROVE BLVD W END RESIDENTIAL MENTRY DRIVE CALGROVE BLVD CREEKSIDE DR RESIDENTIAL CREEKSIDE DR MENTRY DRIVE CALGROVE BLVD RESIDENTIAL BRAIRDALE WAY MENTRY DRIVE SEND RESIDENTIAL CLEARBANK LN CREEKSIDE DR SEND RESIDENTIAL DARCY LN CREEKSIDE DR W END RESIDENTIAL BELLA CT DARCY LN N END RESIDENTIAL CARY CT DARCY LN N END Near McBean Parkway and Del Monte Drive STREET TYPE STREET FROM TO RESIDENTIAL PALOMITA DRIVE N END SEND RESIDENTIAL PUEBLO DR N END SEND RESIDENTIAL SANDALIA DRIVE N END SEND RESIDENTIAL LATANA COURT CARRIZO DR E END RESIDENTIAL MESA COURT CARRIZO DR E END RESIDENTIAL VIA CANDICE JOHN RUSSELL DR W END RESIDENTIAL VAQUERO COURT JOHN RUSSELL DR N END RESIDENTIAL ALTA DRIVE N END SEND RESIDENTIAL MIGUEL COURT JOHN RUSSELL DR E END RESIDENTIAL MARICIO COURT CORTINA DR E END RESIDENTIAL VIA CRUZ MARICIO COURT SEND RESIDENTIAL CALLE COURT REAL COURT SEND RESIDENTIAL REAL COURT VIA CRUZ E END RESIDENTIAL ESTRELLA PLACE ALTA DR W END RESIDENTIAL VIA PLATA ALTA DR W END RESIDENTIAL MELISSA COURT VIA PLATA SEND RESIDENTIAL FLORAL COURT JOHN RUSSELL DR SEND H U Q H z O U z O H U H U) z O U 0 Q Q Q O W (L J Q w U) J U) 0a Q J W w O M N N N O 04 0 r N J r m m L L m U) L r c m E t c� r Q Packet Pg. 63 10.c Near Sand Canyon Road and Live Oak Springs Canyon Road STREET TYPE STREET FROM TO RESIDENTIAL CEDARFORT DR CLEARLAKE DR E END LIVE OAK SPRINGS CANYON RESIDENTIAL CLEARLAKE DR E END RD LIVE OAK SPRINGS RESIDENTIAL CANYON RD RESIDENTIAL BRONCO DR RESIDENTIAL CHUCKWAGON PL RESIDENTIAL CIRCLE G DR RESIDENTIAL CONDOR RIDGE RD RESIDENTIAL ICRYSTAL SPRING RD RESIDENTIAL IEAGLEHELM DR RESIDENTIAL FALCONRIM DR LIVE OAK SPRINGS RESIDENTIAL CANYON RD RESIDENTIAL ISADDLEBACK RD RESIDENTIAL 1WHITEHORSE PL Near L STREET TYPE STREET RESIDENTIAL ATWOOD BL RESIDENTIAL DE WOLFE RD RESIDENTIAL EVANS AV RESIDENTIAL EVANS AV RESIDENTIAL EVERETT DR RESIDENTIAL FOURL RD RESIDENTIAL POWELL DR RESIDENTIAL VERMONT DR RESIDENTIAL VERMONT DR RESIDENTIAL WABUSKA ST RESIDENTIAL WHEELER RD SAND CANYON RD LIVE OAK SPRINGS CANYON RD S END CONDOR RIDGE RD CIRCLE G DR LIVE OAK SPRINGS CANYON RD LIVE OAK SPRINGS CANYON RD CIRCLE G DR EAGLEHELM DR XTC11:1a111►VAIR7Z NORTH END SADDLEBACK RD LIVE OAK SPRINGS CANYON RD SADDLEBACK RD NORTH END S END W END SADDLEBACK RD LIVE OAK SPRINGS CANYON RD CITY LIMIT (EAST END) S END CONDOR RIDGE ns Avenue and Wiley Canyon Road FROM TO SOUTH END (PRIVATE RD) LYONS AV SOUTH END (PRIVATE RD) LYONS AV WILEY CANYON RD EVERETT DR VERMONT DR WHEELER RD VERMONT DR LYONS AV SOUTH END LYONS AV WILEY CANYON RD VERMONT DR SOUTH END LYONS AV EVERETT DR NORTH END WILEY CANYON RD WILEY CANYON RD (OLD) SOUTH END LYONS AV RESIDENTIAL WILEY CANYON RD (OLD) SOUTH END N END Near McBean Parkway and Decoro Drive STREET TYPE STREET FROM TO SAN FRANCISQUITO COPPER HILL DR E/O END OF PCC TRAIL AT TRAIL CREEK EAST TR CONCBRIDGE NEWHALL RANCH RD SAN FRANCISQUITO COPPER HILL DR W/O CONC END OF PCC TRAIL 250' N/O TRAIL CREEK WEST TR BRIDGE NEWHALL RANCH RD Packet Pg. 64 City of Santa Clarita Materials Testing and Inspection Services for Overlay and Slurry Seal Projects (Annual Overlay 22-23) ��+ "` r r�� � L 'i: a r_w' dii! :fir �� ■F�� '�a +ice ~ _��iii�~^��� � a■�����_�� ����.��r s��r,y■i�ly 23920 rwINING Engineering a Better Tomorrow IN Room-, wt te "T111rlINING 1879 Portola Road, Suite G Ventura CA93003 May 1, 2023 Proposal No. 23-0791 Ramiro Fuentes City of Santa Clarita Public Works - Capital Improvement Projects 23920 Valencia Boulevard, #120 Santa Clarita, CA 91355 Tel 805.644.5100 Fax 562.426.6424 Subject: Materials Testing and Inspection Services for Overlay and Slurry Seal Projects (Annual Overlay 2022-2023) Dear Mr. Fuentes: Twining, Inc. (Twining) is pleased to present our proposal and qualifications for the 2022-2023 Annual Overlay Projects to the City of Santa Clarita (City). We understand that the City is seeking a certified professional engineering firm with a credentialed asphalt and concrete materials testing lab. The City's objectives include the collection of material samples for testing as well as project inspection services. We also understand that, our work must comply with materials and testing and inspection as per the project plans and specifications, the City's Quality Assurance Program (using CT methods), the latest edition of Caltrans Construction Manual, and Public Works Construction Green Book. We will work closely with the City's Project Manager and staff to successfully complete the project and protect the interest of the City. Our History and Knowledge of the City Twining has been the City's trusted advisor for over a decade. We are honored to have a strong partnership and committed to providing the high -quality work you've come to expect from us. We are aware that time is of the essence and that the selected consultant will be expected to start providing services as soon as the City contract is executed. We are ready and confident that we can hit the ground running, meeting the project goals effectively and efficiently. Our history of working with the City points to other benefits to selecting Twining as the Twining is an Equal consultant for this project. We continue to find ways to save the City time and money that Opportunity Employer benefit the community you serve.The City is an important clientto us and is a critical part of our and we have reviewed the business. We strive to strengthen our partnership with the City for these projects and beyond. insurance requirements Our continuous collaboration with the City on these projects and beyond has saved the City outlined by the City in its hundreds of thousands of dollars over the better part of the past decade. We understand that RFP and can comply. this contract has core projects as well as alternate options. Being that this is a major project, we understand that this project will require a greater inspection staff. We vow to provide the City access to whatever resources they need to accomplish these goals. As the City's staff make-up has evolved we have continued to maintain our great working relationship and provide continuity of service during this transition within your internal operations. Twining is proud to consider ourselves part of your City's public works family and commits to keeping your current project on track and within or under budget as we have done in the past. About Twining Twining endeavors to prove ourselves as the right choice for these projects apart from our long-standing history. In the recent past, we have provided services similar to this contract and partnered closely with the City's project management team to ensure success. The key to a successful overlay project is consistent and prompt communication with the City by being available and responsive to any and all requests. Twining has the daily resources to satisfy the full range of needs required during the City's projects and we have demonstrated this during all of our past contracts with the City of Santa Clarita, as well as other local municipal clients, such as the cities of Thousand Oaks,Agoura Hills, and Simi Valley. We employ nearly 150 inspectors and technicians, more than 80% of whom hold multiple inspection certifications. Our field staff is well versed in the Caltrans Local Assistance Procedures Manual, Caltrans Construction Manual, and the Greenbook.Additionally, our team will adhere to the City's Quality Assurance Program and utilize Caltrans methods upon all testing and inspections. We will continue to provide the following exceptional benefits to the City: We have served your City for years providing services identical to this proposal. Since 2011, our firm has been selected to participate in the Overlay and Slurry Seal Program for the City of Santa Clarita. Our history with your agency, extensive knowledge of the area conditions, and deep understanding of the community ensure a seamless integration of our team with the City's staff. We have consistently provided the City with highly -qualified and highly -skilled workforce to help the City with their project.Their strong project management skills along with their technical expertise have benefited the City in completing the projects under budget with minimum interruption and without comprise to the quality of their work and product. We have a proactive project management approach that is designed to provide effective solutions to control cost and support the City's efforts to maintain and manage the construction schedule of the project by prioritizing timeliness, accuracy, and communication. We keep our core team of inpsectors consistent for this project throughout the years, so we can learn from each year of experience and apply that experience to the upcoming projects. Our core team will be the same this year, so they have complete synchrony with the City's team and can fulfill the City's requirement to 100 percent satisfaction. We thankthe City for the opportunity to present our proposal.Twining's expertise, leadership, technical resources, and commitmentto quality will make us a valuable member of your team throughout this contract. Should you have any questions related to this proposal, please contact Dr.Amir Ghavibazoo at 1879 Portola Road, Suite G,Ventura, California 93003, mobile number at 562.900.5258, or email at aghavibazoo@twininginc.com. Sincerely, Amir Ghavibazoo, PhD Project Manager/Engineering Oversight Mariel Attento Rhorer Vice President of Client Development QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Twining's legacy dates back 120 years. What started as a family business in 1898 has evolved into one of California's largest service providers of geotechnical, materials testing, and construction inspection services. Highly regarded by state and local agencies, developers, contractors, consultants, and industry for providing high -quality services that are reliable, timely, and compliant, Twining has been a central part of some of California's most regionally significant construction projects. We employ some of the industry's most well-known construction experts who perform research as well as consult with regulatory agencies to shape the future of construction standard practices. Twining is a full -service engineering and quality control company with unmatched technical expertise.As detailed below, our services span from QA/QC, materials testing, and inspection, to highly technical capabilities in applied engineering and integrated disciplines. With laboratories throughout California and more than 150 inspectors, we are unequaled in our core competencies to work on vertical as well as horizontal construction projects: Geotechnical engineering Asphalt pavement quality assurance services Asphalt pavement design and materials evaluations Soils and materials testing and inspection Specialty testing Mobile laboratory services Roofing and waterproofing consultation and inspection Applied engineering and research Forensic evaluation Twining has developed a strong reputation by providing sound engineering, testing, and inspection services on every project we undertake. We earned this reputation knowing that the true measure of our performance rests in the satisfaction of our clients. We approach each project with the understanding thatwe are evaluated on the safety and durability of the structures and pavements we test and inspect. Twining has the unparalleled ability to service even the most complex projects from inception through completion. Starting with the initial subsurface investigation and continuing through the inspection and laboratory testing required during construction, we have the engineering staff, experienced inspectors, and state-of-the-art laboratory facilities to meet all of your project needs. This experience, along with our proven project management system, results in a seamless flow of communication during the entire scope of your projects and provides you with a single point of contact to ensure that all of your project needs are met. Twining, Inc. I City of Santa Clarita 4 wt te "TillrIINING Public Works Construction Expertise With California's fiscal situation, aging infrastructure, and continued urban growth, our cities and counties are faced with unique challenges. Never has it been more critical to maximize the value of each publicworks dollar spent on capital improvement than today.The quality assurance programs that Twining has established for public agencies throughout the state emphasize the most cost-effective practices utilizing industry best practices. Whether it is a major water/wastewater project, bridge or roadway improvement, underground utility work, airport improvement, or goods movement project, Twining has the requisite expertise and capabilities to effectively establish and maintain a quality assurance program that is in strict compliance with the local assistance procedures manual (LAPM) as well as state and federal mandates. Twining provides the following services for local agencies: Initial engineering design and evaluation Specification development and review Materials review and verification for acceptance Public works inspection Source inspection Acceptance laboratory testing and evaluation Federal compliance Final quality assurance report and project closeout 1879 Portola Road, Suite G Ventura CA93003 Tel 805.644.5100 Fax 562.426.6424 . 4 .f�.�. Twining's involvement with the most cutting edge materials technologies enables us to assist project teams with the evaluation of construction products and determining their suitability for use.Twining has assisted construction managers, structural design engineers, and owners in developing high -strength concrete mixes utilizing low carbon emission materials, recycled asphalt pavement structural designs, and various other cementitious, geotechnical, and asphalt pavement materials that are sustainable utilizing renewable materials. Twining is uniquely positioned to provide quality assurance programs from start to finish.Through our partnerships with Caltrans and various universities, we have knowledge of proven technological advances in construction that we can pass on to our clients and incorporate into their projects as appropriate. We routinely contribute to the American Public Works Association by presenting technical sessions related to some of the newest technological advances. Whether it involves rapid strength concrete, warm mix asphalt, high volume fly ash mixes to reduce greenhouse gases, or 100% recycled materials, Twining can provide the proper solution for your project. wt te "TillrIINING Innovative Pavement Design Caught between budget constraints and the need for reliable, innovative, and cost-effective engineering solutions is an ongoing reality for local agencies. Twining has been providing pavement engineering and materials evaluation services on flexible pavement projects for decades. Our highly specialized and dedicated team of experts provides comprehensive pavement engineering services that utilize the newest pavement rehabilitation technologies to effectively deliver our clients the service life they expect of their pavements at a construction cost that may be less than traditional methods. Twining is closely involved with hot mix asphalt industry associations and government agencies that keep our engineers on the pulse of new and upcoming technologies. While we have a comprehensive understanding of traditional methods and designs, we do not default to textbook solutions for our clients. Instead, we tailor our recommendations to include new flexible pavement materials that can be used most effectively and economically. Whether it is a highly traveled arterial roadway requiring high stability in intersections, or a collector street connecting a residential area to the neighborhood and community service facilities, Twining Infrastructure has the solution. Twining routinely assesses current pavement conditions and identifies the causes of pavement distress. Using the Falling Weight Deflectometer(FWD), coring, ground penetrating radar (GPR), and dynamic cone penetrometer testing, we are able to assess subgrade conditions and determine the load -carrying capacity of in -place pavement. Our efforts can determine the remaining service life of pavement and identify options for rehabilitation. Supported byTwining's sophisticated laboratories, our expert staff has the ability to design asphalt concrete mixtures to meet either state or local specification requirements. We routinely develop hot mix asphalt designs consisting of the following materials: 1879 Portola Road, Suite G Ventura CA93003 Tel 805.644.5100 Fax 562.426.6424 Polymer -modified binders Rubberized hot mix asphalt Warm mix asphalt research and development Hot mix asphalt using high amounts of recycled asphalt concrete FAA Marshall designs Superpave designs Twining also performs production quality and strength and mix fo r: Asphalt content Gradation Stability Hamburg wheel tracking Project specific volumetrics The proper structural section design for flexible pavement, as well as the asphalt concrete mixture type, is crucial to its performance and longevity. Poor design can result in early failures, substandard performance, and repairs that can quickly become costly. At Twining Infrastructure, we are committed to helping agencies design and implement the most appropriate, durable pavement solutions. Our extensive experience providing quality assurance and quality control services in the field gives us unique insight and allows us to provide recommendations that are easily implemented and reliable. Twining professionals are members of the American Public Works Association, the Asphalt Pavement Association, the Rubber Pavements Association, the National Asphalt Pavement Association, and the Caltrans expert task group on flexible pavements. They have vast knowledge of hot mix asphalt materials and the constraints during production, as well as experience managing comprehensive quality assurance and quality control programs. wt te "T1111►INING 1879 Portola Road, Suite G Ventura CA93003 Tel 805.644.5100 Fax 562.426.6424 Laboratory Testing Capabilities. All laboratory testing operations are overseen by a registered geotechnical engineer. With the large amount of construction -related, time -sensitive work thatTwining performs, our laboratories understand the importance of and effectively accomplishes efficient turnaround times for testing. Materials Testing Laboratory Twining maintains a network of state of the art laboratories throughout California. In addition to our permanent laboratories, we own and operate a fleet of mobile laboratories that allow us to conveniently service projects throughout the state. Our fully -accredited geotechnical engineering laboratories are equipped to perform the standard tests needed in geotechnical engineering evaluations, including but not limited to: In situ density and moisture content Atterberg limits Sieve Analysis Maximum Dry Density Direct Shear Consolidation Expansion Index Sand Equivalent Cleanness Value Soundness R-Value Materials Testing and Inspection Expertise With our state-of-the-art equipment and conveniently located laboratories, we are able to perform the necessary testing on projects throughout California. We maintain a rigorous training program for our experienced staff of testing technicians, and are recognized by numerous agencies including Caltrans,Army Corps of Engineers, American Association of State Highway and Transportation Officials (AASHTO), Cement and Concrete Reference Laboratory (CCRL) and International Accreditation Service, Inc. (IAS) along with many cities and counties. Our expert professionals continue to workwith Caltrans to define effective applications of construction materials for roadway projects and revise standard specifications for proportioning concrete for pavements and other elements of transportation infrastructure. Our clients depend on us to reliably deliver services that strictly follow Green Book and Caltrans and FHWA regulations. We are proud of our legacy of delivering high - quality services that subscribe to all applicable standards. We have held multiple on -call contracts representing Caltrans providing materials testing services on behalf of the State. w/ `e "TWINING 1879 Portola Road, Suite G Tel 805.644.5100 Ventura CA93003 Fax 562.426.6424 CITY OF SANTA CLARITA Annual Overlay and Slurry Seal Projects Public Agency Name Twining has held the Annual Overlay and Slurry Seal contract with the City for multiple fiscal City of Santa Clarita year. Under these agreements, we perform construction materials testing and inspection Location services for the annual overlay and slurry seal program.Twining performs construction Santa Clarita, CA materials testing and inspection at various project sites and as well as the batch plant. Our firm performs mix design verification and laboratory testing. Year Completed Ongoing Reference Ramiro Fuentes 23920 Valencia Boulevard Suite 120, Santa Clarita, CA 91355 661.284.1429 Project Type » Street Rehabilitation Twining Staff >> Amir Ghavibazoo, PhD >> Jeff Tawakoli, PE >} Eddie Perez Twining also assists the City in performing slurry seal placement inspection and testing. During plant inspection services forthis project,Twining provides asphalt binder plant inspection as well and identifies viscosity and blending issues experienced by the supplier. Through this proactive inspection approach, not a single out of compliance load of rubberized asphalt concrete has been shipped to the project. Our team coordinates with the construction team and the City publicworks inspector to resolve issues during construction as needed. Our team inspects and verifies that all construction materials are in total compliance with applicable rules and regulations. SECTION 2: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF wee "TWINING Public Agency Name City of Simi Valley Location Simi Valley, CA Year Completed 2019 Reference Mansour Moradi 2929 Tapo Canyon Road Simi Valley, CA 93063 805.583.6891 Project Type » Street Rehabilitation Training Staff Amir Ghavibazoo, PhD „ Jeff Tawakoli, PE » Eddie Perez 1879 Portola Road, Suite G Tel 805.644.5100 Ventura CA93003 Fax 562.426.6424 CITY OF SIMI VALLEY Annual Major Streets Pavement Program The City of Simi Valley conducts an annual major and minor street rehabilitation program on many of their arterial and residential streets.The project consisted of residential pavement rehabilitation consisting of a conventional hot mix asphalt overlay, curb and gutter repair, and a type I slurry seal on select residential streets. Twining was retained as the quality assurance laboratory for the city and provided placement inspection, field compaction testing, batch plant inspection, laboratory testing, and slurry seal sampling and testing. SECTION 2: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Public Agency Name » City of Thousand Oaks Location » Thousand Oaks, CA CITY OF THOUSAND OAKS Annual Rubberized Asphalt Concrete Renab The City of Thousand Oaks is responsible for maintaining approximately 380 miles of streets, and is a leader in exploring the use of innovative pavements with emphasis towards utilizing recycled crumb rubber in asphalt concrete pavements. Year Completed Since 2010,Thousand Oaks has engaged the services of Twining to assist in review and revision of the community's pavement rehabilitation specifications, perform materials design » Ongoing studies, implement quality assurance programs, perform construction inspection and testing, Reference and perform pavement destructive testing and assist with pavement deflection testing for » Mike Tohidian future pavement designs. » 2100 Thousand Oaks The City used Terminal Blend Rubberized Emulsion Aggregate Slurry Seal (REAS), using black Boulevard, Thousand Oaks, rock source. The black rock will help the slurry seal to retain its black color fora longer period CA 91362 of time and the rubberized emulsion will add to the durability of the slurry seal product. » 805.449.2516 Project Type » Street Rehabilitation Twining Staff » Amir Ghavibazoo, PhD » Jeff Tawakoli, PE » Eddie Perez Twining has also provided annual materials certifications and labor compliance interviews throughoutthe projects. Awards » 2019 Construction ManagementAssociation of America, Southern California Chapter Public Works Project Achievement Award Twining, Inc. I City of Santa Clarita 10 w/ `e "TWINING Quality Control Manager/ Engineer 1879 Portola Road, Suite G Project Manager/ Engineering Oversight AmirGhavi �. �� 1 Laboratory Manager Amber: - Laboratory Technicians 7 Firm's principal contact PF Resumes available upon request * Ventura CA93003 r�LealPublic Works Inspector Eddie Perez Tel 805.644.5100 Fax 562.426.6424 QUALIFICATIONS OF FIRM AND ASSIGNED STAFF /e1 u I I Inkild on FiXTJ I-31er�8Z87 PhD, Project Manager/Engineering Oversight Professional Summary Dr. Amir Ghavibazoo is Twining's Director of Asphalt Engineering and Pavement Design and has served as project manager for this contract for more than five years. He directs and works on pavement design, highway design, engineering specifications, and consulting services. Amir's graduate studies included Pavement Management Systems (MicroPaver), pavement evaluation and pavement rehabilitation strategies. He works closely with cities statewide to develop unique and specialized mix designs, pavement construction inspections, and pavement design solutions. Amir's specialized knowledge allows our firm to offer creative and unique pavement solutions to fit any budget and other goals. Relevant Experience Overview City of Santa Clarita, Annual Overlay & Slurry Seal (Multiple Years) Years' Experience: 2014 - Present Each year, streets are evaluated and identified for their need for rehabilitation or maintenance treatments. These projects include asphalt overlay, micro -surfacing, and slurry seal treatments to streets in various areas of the City. Twining Education performed quality assurance testing and inspection, Amir serves as project PhD, Civil and Environmental Engineering, manager for this job, coordinating all required testing and inspection and North Dakota State University reviewing test results. IVIS, Railways Engineering, Iran University City of Simi Valley, Erringer Road at Cochran Street of Science and Technology, Tehran, Iran This project consisted of the construction of a northbound right turn lane on BS, Industrial Engineering, University of Erringer Road at Cochran Street.Twining performed surface and subsurface Technology, Tehran, Iran soils investigation, testing, evaluation, geotechnical inspection, materials testing for conventional and rubberized asphalt concrete pavement, structural section evaluations for pavement defection testing, and laboratory testing services.Amir served as the pavement engineer. He reviewed the test data and prepared recommendations to the City. County of Ventura, Route 118 (07-296704) Twining performed quality control testing on route 118 in Ventura County. Amir served as project manager and project engineer. He was responsible for the oversight of all daily sampling and testing, as well as providing technical comments in regard to possible issues, and suggesting a solution to the client based on the test results. Twining, Inc. I City of Santa Clarita 12 QUALIFICATIONS OF FIRM AND ASSIGNED STAFF JEFF TAWAKOLI PE, Quality Control Manager/Engineer Professional Summary Jeff Tawakoli, PE, is a professional engineer with over 33 years of experience in geotechnical and construction materials engineering. He has served as a local resource in similar capacity on this contract for the past several years. Jeff's areas of expertise includes subsurface investigation, engineering analysis, preparation of soils reports, building and roadway inspection and engineering, and project management. He has provided geotechnical engineering support for public works programs, industrial and residential developments, military facilities, roadways, and mid -rise buildings. Relevant Experience Overview Years' Experience:1988 - Present Education BS, Civil Engineering, University of Utah Current Licenses Held Professional Engineer, Civil, CA, 51883 ICC Reinforced Concrete ICC Structural Masonry ICC Fireproofing City of Santa Clarita, Annual Overlay & Slurry Seal (Multiple Years) Each year, streets are evaluated and identified for their need for rehabilitation or maintenance treatments. These projects include asphalt overlay, micro -surfacing, and slurry seal treatments to streets in various areas of the City. Twining performs quality assurance testing and inspection, Jeff serves as quality control manager throughout this program, providing engineering support out of our local Ventura office. City of Calabasas, Lost Hills Road Interchange Improvement Project This $25 million project included the expansion of the existing Lost Hills Road/ US-101 overcrossing from two lanes to five lanes. Jeff served as the project manager, overseeing the delivery of all of our services, dispatching inspectors, reviewing all reports, and acting as the single point of contact forthe project team. City of Simi Valley, Erringer Road at Cochran Street This project consisted of the construction of a northbound right turn lane on Erringer Road at Cochran Street. Twining performed surface and subsurface soils investigation, testing, evaluation, geotechnical inspection, materials testing for conventional and rubberized asphalt concrete pavement, structural section evaluations for pavement deflection testing and laboratory testing services.Jeff served as the project manager, providing oversight of materials testing for both laboratory and field services. He was responsible for coordinating schedules, managing budgets, reviewing inspection in the field, reviewing and approving all field inspection and laboratory reports, and attending all project meetings with City. Twining, Inc. I City of Santa Clarita 13 QUALIFICATIONS OF FIRM AND ASSIGNED STAFF EDDIE PEREZ Lead Public Works Inspector Professional Summary Eddie Perez brings over 10 years of technical expertise as a public works construction and quality assurance manager. He serves as the City's eyes and ears on public works construction. He routinely attends construction progress meeting with City officials and the contractors. He reviews and insures adherence to construction plans and project specifications. His experience encompasses all aspects of public works construction with special emphasis on roadway projects that include utility work ADA ramp remove and replace, street signal loop and signal install and roadway striping in addition to asphalt and concrete paving. He is intimately familiar with Caltrans and Green Book Standards and serves as an extension of City resources. Relevant Experience Overview City of Santa Clarita, Annual Overlay & Slurry Seal (Multiple Years) Years' Experience: 2011 - Present Twining is contracted by the City to perform construction materials testing and inspection services for the annual overlay and slurry seal program. Current Licenses Held Twining performs construction materials testing and inspection at various project sites and the batch plant. Our firm performs mix design verification ACI Concrete Field Testing Technician Grade I and laboratory testing.Twining also assists the City in performing slurry seal Nuclear Density Gauge Operator placement inspection and testing. Eddie serves as the lead public works Caltrans Certifications 125 inspector. He attends construction progress meetings, and review and OSHA Safety 10 Hour ensures adherence to plans and specifications. City of Simi Valley, Annual Pavement Rehabilitation The City of Simi Valley conducts an annual major and minor street rehabilitation program on many of their arterial and residential streets. The project consisted of residential pavement rehabilitation consisting of a conventional hot mix asphalt overlay, curb and gutter repair, and a type I slurry seal on select residential streets. Eddie served as an inspector for this project. He tested the hot mix asphalt to ensure compliance with standards. County of San Diego, Slurry Seal Resurfacing 2015-16 Twining was selected to provide testing and inspection services for the slurry seal resurfacing projects throughout the County of San Diego.Twining provided observation during slurry seal placement, laboratory testing of slurry seal, aggregate, scrub seal emulsion, and shoulder backing, HMA quality control, and engineering support for this project. Eddie served as an inspector on this project. Twining, Inc. I City of Santa Clarita 14 WORK STATEMENT It is our understanding that the project consists of providing quality assurance construction materials testing and inspection services for the City's overlay programs as outlined in the RFP's scope of work per the following standards: City of Santa Clarita QAP; Construction Manual, current edition; CALOSHA Construction Safety Orders, current edition; Standard Specifications of Public Works, Greenbook current edition; Standard Plans of Public Works, current edition; and exhibits attached to the City's RFP. Twining understands that we will be responsible for the testing of asphalt and concrete as well as providing project inspection. The following is our proposed plan of study. Task 1: Engineering Support During Overlay Project Subtask 1: On -call support to the City's project manager Available from project's inception through completion via phone, email, and in -person meetings in order to provide the City's project manager answers to questions that come up during the project.These services are provided through Twining's project manager and lead public works inspector. Subtask 2: Submittal review for materials to be used by the contractor on the project Output: Timely turnaround of materials submittal reviews. The City's project manager provides contractor submittals to Twining's project manager for review and acceptance with respect to the project specifications and plans. Subtask 3: Attend meetings throughout the project Output: Twining's project manager and senior field inspector will be available and will attend meetings with the City's project team whenever requested during the project. Subtask 4: Timely review of inspection and testing results during the project; preparation of daily reports for the City's project manager Output: Twining's project manager will schedule laboratory tests promptly and will review and provide testing and inspection reports to the City's project manager. Any non -compliant results will be highlighted, and discussion/recommendations will be provided to the City when requested or when necessary. Task 2: Field Support During Overlay Project Subtask 1: Public works inspection services Available throughout the project to support the City's project manager and inspection team with any supplemental inspection services during the project.These services have been provided during past overlay projects with the City and can be provided whenever the City deems it necessary. Subtask 2: Asphalt inspection services Twining, Inc. I City of Santa Clarita 15 SECTION 3: WORK STATEMENT wt te "T111rlINING Output: Twining will provide laydown inspection and compaction testing of the asphalt paving activities throughout the overlay project. If the City requires observation during grinding operations, we will provide resources during this time, as well.The inspection team will observe and document all pavement activities at the City's request and in accordance with the project specifications. Plant inspection will be conducted simultaneously throughout the paving day and samples of the asphalt will be obtained at coordinated intervals from both the plant and the field and transported to our lab for all the necessary testing. Plant inspection will ensure that production of asphalt is being conducted per the project specifications and meets Greenbook and Caltrans standards. Subtask 3: Asphalt Coring and Testing Output: Twining will provide a technician to core the asphalt once per 250 tons and transport the cores to the laboratory for timely testing to calculate the daily compaction of the asphalt material being placed. 1879 Portola Road, Suite G Tel 805.644.5100 Ventura CA93003 Fax 562.426.6424 Task 3: Materials Testing During Overlay Projec'k Subtask 1: Laboratory testing of asphalt material Output: Twining's certified laboratory will be responsible for providing testing of the asphalt material to ensure it meets the specifications of the project.The material will be tested for asphalt content, gradation, moisture content, density, stability, air voids, and sand equivalency (raw aggregate at the plant). Acceptance of the material is typically based on asphalt content, gradation, and stability testing. Core testing will be provided daily to ensure that asphalt compaction requirements are being met. Task 4: GA Documentation and Reporting Subtask 1: Daily and final quality assurance reporting Twining's project manager will be responsible for reviewing daily field and laboratory activities and preparing reports and providing all documentation to the City's project manager. Upon completion of the project, a final quality assurance reportwill be prepared and provided to the City for its records. Ventura CA93003 Fax 562.426.6424 SCHEDULE CITY OF SANTA CLARITA, ANNUAL OVERLAY WORK SCHEDULE BASE BID (PER WEEK) ei Y 41 3 N Y N 3 M Y 71 3 V Y 41 3 Ill Y CJ 3 w Y 41 3 r, Y CJ 3 W Y CJ 3 M Y 41 3 N Y N 3 e~i Y 41 3 eNi Y 41 3 emi Y N 3 epi Y 41 3 e�i Y 41 3 e�i Y 41 3 eni Y 41 3 eWi Y CJ 3 emi Y CJ 3 N Y 41 3 N Y CI 3 N Y 41 3 N Y 41 3 N Y CJ 3 N Y 41 3 N Y CJ 3 N Y CJ 3 N Y CI 3 N Y CI 3 M Y 41 3 M Y 41 3 M Y CJ 3 M Y N 3 M Y N 3 M Y 41 3 M Y 41 3 M Y 41 3 M Y 41 3 M Y 71 3 C Y 41 3 Public Works Inspection 60 60 60 60 80 80 80 80 80 80 80 80 80 80 80 80 72 60 48 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 Laydown Inspector 40 60 60 120 80 80 80 80 80 80 80 80 80 80 120 120 120 120 120 120 120 112 66 60 60 60 60 60 60 40 40 40 40 40 40 40 40 40 40 40 Compaction Inspector 40 60 60 60 80 80 80 80 80 80 80 80 80 80 120 120 120 120 96 88 84 80 80 80 60 60 60 60 60 40 40 40 40 40 40 40 40 40 40 40 Plant Inspector 32 40 40 40 80 80 80 80 80 80 80 80 80 80 120 120 100 60 60 60 60 60 60 60 60 60 60 60 60 40 40 40 40 40 40 40 40 40 40 40 Coring Technician 0 20 20 20 20 20 20 20 20 20 20 20 20 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 20 20 20 20 20 20 20 20 20 20 Project Manager (meetings, submittals, reports) 40 40 40 40 40 40 40 40 40 40 40 48 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 16 16 16 16 16 16 16 16 16 16 QC Manager/Engineer 24 24 24 24 24 24 24 24 24 24 24 24 24 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 16 16 16 16 16 16 16 16 16 16 Clerical 10 10 10 10 10 10 10 10 10 10 20 20 20 20 26 20 20 20 20 20 20 40 40 10 10 10 10 10 10 20 10 10 10 10 20 20 20 20 20 20 SUB -CONSULTANTS Twining is able to self -perform all work identified in the RFP and does not anticipate the use of subconsultants for this contract. Twining, Inc. I City of Santa Clarita 18 Thank you for your consideration. City of Santa Clarita Materials Testing and Inspection Services for Overlay and Slurry Seal Projects (Annual Overlay 2022-2023) Cost File flummol- +ram F. OR �.Lyr sa 23920 0 TWINING Engineering a Better Tomorrow COST FILE STATEMENT OF OFFER This proposal is a firm offer for a 90-day period, and the proposed work will be performed at a "not -to -exceed" price. Twining has reviewed the City's professional services agreement (Exhibit 2) and finds the agreement acceptable as written.Twining's A.M Best Rating is A.M. Best Rating isA-/IX(a point beIowyour requirement). Mariel Attento Rhorer Vice President of Client Development (Authorized to bind the firm) Twining, Inc. I City of Santa Clarita 19 COST FILE .. I 1 I . Table # Project Task Inspection Testing Total Fee 1 Overlay A Base Bid $328,330.00 $66,150.00 $394,480.00 Z Overlay A Alt 1 (Copper) $93,130.00 $26,718.00 $119,848.00 3 Slurry Seal Base $113,660.00 $14,880.00 $128,540.00 q Overlay B Base Bid $260,080.00 $48,510.00 $308,590.00 5 Overlay B Alt 1 (Copper) $93,130.00 $25,248.00 $118,378.00 Total: $1,069,836.00 Twining, Inc. I City of Santa Clarita 20 COST FILE City of Santa Clarita 2022-23 Annual Overlay A Project City Project No. M0149 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Base Bid Position' Estimated Double Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 200 169 $33,800.00 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 400 120 180 240 $48,000.00 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 280 143 $40,040.00 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 400 110 $165 $220 $44,000.00 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 400 110 $165 $220 $44,000.00 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 400 110 $165 $220 $44,000.00 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 160 110 $17,600.00 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 160 110 $17,600.00 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 160 110 $17,600.00 sampling of aggregates, binders, and hot mix asphalt. Clerical 120 98 $11,760.00 Coring Technician`: Responsibilities include the extraction of cores and 30 Days° 331 --- $9,930.00 the filling of holes f Ilowing extraction. a All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $328,330.00 " Hourly cost includes travel of in to and from the jobs ite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. ° Rate for coring technician is based on a per day basis. City of Santa Clarita 2022-23 Annual Overlay A Project City Project No. M0149 Quality Assurance Testing Program Materials Testing - Base Bid Estimated Number of Tests Minimum Sampling R&R Test Method(s) Quality Characteristic and Testing Location of Sampling ARHM Areas C2 AC D2 AC Total Unit Cost Extended Cost Frequency CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant° 20 12 10 3 45 $220 $9,900 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant 20 12 10 3 45 $166 $7,470 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' 20 12 10 3 45 $220 $9,900 Minimum 1 Per Day Cores` Percent Compaction' 1 Per 250 Tons, Compacted Mat 60 36 30 9 135 $86 $11,610 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 20 12 10 3 45 $166 $7,470 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 20 12 10 3 45 $0 CT 366 Stabilometer Valuer 1 Per Day Mat Behind Paver 20 12 10 3 45 $220 $9,900 CT 367' Air Voids Content' 1 Per Day Mat Behind Paver 20 12 10 3 45 $220 $9,900 'Sample digout material at the regular frequency. Total Cost $66,150 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. ` Item includes the cost of testing core specimens in the lab. ° Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). r Report the average of 3 tested briquettes from a single sample. e Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. "Test must be performed by an AASHTO certified laboratory. 'No testing of binder vdll be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 21 COST FILE City of Santa Clarita 2022-23 Annual Overlay A Project City Project No. M0149 Quality Assurance Testing Program Materials Testing - Base Bid Estimated Number of Tests Minimum Sampling R&R Test Method(s) Quality Characteristic and Testing Location of Sampling ARHM Areas' C2 AC D2 AC Total Unit Cost Extended Cost Frequency CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant° 20 12 10 3 45 $220 $9,900 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant° 20 12 10 3 45 $166 $7,470 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' 20 12 10 3 45 $220 $9,900 Minimum 1 Per Day Cores` Percent Compaction' 1 Per 250 Tons, Compacted Mat 60 36 30 9 135 $86 $11,610 Minimum 3 Per Da CT 309 Rice Density 1 Per Day Mat Behind Paver 20 12 10 3 45 $166 $7,470 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 20 12 10 3 45 $0 FCT 366 Stabilometer Valuef 1 Per Day Mat Behind Paver 20 12 10 3 45 $220 $9,900 CT 367' Air Voids Content' 1 Per Day Mat Behind Paver 20 12 10 3 45 $220 $9,900 ' Sample digout material at the regular frequency. ° Total Cost $66,150 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. Item includes the cost of testing core specimens in the lab. ° Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. 'Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theo refical Specific Gravity (CT 309)). ' Report the average of 3 tested briquettes from a single sample. e Use CT 309 to determine maximum theorefical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. Test must be performed by an AASHTO certified laboratory. No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2021-22 Annual Overlay B Project City Project No. M0144 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 1 (Copper; Estimated Double Position' Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 80 169 $13,520.00 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 120 120 180 240 $14,400.00 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 80 143 $11,440.00 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 96 110 $165 $220 $10,560.00 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 96 110 $165 $220 $10,560.00 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 96 110 $165 $220 $10,560.00 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 48 110 --- --- $5,280.00 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 48 110 --- --- $5,280.00 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 48 110 $5,280.00 sampling of aggregates, binders, and hot mix asphalt. Clerical 30 98 $2,940.00 Coring Technician`: Responsibilities include the extraction of cores and 10 Days° 331 --- $3,310.00 the filling of holes following extraction. ' All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $93,130.00 ° Hourly cost includes travel of inspector/technician to and from the jobsite as well as all sample transportation costs. ` Includes travel, coring, and sample transportation only, testing of cores is listed as a separate item. ° Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 22 COST FILE 2022-23 Annual Overlay B Project City Project No. M0149 Quality Assurance Testing Program Materials Testing -Alt 1 (Copper) Estimated Number of Tests R8" Minimum Sampling and Test Method(s) Quality Characteristic Testing Frequency Location of Sampling ARHM F.2C Areasa Total Unit Cost Extended Cost CT 202 Aggregate Gradation 1 Per 750 Tons, At Plant° 7 3 7 17 $220 $3,740 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plant° 7 3 7 17 $166 $2,822 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paver' 7 3 7 17 $220 $3,740 Minimum 1 Per Day Cores` Percent Compactiond'e 1 Per 250 Tons, Compacted Mat 21 12 21 54 $86 $4,644 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 7 3 7 17 $166 $2,822 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 7 3 7 17 $0 CT 366 Stabilometer Value' 1 Per Day Mat Behind Paver 7 3 7 17 $220 $3,740 CT 367' Air Voids Content' 1 Per Day Mat Behind Paver 7 3 7 17 $220 $3,740 Sample digout material at the regular frequency. ° Total Cost $25,248 Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. `Item includes the cost oftesting core specimens in the lab. ° Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. `Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)), r Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. ° Test must be performed by an AASHTO certified laboratory. No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. City of Santa Clarita 2022-23 Annual Slurry Seal Program City Project No. M0149 Quality Assurance Testing Program Materials Testing - Base Bid Test Method(s) Quality Characteristic Minimum Sampling and Testing Frequency Location of Sampling Estimated Number of Tests Unit Cost Extended Cost Slurry R&R Areasa Total CT 202 Aggregate Gradation 1 Per Week Stock Pile 6 2 8 $166 $1,328 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum 1 Per Day At Plant° 24 8 32 $166 $5,312 CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Per Day Mat Behind Paver' --- 8 8 $166 $1,328 Cores` Percent Compaction a 1 Per 250 Tons, Minimum 3 Per Day Compacted Mat --- 24 24 $86 $2,064 CT 309 Rice Density 1 Per Day Mat Behind Paver --- 8 8 $166 $1,328 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver --- 8 8 $0 $0 CT 366 Stabilometer Valuer 1 Per Day Mat Behind Paver --- 8 8 $220 $1,760 CT 3671 Air Voids Content! 1 Per Day Mat Behind Paver --- 8 8 $220 $1,760 AASHTO R 29 Asphalt Binder 1 Per Day' At Plant --- --- --- Sample digout material at the regular frequency. ° Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. Total Cost $14,880 ` Item includes the cost of testing core specimens in the lab. ° Though core samples are used for acceptance testing, mon Loring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). ' Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. " Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 23 COST FILE "TWINING Schedule of Fees 2022 - 2023 NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Personnel Rates: Per Hour Unless Otherwise Noted Task Code Engineering and Consulting Personnel Rate 10026 Senior Principal Advisor/Consultant $ 354.00 10001 Principal Engineer/Geologist $ 250.00 10017 Metallurgical Engineer $ 364.00 70000 Registered Geotechnical Engineer $ 244.00 10010 Technical Advisor $ 239.00 10011 Material Scientist, Welding/NDT Consultant $ 250.00 70003 Registered Geologist/Certified Engineering Geologist $ 244.00 10003 Senior Engineer/Geologist $ 218.00 10009 Registered Civil Engineer $ 213.00 60003 Roofing/Waterproofing Consultant $ 239.00 10013 Project Engineer/Manager $ 169.00 30000 Quality Control Manager $ 143.00 10005 Senior Staff Engineer/Geologist $ 192.00 10007 Staff Engineer/Geologist $ 187.00 10015 Quality Control Administrator $ 177.00 10019 Metallurgical Technician $ 151.00 90001 CADD Operator/Draftsperson $ 137.00 95103 Office Support/Clerical $ 98.00 70107 Field Supervisor $ 172.00 91030 Safety Supervisor $ 172.00 20000 Laboratory Manager $ 156.00 98000 Laboratory Technician $ 130.00 90005 Expert Witness Testimony $ 603.00 91010 Qualified SWPPP Developer $ 192.00 91000 Qualified SWPPP Practitioner $ 177.00 30001 Vibration Engineer $ 218.00 Task Code Field Inspection Personnel Rate 10101 Concrete/Reinforced Steel Inspector $ 110.00 10103 Prestressed/Post Tensioned Inspector $ 110.00 10105 Concrete ICC Inspector $ 110.00 10109 Drilled -In -Anchor Inspector $ 130.00 10111 Gunite/Shotcrete Inspector $ 130.00 10113 Masonry Inspector $ 130.00 10201 Structural Steel/Welding Inspector $ 130.00 10203 AWS Certified Welding Inspector $ 130.00 10207 Fireproofing Inspector $ 130.00 10501 Lead Inspector $ 120.00 10115 Firestop Special Inspector - IFC Premier $ 148.00 10117 Firestop Special Inspector - IQP $ 194.00 70109 L.A. Deputy Grading Inspector $ 135.00 75001 Asphalt Field and Plant Inspector/Technician $ 110.00 70103 Pile Driving Inspector $ 130.00 70101 Soils Technician $ 110.00 10107 Concrete Quality Control (ACl/Caltrans Technician) $ 110.00 10122 Wood Framing Inspector $ 130.00 60001 Roofing/Waterproofing Inspector $ 137.00 10500 Public Works Inspector $ 120.00 10515 Mechanical Inspector $ 156.00 10519 Electrical Inspector $ 156.00 10521 Plumbing Inspector $ 156.00 10523 Building Inspector $ 156.00 30002 Vibration Monitoring Technician $ 151.00 50003 Field Engineering Technician $ 130.00 Task Code Shop Inspection Personnel Rate 10301 Structural Steel Fabrication Inspector $ 125.00 10309 Batch Plant Quality Control Technician/Inspector $ 125.00 10325 Glue -Laminated Fabrication Inspector Quotation 10328 Pre -Cast Concrete/Pipe Fabrication Inspector $ 125.00 Task Code Nondestructive Testing Personnel Rate 10401 NDE Ultrasonic Testing Technician $ 130.00 10403 NDE Magnetic Particle Testing Technician $ 130.00 10405 NDE Dye Penetrant Testing Technician $ 130.00 10305 Combination NDE Technician/Welding Inspector $ 130.00 10409 Radiographic Testing (crew oft) $ 350.00 10020 NDE Engineer $ 220.00 Task Code Equipment Usage (Daily Unless Otherwise Noted) Rate 95318 Skidmore $ 42.00 95309 Torque Wrench, Small $ 16.00 95312 Torque Wrench, Large $ 26.00 95315 Torque Multiplier $ 4200. 95321 Air Meter $ 21.00 95322 Unit Weight Bucket $ 31.00 95323 Field Concrete Scale $ 31.00 95324 Brass Mold $ 21.00 95343 Nuclear Gauge (Per Hour) $ 10.00 95319 Sand Cone Density Test Equipment $ 52.00 95333 Pull Test Equipment $ 62.00 95348 Concrete/Asphalt Coring Equipment $ 624.00 95327 Pachometer $ 57.00 95336 Floor Flatness (Dipstick) $ 52.00 95330 Schmidt Hammer $ 31.00 95341 Vapor Emission Test Kits $ 31.00 95342 Relative Humidity Probe $ 62.00 95339 UPV (Ultrasonic Pulse Velocity) Meter $ 364.00 95351 Fireproofing Adhesion/Cohesion (Per Test) $ 36.00 95300 A Scan Ultrasonic Equipment and Consumables $ 78.00 95303 Magnetic Particle Equipment and Consumables $ 42.00 95306 Liquid Penetrant Consumables $ 36.00 95307 Phased Array Ultrasonic Equipment (Per Hour) $ 62.00 95347 Ground Penetrating Radar $ 312.00 95345 Impact Echo $ 364.00 95362 Ultrasonic Tomography $ 468.00 95349 Inertial Profiler (Per Hour) Quotation 95357 Project Dedicated Vehicle $ 125.00 95364 Roller Compacted Concrete Vibrating Hammer/Tampling Plate $ 73.00 95367 Half -cell Potential Equipment Set $ 364.00 95368 Concrete Electrical Resistivity Meter $ 166.00 95369 Field Hardness (Steel) $ 104.00 95370 Coating Thickness Gauge $ 104.00 95373 Wood Curing Box (One -Time Fee/Per Box) $ 624.00 95371 Temperature Control Curing Box (Per Month) $ 468.00 95372 Temperature Matching Curing Box (Per Month) $ 541.00 Task Code Specimen Pick -Up Rate 20102 Standard Sample: Concrete Cylinders (Each) $ 29.00 20101 Standard Sample: Mortar/Grout Cubes and Cores, $ 29.00 Fireproofing, Reber, and Epoxy Prisms (Each) 20103/ Oversize Sample: Masonry Prisms, Shotcrete Panels, $ 78.00 20104 Flexural Beams (Each) 20107 Technician for Specimen Pick -Up Not Listed Above $ 109.00 (Per Hour, 2-Hour Minimum) 20109 Technician for Specimen Pick -Up Before 5:00 a.m. $ 146.00 or After 5:00 p.m. Monday thru Friday, or All Day Saturday (Per Hour, 2-Hour Minimum Plus Mileage) Task Code Jobsite Trailer, Mobile or On -site Laboratory Rate 95360 Mobile laboratory for rapid strength concrete $ 550.00 (per shift not exceeding 12 hours) All others by quotation Task Code Concrete Tests (Field Made Specimens) Rate 20201 6" x 12" Cylinder: Compression Strength $ 42.00 (ASTM C39) 20202 4" x 8" Cylinder: Compression Strength $ 36.00 (ASTM C39) 20203 Density of Structural Lightweight Concrete $ 88.00 Equilibrium or Oven Dry Method (ASTM C567) 20205 Core Compression including Trimming (ASTM C42) $ 78.00 20207 6" x 6" x 18" Flexural Beams Not Exceeding $ 104.00 Referenced Size (ASTM C78, C293 or CTM 523) 20209 Splitting Tensile Strength (ASTM C496) $ 99.00 20211 Modulus of Elasticity Test (ASTM C469) $ 286.00 80003 Rapid Chloride Permeability Test: Cylinders or $ 541.00 Cores (ASTM C1202) 80006 Density, Absorption, and Voids in Hardened $ 541.00 Concrete (ASTM C642) Twining, Inc. I City of Santa Clarita 24 COST FILE "TWINING Task Concrete Tests (Field Made Specimens), Code Continued Rate 40005 Flexural Toughness (ASTM C1609, Formerly $ 800.00 ASTM C1018) 40007 Flexural Toughness (ASTM C1550) $ 500.00 40006 Double Punch Strength of Fiber Reinforced Concrete $ 500.00 40009 Coefficient of Thermal Expansion of Concrete $ 600.00 (CRD 39, AASHTO T336) 40012 Bulk Electrical Resistivity (ASTM C1876) $ 120.00 Task Code Concrete Specimen Preparation Rate 20151 Sawing of Specimens (Each) $ 40.00 20157 Coring of Specimens in Lab (Each) $ 40.00 20159 Grinding of Concrete Below 6000 psi Strength (Each) $ 60.00 20160 Grinding of Concrete 6000 psi Strength and Above (Each) $ 90.00 Task Laboratory Trial Batch: Concrete, Cement Code and Mortar Rate 30216 Compression Test 4"x8" Cylinders Made and Tested in $ 50.00 Laboratory (ASTM C192, C35) 30217 Compression Test 6"x12" Cylinders Made and Tested in $ 60.00 Laboratory (ASTM C192, C35) 30219 6" x 6" x 18" Flexural Beams Made and Tested in $ 100.00 Laboratory (ASTM C192, C78) 30223 Splitting Tensile Strength Cylinders Made and Tested $ 115.00 in Laboratory (ASTM C192, C496) 30225 Modulus of Elasticity Test Cylinders Made and Tested in $ 285.00 Laboratory (ASTM C192, C469) 30227 Density of Structural Lightweight Concrete Made in the $ 105.00 Laboratory, Equilibrium or Oven Dry Method (ASTM C567) 30237 Bulk Electrical Resistivity (ASTM C1876) $ 140.00 30201 Laboratory Trial Batch (ASTM C192/Lab Procedure Performance) $ 525.00 30203 Concrete Mixture Design for Preconsruction Evaluation and $ 250.00 Backup Data Development 30205 Drying Shrinkage Up to 28 Days: Three 3" x 3" or $ 500.00 4" x 4" Bars, Five Readings up to 28 Dry Days (ASTM C157) 30230 Additional Reading, Per Set of Three Bars $ 45.00 30231 Storage over Ninety (90) Days, Per Set of $ 30.00 Three Bars, Per Month 30207 Setting Time Up to 7 Hours (ASTM C403) $ 180.00 30209 Bleeding (ASTM C232) $ 150.00 30229 Concrete Restrained Expansion (ASTM C878) $ 600.00 30211 Mix, Make and Test Mortar or Grout Specimens for $ 550.00 Compressive Strength: Set of 6 (ASTM C878) 20263 Non -Shrink Grout: Height Change after Final $ 550.00 Set (ASTM C1090) 20265 Non -Shrink Grout: Height Change at Early $ 800.00 Age (ASTM C827) 30232 Cracking Resistance, Set of Three Rings, $ 5,500.00 Laboratory Trial Batching, Test Until Cracking or up to 28 Days (ASTM 1581) 30233 Evaluation of Pre -Packaged Masonry Mortars $ 1,150.00 (ASTM C270) 30234 Creep (ASTM C512) (One Age of Loading, 12 Months $ 8,000.00 Duration of Testing) Task Code Chemical Analysis and Petrographic Examination of Concrete Rate 80123 Chemical Analysis for Acid Soluble Chlorides $ 145.00 (ASTM C1152) (includes sample prep) 80126 Chemical Analysis for Water Soluble Chlorides $ 170.00 (ASTM C1218) (includes sample prep) 80193 Chloride Diffusion Coefficient of Cementitious $ 2,600.00 Mixtures by Bulk Diffusion (ASTM C1556) 80129 Petrographic Examination of Hardened Concrete, Level II (ASTM 856) (Comprehensive) Each, One Sample $ 2,400.00 Each, Two or More Samples $ 2,100.00 Task Code Physical and Chemical Analysis of Cement Rate 80195 Physical Testing and Chemical Analysis of Portland $ 1,300.00 Cement per Standard Requirements (ASTM C150) 80100 Chemical Analysis of Portland Cement per $ 675.00 Standard Requirements (ASTM C150) 80103 Physical Testing of Portland Cement per $ 675.00 Standard Requirements (ASTM C150) Task Code Physical and Chemical Analysis of Cement, Continued Rate 80194 Physical Testing of Type K Cement, Mortar $ 702.00 Expansion (ASTM C806) 80106 Partial Analysis or Specific Physical Tests Quotation 80110 Sulfates Resistance of Hydraulic $ 2,808.00 Cement (ASTM C1012), 6 months 80111 Sulfates Resistance of Hydraulic $ 3,120.00 Cement (ASTM C1012), 12 months Task Code Physical and Chemical Analysis of Fly Ash Rate 80140 Chemical Analysis of Fly Ash per $ 702.00 Standard Requirements (ASTM C618) 80143 Physical Testing of Fly Ash per Standard Requirements $ 702.00 (ASTM C618) 80146 Partial Analysis or Specific Physical Tests Quotation 80147 Chemical Analysis and Physical Testing of Fly Ash per $ 1,352.00 Standard Requirements (ASTM C1618) Task Physical Testing of Chemical Admixtures for Code Concrete Rate 80196 Qualification of Admixture per ASTM C494 Quotation Task Code Soils and Aggregate Tests Rate 30503 Abrasion: LA Rattler (ASTM C131) $ 208.00 30505 Abrasion: LA Rattler (ASTM C535) $ 218.00 70301 Atterberg Limits/Plasticity Index (ASTM D4318, CTM 204) $ 166.00 70303 California Bearing Ratio Excluding Maximum Density $ 572.00 (ASTM D1883): Soil 70304 California Bearing Ratio Excluding Maximum Density $ 676.00 (ASTM D1883): Cement -Treated Soil 70344 Cement -Treated Soil/Base Mix Design: includes three trial $ 3,640.00 cement contents with three unconfined compressive strength specimens per cement content 70305 Chloride and Sulfate Content (CTM 417, CTM 422) $ 182.00 30403 Clay Lumps and Friable Particles (ASTM C142) $ 208.00 30321 Cleanness Value: 1" x #4 (CTM 227) $ 182.00 30322 Cleanness Value: 1.5" x .75" (CTM 227) $ 286.00 70393 Collapse Potential/Index (ASTM D5333) $ 234.00 70396 Compressive Strength of Molded Soil -Cement $ 109.00 Cylinders (ASTM D1633) 70309 Consolidation Test: Full Cycle (ASTM 2435, CTM 219) $ 203.00 70311 Consolidation Test: Time Rate per Load Increment $ 47.00 (ASTM D2435, CTM 219) 70313 Corrosivity Series: Sulfate, Cl, pH, Resistivity $ 255.00 (CTM 643, 417, and 422) 70315 Crushed/Fractured Particles (ASTM D5821, CTM 205) $ 182.00 70317 Direct Shear Test: Remolded and/or Residual $ 255.00 (ASTM D3080) 70319 Direct Shear Test: Undisturbed - Slow [CD] (ASTM D3080) $ 234.00 70321 Direct Shear Test: Undisturbed - Fast [CU] (ASTM D3080) $ 203.00 70378 Durability Index: Per Method-A,B,C, or D $ 218.00 (ASTM D3744, CTM 229) 70325 Expansion Index (ASTM D4829, UBC 18-2) $ 177.00 75004 Fine Aggregate Angularity $ 198.00 (ASTM C1252, CTM 234, AASHTO T304) 30507 Flat and Elongated Particle (ASTM D4791) $ 250.00 30508 Flat or Elongated Particle (ASTM D4791) $ 218.00 70331 Maximum Density: Methods A/B/C $ 198.00 (ASTM D1557, D698, CTM 216) 70333 Maximum Density: Check Point (ASTM D1557, D698) $ 68.00 70335 Maximum Density: AASHTO C [Modified] $ 203.00 (AASHTO T-180) 70336 Maximum Index Density: Vibratory Table (ASTM D4253) $ 359.00 70337 Moisture Content (ASTM D2216, CTM 226) $ 26.00 70339 Moisture and Density: Ring Sample (ASTM D2937) $ 31.00 70341 Moisture and Density: Shelby Tube Sample $ 42.00 (ASTM D2937) 70340 Moisture -Density Relations of Soil -Cement $ 286.00 Mixtures Premixed in the Field (ASTM D558) 70342 Moisture -Density Relations of Soil -Cement Mixtures $ 364.00 Mixed in the Lab (ASTM D558) 30401 Organic Impurities (ASTM C40, CTM 213) $ 94.00 70343 Permeability (ASTM D5084) Quotation 80001 Potential Reactivity: Chemical Method (ASTM C289 - $ 650.00 Discontinued Method) 70394 Potential Reactivity: Mortar Bar Expansion Method, $ 884.00 14-Day Exposure (ASTM C1260) Twining, Inc. I City of Santa Clarita 25 COST FILE Task Code Soils and Aggregate Tests, Continued 70391 Potential Reactivity: Mortar Bar Expansion Method, 28-Day Exposure (ASTM C1260) 70398 Potential Reactivity: Concrete Bar Expansion Method (ASTM C1293), 12 month 70399 Potential Reactivity: Concrete Bar Expansion Method (ASTM C1293), 24 month 70397 Potential Reactivity of Aggregate Combination, non-standard method; 14-Day Exposure, Mortar (after ASTM C1567) 70392 Potential Reactivity of Aggregate Combination, non-standard method; 28-Day Exposure, Mortar (after ASTM C1567) 70345 R-Value: Soil (ASTM 2844, CTM 301) 70347 R-Value: Aggregate Base (ASTM D2844, CTM 301) 70349 Sand Equivalent (ASTM D2419, CTM 217) 70351 Sieve #200 Wash Only (ASTM D1140, CTM 202) 70353 Sieve with Hydrometer: 3/4" Gravel to Clay (ASTM D422, D7928, CTM 203) 70355 Sieve with Hydrometer: Sand to Clay (ASTM D422, D7928, CTM 203) 70357 Sieve Analysis Including Wash (ASTM C136, CTM 202) 70359 Sieve Analysis Without Wash (ASTM C136, CTM 202) 70360 Sieve Analysis: Split Sieve (ASTM C136, CTM 202) 70361 Sieve Analysis Without Wash: With Cobbles (ASTM C136, CTM 202) 70363 Soundness: Sodium or Magnesium Sulfate, 5 Cycles (ASTM C88) 70365 Specific Gravity and Absorption: Coarse (ASTM C127, CTM 206) 70367 Specific Gravity and Absorption: Fine (ASTM C128, CTM 207) 70369 Swell/Settlement Potential: One Dimensional (ASTM D4546) 70371 Triaxial 70373 Unconfined Compression (ASTM D2166, CTM 221) 30317 Unit Weight Per Cubic Foot (ASTM C29, CTM 212) 30319 Voids in Aggregate with Known Specific Gravity (ASTM C29, CTM 212) 30411 Lightweight Particles: Coarse, with Two Solutions (ASTM C123) 30412 Lightweight Particles: Fine, with One Solution (ASTM C123) Task Code Asphalt Concrete Tests 75031 HMA Mixing and Preparation 75032 HMA Mixing and Preparation with Aggregate Treatment 75033 Bulk Specific Gravity of Compacted Sample or Core: SSD (ASTM D2726, CTM 308C) 75036 Bulk Specific Gravity of Compacted Sample or Core: Parafin Coated (ASTM D1188 and CTM 308A) 75040 Emulsion Residue, Evaporation (ASTM D244) 75024 Extraction: % Bitumen (ASTM D6307, CTM 382) 75027 Extraction: % Bitumen and Gradation (ASTM D5444, D6307, CTM 202, 382) 75028 Extraction: % Bitumen, Correction Factor (ASTM D6307, CTM 382) 75030 Chemical Extraction: % Bitumen and Sieve Analysis (ASTM D2172 Method A or B, ASTM D5444) 75042 Lab Tested Maximum Density: Hveem, 3 briquettes (ASTM D1561, D1188, CTM 304, 308) 75057 Hveem Stabilometer Test, Premixed, 3 briquettes (ASTM D1560, D1561, CTM 304, 366) 75048 Lab Tested Maximum Density: Marshall, 3 briquettes (ASTM D6926, D2726) 75049 Lab Tested Maximum Density: Marshall 6" Specimen, 3 briquettes (ASTM D5581, D2726) 75050 Lab Tested Maximum Density: Superpave Gyratory Compacted Briquette, SSD, 1 briquette (ASTM D6925, D2726) 75052 Lab Tested Maximum Density: Superpave Gyratory Compacted Briquette, Parafin, 1 briquette (ASTM D1188, D6925) 75051 Maximum Theoretical Specific Gravity [RICE] (ASTM D2041, CTM 309) 75066 Marshall Stability and Flow, Cored Sample, each (ASTM D6927) 75069 Marshall Stability and Flow, Premixed, 3 briquettes (ASTM D6926, D6927) 75106 Marshall Stability and Flow, Gyratory Compacted Specimen Pre -Mixed, 3 briquettes (ASTM D5581, D6925) Task Rate Code Asphalt Concrete Tests, Continued Rate $ 900.00 75107 Marshall Stability and Flow 6" Specimen, Premixed, $ 239.00 3 briquettes (ASTM D5581) $ 2,700.00 75063 Moisture Content (CTM 370) $ 88.00 75005 Wet Track Abrasion Test (ASTM D3910) $ 172.00 $ 2,900.00 75093 Hveem Mix Design (Excluding Aggregate Quality Tests) $ 5,408.00 75096 Hveem Mix Design, with RAP (Excluding Aggregate $ 5,871.00 $ 1,000.00 Quality Tests, RAP Qualification) 75099 Hveem Mix Design, with Lime (Excluding Aggregate $ 6,240.00 $ 1,050.00 Quality Tests) 75094 Hveem Mix Design Caltrans Untreated Mix $ 6,448.00 $ 440.00 (Including Aggregate Quality Tests) $ 490.00 75095 Hveem Mix Design Caltrans Lime Treated Mix $ 7,488.00 $ 166.00 (Including Aggregate Quality Tests) $ 90.00 75084 Marshall Mix Design (Excluding Aggregate Quality Tests) $ 5,408.00 $ 250.00 75087 Marshall Mix Design with RAP (Excluding Aggregate $ 5,871.00 Quality Tests) $ 240.00 75090 Marshall Mix Design with Lime (Excluding Aggregate $ 6,448.00 Quality Tests) $ 166.00 75083 Open Grade Asphalt Concrete Ma Design $ 3,120.00 $ 166.00 (ASTM D7064, CTM 368) $ 211.00 75109 Superpave Ma Design (Excluding Aggregate Quality Tests) $ 11,024.00 $ 235.00 75113 Superpave Ma Design, with RAP $ 11,648.00 (Excluding Aggregate Quality Tests) $ 450.00 75114 Superpave Ma Design, with Rubber $ 11,648.00 (Excluding Aggregate Quality Tests) $ 100.00 75115 Superpave Ma Design, with Additives $ 11,960.00 (Excluding Aggregate Quality Tests) $ 165.00 75075 Effect of Moisture on Asphalt Paving Mixtures, Pre -Mixed $ 1,040.00 (ASTM D4867, AASHTO T283) $ 150.00 75111 Hamburg Wheel Track Test, 20,000 passes, 4 briquettes $ 1,144.00 (AASHTO T324) Quotation 75039 Raveling Test of Cold Mixed Emulsified Asphalt $ 208.00 $ 190.00 (ASTM D7196) $ 125.00 75067 Marshall Stability, wet set, 3 replicates (AASHTO T245) $ 379.00 $ 125.00 75068 Marshall Stability, dry set, 3 replicates (AASHTO T245) $ 324.00 75070 Cold Recycled Asphalt Mix Design: 2 gradings each, $ 11,35T00 $ 410.00 3 emulsion content (Caltrans LP-8) $ 205.00 Task Code Brick Masonry Tests, ASTM C67 Rate Rate 20301 Modulus of Rupture: Flexural $ 103.00 $ 125.00 20303 Compression Strength $ 64.00 $ 175.00 20305 Absorption: 5 Hour or 24 Hour $ 71.00 $ 86.00 20307 Absorption (Boil): 1, 2 or 5 Hours $ 103.00 20309 Initial Rate of Absorption $ 59.00 $ 82.00 20311 Efflorescence $ 81.00 20313 Cores: Compression $ 76.00 $ 160.00 20315 Shear Test on Brick Cores: 2 Faces $ 103.00 $ 166.00 $ 215.00 Task Code Concrete Block, ASTM C140 Rate $ 350.00 20321 Compression $ 94.00 20323 Absorption/Moisture Content/Oven Dry Density $ 94.00 $ 245.00 20327 Linear Shrinkage (ASTM C426) $ 260.00 20335 Web and Face Shell Measurements $ 52.00 $ 220.00 20329 Tension Test $ 166.00 20331 Core Compression $ 73.00 $ 220.00 20333 Shear Test of Masonry Cores: 2 Faces $ 99.00 20339 Efflorescence Tests $ 78.00 $ 210.00 Task $ 215.00 Code Masonry Prisms, ASTM C1314 Rate 20341 Compression Test: Composite Masonry $ 198.00 $ 80.00 Prisms Up To 8" x 16" 20343 Compression Test: Composite Masonry $ 260.00 Prisms Larger Than 8" x 16" $ 90.00 20346 Prism Cord Modulus of Elasticity $ 562.00 20347 Prism Cord Modulus of Elasticity with Transverse $ 692.00 Strain (for double-wythe specimen) $ 166.00 Task $ 80.00 Code Mortar and Grout Rate 20351 Compression: 2" x 4" Mortar Cylinders (ASTM C780) $ 57.00 $ 230.00 20353 Compression: 3" x 3" x 6" Grout Prisms, $ 42.00 Includes Trimming (ASTM C1019) $ 230.00 20355 Compression: 2" Cubes (ASTM C109) $ 57.00 20357 Compression: Cores Includes Trimming (ASTM C42) $ 78.00 Twining, Inc. I City of Santa Clarita 26 COST FILE "TWINING Task Code Masonry Specimen Preparation Rate 20155 Cutting of Cubes or Prisms $ 75.00 Task Code Fireproofing Tests Rate 20401 Oven Dry Density (ASTM E605) $ 70.00 Task Code Gunite and Shotcrete Tests Rate 20361 Core Compression Including Trimming (ASTM C42) $ 75.00 20365 Compression: Cubes (Includes Saw Cutting) $ 95.00 Task Concrete Roof Fill: Gypsum, Vermiculite, Perlite, Code Lightweight Insulating Concrete, Etc. Rate 20371 Compression Test (ASTM C495 and C472) $ 65.00 20373 Air Dry Density (ASTM C472) $ 50.00 20379 Oven Dry Density (ASTM C495) $ 75.00 Task Code Reinforcing Steel, ASTM A615, A706 Rate 20501 Tensile Test: # 11 or Smaller $ 65.00 20503 Bend Test: # 11 or Smaller $ 60.00 20504 Bend Test #14 or #18 $ 375.00 20505 Tensile Test: # 14 $ 260.00 20507 Tensile Test: # 18 $ 360.00 Task Reinforcing Steel - Welded or Coupled Code Specimens Rate 20521 Tensile Test: Welded/Coupled #11 and Smaller $ 75.00 20523 Tensile Test: Welded/Coupled #14 $ 270.00 20525 Tensile Test: Welded/Coupled #18 $ 395.00 20529 Weld: Macroetch $ 90.00 20531 Slippage Test- Caltrans (CTM 670) $ 200.00 20532 Tensile Test: Welded Hoops #11 and Smaller $ 150.00 Task Code Metal and Steel Testing Rate 20601 Tensile Strength: Up to 100K Pounds (Each) $ 70.00 20603 Tensile Strength: Up to 200K Pounds (Each) $ 80.00 20605 Tensile Strength: Up to 300K Pounds (Each) $ 100.00 20607 Tensile Strength: Up to 400K Pounds (Each) $ 150.00 20609 Tensile Strength: 40OKto 600K Pounds (Each) $ 360.00 20611 Tensile Strength: Stress -Strain Percent Offset $ 200.00 20545 Weld: Macroetch $ 90.00 20547 Weld: Fracture $ 45.00 20615 Bend Test $ 70.00 20617 Flattening Test $ 70.00 20619 Hardness Test (ASTM E18) $ 80.00 20630 Bolt: Axial Tensile Test (Up to 7/8" diameter) $ 55.00 20631 Bolt: Wedge Tensile Test (Up to 7/8" diameter) $ 70.00 20632 Bolt: Axial Tensile Test (Greater than 7/8" $ 75.00 up to 1"diameter) 20633 Bolt: Wedge Tensile Test (Greater than 7/8" $ 95.00 up to 1"diameter) 20634 Bolt: Axial Tensile Test (Greater than 1" diameter) Quotation 20635 Bolt: Wedge Tensile Test (Greater than 1" diameter) Quotation 20636 Bolt: Proof Load Test (Up to 7/8") $ 80.00 20637 Bolt: Proof Load Test (Greater than 7/8" up to 1" diameter) $ 100.00 20638 Bolt: Proof Load Test (Greater than 1") Quotation 20639 Nut: Proof Load Test (Up to 7/8") $ 60.00 20640 Nut: Proof Load Test (Greater than 7/8" up to 1" diameter) $ 80.00 20641 Nut: Proof Load Test (Greater than 1") Quotation Task Code Chemical Testing of Metal and Steel Rate 80170 Steel Chemical Analysis $ 175.00 80173 Weight of Galvanized Coating (ASTM A90) $ 80.00 80176 Epoxy Coating Thickness $ 90.00 Task Machining and Preparation of Tensile and Bend Code Sample. Carbon Steel Rate 20751 Machinist: Initial Preparation from Mock-up, Etc. $ 109.00 (Per Hour) 20753 Sawcut to Overall Width (Per 0.5" Thickness or $ 57.00 Fraction Thereof) 20755 Machine to Test Configuration: Milled Specimens $ 78.00 20757 Machine to Test Configuration: Turned Specimens $ 151.00 (Per 0.5" Thickness or Fraction Thereof) 20759 Prepare Subsize Specimens (Per 0.5" Thickness $ 99.00 or Fraction Thereof) Task Code Charpy Impact Rate 20621 Charpy Impact Ambient Temperature $ 99.00 20623 Charpy Impact Reduced Temperature $ 130.00 Task Code Machining of Charpy Samples: Carbon Steel Rate 20780 Cutting and Milling (Per 0.5" or Fraction Thereof) $ 88.00 20783 Final Machining to Sample Configuration $ 99.00 Task Prestressing Wires and Tendons, Code (ASTM A416) Rate 20701 Stress -Strain Analysis: Wire or Strands $ 208.00 (Including Chart and Percent Offset) 20703 Tensile Test Only $ 151.00 20705 Tendons Quotation Task Polymer Matrix Composite Materials Code (Fiberwrap) Rate 20706 Tensile Strength -Set of 5 Specimens/batch/ $ 1,404.00 direction (ASTM D3039) 20707 Tensile Strength -Additional Specimens $ 260.00 (ASTM D3039) 20708 Heating Chamber Time - Per 24 hr period $ 99.00 Task Calibration Services and Universal Machine Code Usage Rate 20801 Calibration/Verification Services Quotation 20803 Universal Test Machine Usage (Per Hour) $ 416.00 Ceramic Tile Testing Division Rate The Ceramic Tile Institute of America (CTIOA) and Twining worked together to advance and develop technology designed to enhance the quality of materials and workmanship in the ceramic tile industry. A separate schedule of fees for these services is available upon request. Cylic and Fatigue Testing Programs on Special Products/Parts Quotation Engineering and Technical supports/Design of Prototypes and Special Test Set -Up Quotation Fastener/Coupling Full Testing Program Per New Regulations: Tension, Tension/Bend, Shear, Double Shear, 8 Compressions Quotation Fiberglass/Composite Materials Field Testing Program (ASTM D1143 D1242, D2584, D4065, D4476, D4923, D7901, D7921, and D732) Quotation Field Testing of Structures and Structural Elements Quotation In -Place Shear Testing Quotation Materials and/or Product Evaluation Per Specifications Quotation Structural Dynamic Testing and Durability Analysis Quotation Twining, Inc. I City of Santa Clarita 27 COST FILE "TWINING General Conditions NOTE: Field inspection work conditions are established by contract with Operating Engineers, Local 12. NOTE: A minimum of 24 hours notice is required for testing and inspection services. NOTE: For projects subject to a Project Labor Agreement (PLA), ifterms/conditions ofthe PLA are more restrictive those terms/conditions will apply. NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Administrative Fees All administrative costs including report distribution and Twining Construction Hive system are billed at the following percentage ofthe monthly invoice total: 4 Note that hard copies of reports will be sent only to governing jurisdictions that mandate them. All other parties will receive reports electronically. The administrative fee above will receive reports electronically. The administrative fee above will be increased by 1 % if additional hard copies of reports are requested. Minimum Charges (Inspection and Technician Personnel Only - Other Personnel Charged on Portal to Portal Basis) 2-Hour Minimum: Inspector arrives atjobsite, no work to perform. 4-Hour Minimum: 1 to 4 hours of inspection 8-Hour Minimum: Over to 8 hours of inspection Regular Time The first 8 hours worked Monday through Friday between 5:00 a.m. and 5:00 p.m. Time and One-Half(All Types of Inspection) All shifts will be billed based on the time and date oftheir start. Any increment past 8 hours through 12 hours worked Monday through Friday and the first 12 hours on Saturday. Time and one-halfwill also be charged for the first four hours before 5:00 a.m. and after 5:00 p.m. Double Time (All Types of Inspection) All shifts will be billed based on the time and date oftheir start. After the first 12 hours worked Monday through Saturday, all day Sunday, holidays, and the first Saturday following the first Friday in June and December. After the first four hours worked before 5:00 a.m. and after 5:00 p.m. Holidays are New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving, the day after Thanksgiving and Christmas Day. Meal Period When personnel are required by their duties to work more than five consecutive hours without a one-half hour uninterrupted meal period, one half hour at double time rate will be charged in addition to any applicable overtime for actual hours worked. Shift Differential (Applies to Regularly Scheduled Shifts Only) A $1.00 per hour shift differential premium will be charged for all inspection hours that fall outside ofthe 5:00 a.m. to 5:00 p.m. time period. Twining will require 48-hour notice along with the General Contractors approved shift letter prior to beginning a shift that will include hours falling outside this time period. Should this notice not be provided, all work performed on that shift will be billed at the applicable overtime or double time rate. If three shifts per day are required, the first shift will be billed at the standard rate. The second shift shall be billed in accordance with the previous paragraph. The third shift shall be billed at 8 hours for the first 6 1/2 hours worked and appropriate overtime or double time for all hours thereafter. Travel Time and Mileage For projects outside a 50-mile radius from the nearest Twining facility, $0.70 per excess mile to and from the project will be charged for inspectors and technicians. Other than small tools, whenever project related equipment is required to be transported to and from the project site, time and mileage for inspectors and field technicians will be billed on a portal to portal basis. For all projects, $0.70 per mile rate and applicable travel time will be charged portal to portal for engineers, consultants, supervisors, and laboratory technicians from the laboratory to the project site and return. For work locations located 100 miles or more from Twining, travel time will be charged at the relevant rate for inspectors and technicians in addition to a subsistence allowance. Weekend Sample Pick -Ups In order to be in strict conformance with testing standards, it may be required that weekend pick-ups be performed (e.g. concrete specimens cast on Friday must be picked up on weekend in order to be in conformance with ASTM C31 requiring specimens to be moved to their final curing location within 48 hours of casting.) Applicable charges for weekend work will apply when this is required. Should these charges not be authorized, Twining will not be liable for any negative consequences. Reimbursable Expenses Parking, air fare, car rental, food, lodging and project specific software/applications (e.g. Plan Grid, Procore, etc.) will be charged at cost plus 20 % per processed invoice, unless provided by client. Project Specific Documents Costs presented assume that client will provide project specific documents (plans, specifications, submittals, RFIs, etc.) for all inspection personnel. Should project specific documents be provided electronically through a "for fee" service, the client will be responsible for providing access and paying any fees for the service. Project Site Facilities Prices quoted assume that initial curing facilities for test samples that comply with relevant test standards and project requirements are provided by others. In addition, prices quoted assume that work/desk space for inspection staff are provided by others. Additional costs will apply should Twining be required to provide such facilities. Subsistence Subsistence on remote jobs will be charged per quotation. Laboratory Testing Hours and Expedited Testing Please note that laboratory testing will be billed on an hourly basis for non-standard tests. Iftesting is required to be performed on Saturdays, Sundays, holidays, or before 5:30 a.m. or after 4:00 p.m. on weekdays, an additional hourly charge with a minimum of one hour will be applied for the laboratory technician. 1.5 x regular test rate will be charged for rush testing. Charges for Subcontracted Services Material sent to outside laboratory for testing: Cost plus 20 Material sent to outside fabricator or machine shop: Cost plus 20 Glu-Lam beam inspection: Cost plus 20 Other subcontractors: Cost plus 20 Project exclusive equipment purchase: Cost plus 20% Twining, Inc. I City of Santa Clarita 28 COST FILE "TWINING General Conditions, Continued Limit of Liability Client agrees to limit Twin ing's aggregate liability to all entities for alleged or actual errors and omissions in the performance of its professional services under this agreement to $50,000.00 or the fees actually paid to Twining, whichever amount is greater. Higher limits may be available by quotation. Certified Payroll Certified payroll will be provided, upon request, at an additional charge of $150.00/month. Fee applies to every month that certified payroll must be submitted regardless of whether or not services were provided for any given month. Final Reports Required by Jurisdiction If a final report or affidavit is required, we must first review all inspection and testing reports and clear up any unresolved issues on these reports. These issues will typically require approval by the engineer or architect of record. This process can take several weeks or just a day, depending on the number and complexity ofthe issues. Cost for final reports will be billed hourly. Terms of Payment Fees charged are for professional and technical services and are due upon presentation. If not paid within 30 days from date of invoice, they are considered past due and the maximum legal finance charge will be added to the unpaid balance. In addition, should the client require that invoices be submitted through a web based or electronic system, the client will be responsible for all costs associated with the use ofthe system. A 3 % fee will be applied for payments processed by credit card. All invoice errors or necessary corrections shall be brought to the attention of Twining within 15 days of receipt of invoice. Thereafter, customer acknowledges invoices are correct and valid. Twining reserves the right to terminate its services to a customer without notice if all invoices are not current. Upon such termination of services, the entire amount accrued for all services performed shall immediately become due and payable. Customer waives any and all claims against Twining, its subsidiaries, affiliates, servants and agents for termination ofwork on account ofthese terms. In the event of any litigation arising from or related to any agreement to provide services whether verbal or written, the prevailing party shall be entitled to recover from the non - prevailing party all reasonable costs incurred, including stafftime, court costs, attorney's fees and all other related expenses in such litigation. Additionally, in the event of a non - adjudicative settlement of litigation between the parties or a resolution of dispute by arbitration, that same process shall determine the prevailing party. Hold Specimens All "hold" specimens are charged at the applicable test rate whether tested or not. Specimen Sampling and Disposal Twining samples materials used in construction in accordance with standard practices, methods, codes and relevant project requirements. Representativeness of sampling and same accuracy of testing are subject to the same probabilistic and precision limitations as governing standards, codes and project technical provisions. Should samples be provided by others Twining cannot warrant or guarantee that material is representative of material that is or will be used in actual construction ofthe project. Specimens will be discarded after testing unless Twining has been notified prior to testing that the customer wishes to retrieve the specimens or storage arrangements are made. Oversize Specimens An extra charge will be made when test specimens require more than one person to handle because of size or weight. Elevated Work Platforms In the event an elevated work platform is required to safely complete our inspections, the client must provide safe access, including a trained and certified operator, to Twining inspection and testing personnel. Should Twining be required to supply an elevated work platform, we will contract with a qualified vendor and the markups shown above will apply. Twining, Inc. I City of Santa Clarita 29 00 "TWINING Engineering a Better Tomorrow PROPOSAL FORM Bid KIP-22-7_3-M014955 2022-23Slurry Seat Project City Project No. M0149 City of Santa ClaritFa, California TO THE CITY OF SANTA CLARITA, A5 Cfry: In accordance with CITY`s NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, tabor, and incidentals required forthe above -stated project as set forth in the plans, specifications, and contract documents therefore, andto 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 atthe unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. 131DDER understands that a bid is required forthe entire work that the estimated quantities setforth 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 INCnEASE OR DECREASE THE AM OUNT OF ANY CLUANTITY SH OWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the un it andlor lump sum price(s) laid include all appurtenant expenses; taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern overextended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY`s notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name_ "i ✓1 f f Comp2nyAddress: r�.9f;�i,�� Phone: Email: ��i�.yr1 .`47W By: Print Name Title: Signature; Date: NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #t'CIP-22-23-M0149SS 2022-23 Slurry Seal Project City Project No. M0149 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. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its -respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. 11. 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 cove-rAge. 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 to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real propertv 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 Liabilitv 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 contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in. conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY'reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured_ A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's 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, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required bythis Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation_ CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's 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 anyway 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 forth City. Authorized Signature. Date: Printed Name: d[�;1 BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-22-23-M0149SS 2022-23 Slurry Seal Project City Project No. M0149 City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: 14wefetV4 Business Address: e'lA'-00 A'101 1�rO;g6 e— 9, 0� 9 Telephone No.: C 'D� r•� ,��� State CONTRACTOR's License No. & Class: `/9,91� Original Date: o,91y1" Expiration Date: Q9%0.71' The following are'the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or -any firm, corporation, partnership oriointventure of which any principal having an interest in this proposal was an owner, corporate officer, partner oriointvernture are asfollows: All current and prior DBAs, alias, and/orfictitious business names for any principal having an interest in this proposal are as follows, IN WITNESS WHEREOF, BIDDEI, executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of,4 BIDDER: Name and Title of Signatory }1G'r�r, Legal Name of Bi /lw-r Z�/- fife '' "-- . � Address Telephone Number Federal Tax I.Q. No. BIDDER'S QUESTIONNAIRE Bid #CIP-22-23-MO149SS 2022-23 Slurry Seal Project City Project No. M0149 City of Santa Clarita, California 1. Submitted by: ��YG6Y) �������� Telephone: Principal Office Address: 19%9,,;11 e--/ 4/1;1/0 .fooe A,,erf� 6e 2. Type of Firm: ❑ C. Corporation XS Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation:d. ��9�% State of Incorporation: President's Name: Vice -President's Name: /� r Secretary or Cleric's Name: 7�/*/�/��� s9 Treasurer's Name: / ?� (— 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-22-23-MO149SS 2022-23 Slurry Seal Project City Project No. M0149 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: �1h f./d Ir License number: �B�P�9 Class: J Expiration Date: dw/b,o.�� D.I.R. Registration 5. CONTRACTOR's Representative: 2 Title:] Alternate: 6'0A? -0 Title: 6. List the major construction projects your organization has in progress as of this date: A. Owner: Project Location il7no f � D✓l Type of Project: G'I/7ci� .1�2I ,J�rry a//hero-�i iW �yq V B. Owner: U Project Location f!1'�(,rU LO<473Dh Type of Project: "&W// 70��l�,jr�/%� % �11rff�C►`Or% Cih �J' ir/ C. Owner: Aa rno Project Location: Ile'Oe -1-K,?,Xa ! Type of Project: 7V�D f tit BID SCHEDULE Bid #CIP-22-23-M0149A 2022-23 Slurry Sea[ Project City Project No. M0149 City of Santa Clarita, CA ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL. QUANTITIES UNIT PRICE *TOTAL COST 1 2 Mobilization, Bonds & Insurance Traffic Control F2-1 F2-2.8 LS LS 100 1 .4Gb=00 161260.00 00 3 Storm Water Pollution Control Program F1-9 LS 1 !f0, DG 4 9,'6 70 4 Crack Seal & Slurry Seal (Type II F2-9.4 TN 2,453 I 5 Crack Fill & Double Seal Coat F2-10-.3 SF 486,875 d, 6 4" Remove and Replace F2-5.4 SF 52,366 7 Stablization Allowance F2-5.4 SF 5,240 8 Trim and Prune Tree Root F2-8.3 SF 750 g2,00 / O® 9 Lower and Adjust Water Valve Covers to Finish Grade F2-11.3 EA 2 100 10 Lower and Adjust Manhole Covers to Finish Grade F2-11.3 EA 5 pD -W 00 11 12" White Crosswalk/ Limit Line (Thermo) F2-12.4 LF 1,516 GYJ00 12 24" Yellow Crosswalk Line (Thermo) F2-12.4 LF 115 00 13 Install Blue RPM @ Fire Hydrant F2-12.4 EA 94 00 14 Remove and Install Permanent Traffic Loops F2-13.4 EA 10 %f(J,� 15 Striping Detail #22 (Thermo & Markers) F2-12.4 LF 5,635 $,0 , / 00 16 Striping Detail 427E (Thermo & Markers F2-12.4 LF 6,480 0 / Q 17 Stripinu Detail #39 (Thermo) F2-12.4 LF 34,182 41 OV,? ,Q 18 Striping Detail #39A (Thermo) F2-12A IF 22,639 Q / ,0 19 "AHEAD" Legend (Thermo) F2-12.4 FA 1 ( OQ 20 "STOP"' Legend (Thermo) F2-12.4 EA 58 /X, 619 21 Arrow Type IV (UR) (Thermo F2-12.4 EA 5 Q7,00 , 00 22 Arrow Type A[ LIR (Thermo) F2-12.4 _ffP7 2 0(� 23 Bike Lane Symbol Without Person F2-12.4 I EA 1 60 QO,A0 / ,6Q 24 Bike Lane Arrow F2-12.4 I EA 1 89 , CO TOTAL EASE BID TOTAL AMOUNT IN FIGURES: /j% Q, BASE BID TOTAL AMOUNT IN WORDS: /J, • p D 01 & %/," 'NOTE_ in case of error in extension of price into the total price column, the unit price will govern. REFERENCES Bid #C]P-22-23-M0149SS 2022-23 Slurry Seal Project City Project No. M0149 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. g 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 Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone bidder intends to procure insurance bonds: numbers of all brokers and sureties from whom REFERENCE LIST' AGENCY/CONTACT PROJECT NAME DOLLAR AMOUNT DATE COMPLETED COUNTY OF RIVERSIDE SLURRY SEAL AND CURB RAMP ACCESSIBILITY $2,531,940.65 Dec-22 PAUL CASTILLO PROJECT FY 2021-2022 DISTRICT 1 (951)961-6184 COUNTY OF RIVERSIDE SLURRY SEAL AND CURB RAMP ACCESSIBILITY $4,035,932.05 Oct-22 STEVE WANN PROJECT FY 2021-2022 DISTRICT 3 (951)961-5946 CITY OF P.V. ESTATES FY 21122 SLURRY SEAL PROJECT $670,335.63 Sep-22 ELIZABETH BECERRA MALAGA COVE (310)750-9821 CITY OF CORONADO STREET PREVENTIVE MAINTENANCE $408,383.00 Feb-22 DAVE JOHNSON FY 21122 (619)522-2425 CITY OF CARLSBAD 2021 SLURRY SEAL AND FOG SEAL $1,836,898.59 IN PROGRESS STEVE DIDIER CONTRACT NO. 6001-21SS (760)602-7539 CITY OF LADE FOREST SLURRY SEAL FOR NON -ARTERIAL STREETS $1,334,137.13 Jan-23 TAYLOR ABERNATHY (949)461-3490 CITY OF PALM DESERT 2021 SLURRY SEAL PROJECT $2,195,028.90 Nov-22 RYAN GAYLER PROJECT NO. 751-12; CONTRACT NO. C42450 (760)346-0611 CITY OF HEMET 2021/2022 CITYWIDE SLURRY SEAL $403,613.65 Sep-22 CHASE KEYS (951)765-2360 CITY OF R.S. MARGARITA FY 21-22 ANNUAL RESIDENTIAL SLURRY SEAL $564,895.75 Sep-22 BRIAN DUGAN (949)635-1805 REFERENCE LIST AGENCY/CONTACT PROJECT NAME DOLLAR AMOUNT DATE COMPLETED CITY OF ORANGE ANNUAL SLURRY SEAL AT VARIOUS LOCATIONS $604,446.75 Nov-22 YOUICHI NAKAGAWA 21-22 (714)744-5544 CITY OF CLOVIS RUBBERIZED CAPE SEAL 2022 $1,195,564.33 Aug-22 THOMAS CHENG (559)324-2374 CITY OF NEW. BEACH SLURRY SEAL PROGRAM $787,623.74 Nov-22 PATRICIA CARPENTER PROJECT NO. 22R04 (949)644-3317 CITY OF CYPRESS STREET REHABILITATION $334,382.05 Sep-22 ALEX BANGEAN (714)229-6684 CITY OF EASTVALE 2022 RESIDENTIAL SLURRY SEAL PROJECT PENDING IN PROGRESS YURCHI CHOI (951)703-4471 CITY OF TEMECULA PW22-02 CITYWIDE SLURRY SEAL PROGRAM PENDING IN PROGRESS RYAN CASTILLO FY 2021-22 (951)693-3964 COUNTY OF INYO CITY OF VISTA SLURRY SEAL PROJECT 2022 PENDING IN PORGRESS CIP NOS. 8262, 8313 (760)643-5415 BROKERS & SURETIES FROM WHOM THE BIDDER INTENDS TO PROCURE INSURANCE AND BONDS BONDING AGENT: INTERWEST INSURANCE SERVICES, INC. 1357 E. LASSEN AVENUE CHICO, CA 95973 (530)897-3154 SURETY COMPANY: EVEREST REINSURANCE COMPANY P.O. BOX 830 LIBERTY CORNER, NJ 07938-0830 (908)604-3000 INSURANCE AGENT: INTERWEST INSURANCE SERVICES, INC. 368 E. YOSEMITE AVENUE, SUITE 100 MERCED, CA 95340 (209)724-2324 DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-MO149SS 2022-23 Slurry Seal Project City Project No. M0149 City of Santa Clarita, California listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dol ar Value of Work At:l�4 le' d ,� y /D �y�a3 1071MDd oa Location and Place of Business 9/4hca✓eY// Bid Schedule item No's: 7 & J Description of Work (�MGk LCense No. Exp. Date: / / Phone { ) f Subcontractor DIR Registration No_* Dy}liar Value of Work Location and 12.4ce of sines / 289D C,�, Bi hedule ItemNo'! ! ` of&2 c�98 9/D D scription of W k 94�o�;ram ��fr Cdr rf license No. d✓V. �Lo Exp. Date: / / /D%//1710 9 Pho e { ) Subcontractor DIR Registration No.* Dollar Value of Work /DDT Location and Mace of Business L er die. Bid Schedule item o's: Description of Work �O/e Ste/ 4 GYi License No_ 9U �zy Up. Date: / / D .� %/ Phone { ) - NOTE. A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded_ *Pursuant to Division 2, Part 7, Chapter 1(commencing with section 1720) of the California Labor Code. DESIGNATION OF SUBCONTRACTORS Bid #;f CIP-22-23-MO149SS 2022-23 Slurry Seal Project City Project No. M0149 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 cr labor or render service in excess of 36 of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar V lue of Work Location and Place of Business ,� 44 Bid Schedule item No's_ Description of Work / Gx f License No- Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Doll r Value of Work Location and Place of Busine� �IgeOO i� c/ Zqy Bid Schedule Item No's: Description of Work License No. 9% VLO Exp. Date_ / / (J.�rl-wr l 1�9 Phone ( j 41 ld�Ov_ �l Subcontractor DIR Registration No-* Dollar Value of Work Location and Place of Business Bid Schedule Item No's Description of work License No. I Exp. Date: / / Phone t NOTE: A BIDDER or subcontractor shall not he qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7025.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded- *Pursuant to Division 2, Part 7, Chapter 1(commencing with section 1720) of the California Labor Code- EaVAL EMPLOYMENT QPPORTUMITY CERTIFICATION Bid #CIP-ZZ-23-M0149SS 2022 23 Slurry Seal Project City Project No. M0149 City of Santa Clarita, California This bidder X proposed subcontractor hereby certifies that it has has not , participated in a previous contract or subcontract subjeceto the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has � , has not filed with the Joint Deporting 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 underthe applicable filing requirements. Company: fr`/I7lJtJCJiC By: dd / Title: Ae !/7`l�dEr Date: `7 j�` 7,3 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 50-1.7(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 60-1J(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. CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIF-ZZ-23-M0149ss 2022 23 Slurry Seal Project City Project No. M0149 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors priorto the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its fifes_ BIDDER f ✓er';,- Ae73;1, 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 16,1958 — p. 3C65). NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-22-23-M0149SS 2022-23 Slurry Seal Project City Project No. M0149 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, orto fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. NON -COLLUSION AFFIDAVIT Sid #CIP-22-23-M0149SS 2022-23 Slurry Seal Project City Project No. M0149 City of Santa Clarfta, Calffornid TO BF FXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA � COUNTY OF LOSANGELES � being first duty sworn deposes and says that he/she is the X&--; (sole owner, a partner, president, etc-.) of the party makingthe foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or share, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false orsham bid, orthat anyoneshall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract that all statements contained in such bid aretrue, and further, thatsaid BIDDERhas not, directly orindirectly, 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 assoclation, organization, bid depository, or to any member or CITY thereof, or to any other individual, except -to such person or persons as have a partnership or other financial interest with said BIDDER in his general business - Bidder: Signature - Title .,l,- � DE13ARMENTAND SUSPENSION CERTIFICA-nON Bid #aP-22-23-M0149SS 2022-23 Slurry Seal Project City Project No, M0149 City of Santa Clarito, 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 governmental AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any government@] AGENCY within past three years; does not have a proposed debarment pending, and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility_ For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. The Contractor further certifies that itshall not knowingly enterinto 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 constitute signature of this Certification. Bidder: �i-re— Title Si//..�,j !�r e- ,�`e 6i;e-117— IRAN CONTRACTIN 3 ACT CERTIFICATION (Public Contract Code Sections 2200 etseq.) Sid #CIP-22-23--M0149SS 2022-23 Slurry Seal Project City Project No. M0149 City of Santa Chit#a, 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 2200 et seg_) is true and correct; Proposer is not: (i) identied on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract. Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods andlor 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 1, 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 ndvter. Firm Signed Date - NarnelTitle Dote: 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 tk ice the Contract amount, termination of the Contract andlor ineligibility to bid on contracts for three years. . _ , END OF DOCUMENT DocuSign Envelope ID: All 8231 FF-A312-4A8A-9F74-63EB3282l3DBC _.. ' Addendum No. 1 March 22, 2023 Addendum No. 1 BID # CIP-22-23-MO1490B 2022-2023 Annual Overlay B Project City Project No. M0149 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. BASIS OF AWARD MODIFICATION The basis of award has been modified from base bid, to the following: In accordance with California Public Contract Code section 20103.8 (d), the lowest bid shall be determined in a manner that prevents any information that would identify any of the bidders or proposed subcontractors or suppliers from being revealed to the public entity before the ranking of all bidders from lowest to highest has been determined. A responsible bidder who submitted the lowest bid as determined by this section shall be awarded the contract, if it is awarded. This section does not preclude the local agency from adding to or deducting from the contract any of the additive or deductive items after the lowest responsible bidder has been determined. The evaluation process will be structured as follows: I. Bids are received II. Purchasing will assign each Bidder an alphabetical letter for identification purposes III. Purchasing will mask all portions of the Bid Proposal and other documents submitted with Bid Proposals so that the identity of each Bidder and each listed sub is not revealed. IV. Purchasing will maintain a list which identifies each Bidder's name and a corresponding alphabetical letter assigned to each Bidder. V. Purchasing will provide the Bid Proposal amounts of each Bidder for the Base Bid as well as each Bid Alternate. VI. Bidders will not be identified by name, only by alphabetical letter assigned to each Bidder. VII. Purchasing will provide the Project Manager copies of the Bid Proposals with the identities of Bidders and listed subs masked. Vill. Bids reviewed by the Project Manager will identify Bidders only by alphabetical letters. IX. Project Manager reviews the Bids BID # CIP-22-23-MO1490B DocuSign Envelope ID: All 8231 FF-A312-4A8A-9F74-63EB3282BDBC �04 gANTA C� 7 U �,7 e c�yoFo to osccN°�`�0 Addendum No. 1 March 22, 2023 X. Project Manager selects Bid Alternates and determines which Bidder (by the alphabetical letter designation assigned by Purchasing) has submitted the lowest Bid Proposal based upon the Base Bid and any combination of the Bid Alternates XI. Purchasing will then make available to the Project Manager the Bidders List so that the identity of the Bidder to be awarded the Contract can be identified. XII. Until such time as the Project Manager has completed his/her review of Bid Proposals and determined which Bidder has submitted the lowest responsive Bid Proposal, there will be no communication between the Project Manager and Purchasing regarding the identities of Bidders or listed subcontractors Hypothetical examples of the award process are as follows: Bid closes and Purchasing provides following results to the Project Manager: Bidder Base Bid Alt 1 Alt 2 Alt 3 Alt 4 Alt 5 Total A $105,000 $6,500 $9,500 $4,500 $6,000 $7,500 $139,000 B $110,000 $4,500 $7,800 $1,200 $4,100 $4,500 $132,100 C $112,000 $3,500 $7,100 $1,300 $3,100 $4,200 $131,200 Hypothetical Scenario #1: Determined that City wants Base Bid + Alt 3 & 5 Selection would be as follows: Bidder A Base Bid $105,000 EAItlAlt 2 Alt 3 $4,500 Alt 4 Alt 5 $7,500 Total $117,000 B $110,000 $1,200 $4,500 $115,700 C $112,000 $1,300 $4,200 $117,500 Hypothetical Scenario #2: Determined that City wants Base Bid + Alt 1, 2, & 4 Selection would be as follows: Bidder Base Bid Alt 1 Alt 2 Alt 3 Alt 4 Alt 5 Total A $105,000 $6,500 $9,500 $6,000 $127,000 B $110,000 $4,500 $7,800 $4,100 $126,400 C $112,000 $3,500 $7,100 $3,100 $125,700 Hypothetical Scenario #3: Determined that City wants Base Bid + Alt 1 only Selection would be as follows: Bidder Base Bid Alt 1 Alt 2 Alt 3 Alt 4 Alt 5 Total A $105,000 $6,500 $111,500 B $110,000 $4,500 $114,500 C $112,000 $3,500 $115,500 II. UPDATED SECTION F - GENERAL PROVISIONS Please see the attached updated Section F - General Provisions. III. UPDATED EXHIBIT A -PLANS Please see the attached updated Exhibit A- Plans. BID # CIP-22-23-MO1490B DocuSign Envelope ID: Al 8231 FF-A312-4A8A-9F74-63EI33282BDBC O! 'd OGhOEO �QOECEMBE«,` o�t151gITdd by: Damon Letz City Engineer END OF ADDENDUM Addendum No. 1 March 22, 2023 This addendum must beovy%dged via BidNet and should be included with the bid response. Representative r ' e in Company Name BID # CIP-22-23-MO1490B BID SCHEDULE SUMMARY Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California BIDDER: TORO ENTERPRISES, INC. BID SUMMARY TOTAL PRICE $ IN FIGURES BASE BID TOTAL PRICE IN WORDS//�Q TOTAL PRICE $ IN FIGURES ADD ALTERNATE 1 TOTAL PRICE �/Ve IV14 �/�6`I ✓C��(O-,gin IN WORDS � TOTAL PRICE $ /V s3-7 TOTAL OF BASE BID IN FIGURES AND ALTERNATE 1 TOTAL PRICE foUA 1Ai11116757-e /1 IN WORDS � � S14'�'ePA-ft) 15-A71� P *NOTE: In case of error in extension of price into the total price column, the unit price will govern. See Section B, Bid Instructions and Bid Clauses, #11 "Award of Contract" for details on the basis for award of contract. tvcP% �/l?Z DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BID SCHEDULE BID # CIP-22-23-MO1490B City Project No. M0149 City of Santa Clarita, California Base Bid BIDDER: TORO ENTERPRISES, INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT CITY UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance G2-1 LS 1 2 Traffic Control G2-2.8 LS 1 3 Storm Water Pollution Control Program G1-8 LS 1 .1;2 1;2 4 AC D2 PG 64-10 G2-8.4 TN 3,672 /��, — 5 1/2" Type A PG 64-28PM G2-8.4 TN 12,799 �� ®o' /, S j -0 giO. 6 4" Remove & Replace G2-6.4 SF 40,208 7 Stabilization Allowance G2-6.4 SF 4,022 32 3,�0 8 Keycut Al G2-4.6 LF 77,501 6/. Sa 9 Keycut B1 G2-4.6 LF 1,363 / e 10 Install Blue RPM's @ Fire Hydrant G2-13.4 EA 55 A, �- X �, � 11 Lower and Adjust Manhole Covers to Finish Grade G2-10.3 EA 172 ,jam^, / p ",bo• 12 1 Lower and Adjust Gas Covers to Finish Grade G2-10.3 EA 4 / , 13 Lower and Adjust Water Valve Covers to Finish Grade G2-10.3 EA 176 04> . P r 14 12" White Crosswalk/Limit Line (Thermo) G2-13.4 LF 1,304 , 15 "STOP" Legend (Thermo) G2-13.4 EA 32 y- 16 24" Yellow Crosswalk Line (Thermo) G2-13.4 LF 421 A57. 17 Striping Detail #12 (Thermo & Markers) G2-13.4 LF 92 �y,��" , gp 18 Striping Detail # 22 (Thermo & Markers) G2-13.4 LF 3,756 o 19 Striping Detail #38 (Thermo & Markers) G2-13.4 LF 710 TO 20 Striping Detail #39 (Thermo) G2-13.4 LF 1,241 ZL 9,6 21 Striping Detail #39A (Thermo) G2-13.4 LF 42 ® o 22 "AHEAD" Legend (Thermo) G2-13.4 EA 12- 23 "PED" Legend (Thermo) G2-13.4 EA 2 24 "XING" Legend (Thermo) G2-13.4 EA 4 /o? •��� — 25 Install Arrow Type VI (Thermo) G2-13.4 EA 15 1 �' DocuSign Envelope ID: CC5F5377-D87B-4DF5-86BE-2E6A6F66000B 26 Install Arrow 18' Type I (Thermo) G2-13.4 EA 3 27 Install Diagonal 12" White Line G2-13.4 LF 50 28 "25" Legend (Thermo) G2-13.4 EA 2 29 "BUMP" Legend (Thermo) G2-13.4 EA 8 % , 30 "SCHOOL" Legend (Thermo) G2-13.4 EA 2 r 31 15peed Hump (Traffic Calming System) G2-14.4 EA 4 TOTAL BASE BID TOTAL AMOUNT IN FIGURES: BASE BID TOTAL AMOUNT IN WORDS: /t r *NOTE: In case of error in extension of price into the total price column, the unit price will govern. See Section B, Bid Instructions and Bid Clauses, #11 "Award of Contract" for details on the basis for award of contract. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BID SCHEDULE BID # CIP-22-23-MO1490B City Project No. M0149 City of Santa Clarita, California Copperhill from West Hills to McBean - Alternate 1 BIDDER: TORO ENTERPRISES, INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT CITY UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance G2-1 LS 1 2 Traffic Control G2-2.8 LS 1 3 IStorm Water Pollution Prevention - BMP Plan G1-8 LS 1 4 AC D2 PG 64-10 G2-8.4 TN 1,403 5 ARHM GG-D PG 64-16 G2-9.4 TN 4,929 / /,570 6 Remove & Replace 5" AC G2-6.4 SF 69,651 S-0 33, 7 Stabilization Allowance G2-6.4 SF 6,966 , '78 KeycutAl G2-4.6 LF 9,523 ,19 K , 9 Keycut 61 G2-4.6 LF 183 10 Lower and Adjust Manhole Covers to Finish Grade G2-10.3 EA 24 p®� 11 Lower and Adjust Water Valve Covers to Finish Grade G2-10.3 EA 29 12 Lower and Adjust Utility Cover / Vault / Well to Finish lGrade G2-10.3 EA 1 13 Install Blue RPM's @ Fire Hydrant G2-13.4 EA 14 14 6" White Line (Thermo) G2-13.4 LF 160 15 12" White Crosswalk/Limit Line (Thermo) G2-13.4 LF 1,550 0 16 Striping Detail #12(Thermo & Markers) G2-13.4 LF 10,600 ,� 17 IStriping Detail #22 (Thermo) G2-13.4 LF 900 1,72 18 Striping Detail #27B (Thermo) G2-13.4 LF 1,450 5� 19 Striping Detail #29 (Thermo & Markers) G2-13.4 LF 475 s 20 Striping Detail #38 (Thermo & Markers) G2-13.4 LF 2,445 ,7 21 Striping Detail #38A (Thermo) G2-13.4 LF 535 , a0 r 22 Striping Detail #40 (Thermo & Markers) G2-13.4 LF 315 0- So , SO 23 Arrow Type IV (L/R) (Thermo) G2-13.4 EA 17 . 24 Arrow 18' Type I (Thermo) G2-13.4 EA 2 25 Chevron Striping G2-13.4 EA 250 7s 26 Install Temporary Video Detection System G2-11.4 EA 10 d , d Y® I 7Z1;- Remove and Install Permanent Traffic Loops G2-11.4 EA 44 �,3�;' • 28 Remove and Replace Sensys G2-12.4 EA 12 / -76 . TOTAL ALTERNATE 1 BID TOTAL AMOUNT IN FIGURES: 3 IIALTERNATE 1 BID TOTAL AMOUNT IN WORDS: /SAID' tiiZ/..,,.n., *NOTE: In case of error in extension of price into the total price column, the unit price will govern. See Section B, Instructions and Bid Clauses, #11 "Award of Contract" for details on the basis for award of contract. S0 BID SCHEDULE SUMMARY Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California BIDDER: TORO ENTERPRISES, INC. BID SUMMARY TOTAL PRICE $ IN FIGURES BASE BID TOTAL PRICE IN WORDS//�Q TOTAL PRICE $ IN FIGURES ADD ALTERNATE 1 TOTAL PRICE �/Ve IV14 �/�6`I ✓C��(O-,gin IN WORDS � TOTAL PRICE $ /V s3-7 TOTAL OF BASE BID IN FIGURES AND ALTERNATE 1 TOTAL PRICE foUA 1Ai11116757-e /1 IN WORDS � � S14'�'ePA-ft) 15-A71� P *NOTE: In case of error in extension of price into the total price column, the unit price will govern. See Section B, Bid Instructions and Bid Clauses, #11 "Award of Contract" for details on the basis for award of contract. tvcP% �/l?Z DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BIDDER'S BOND Bid #CIP-22-23-M0149OB 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarito, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid 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: N/A dollars ($ N/A ), 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: 2022-2023 Annual Overlay B Project Bid No. CIP-22-23-M0149OB Project No. M0149 N/A Bidder's Signature N/A CONTRACTOR/BIDDER N/A Address N/A City, State, Zip Code * Delete the inapplicable work NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B PROPOSAL GUARANTEE BID BOND Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that Toro Enterprises, Inc. , as BIDDER, and Travelers Casualty and Surety Company of America as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of * dollars ($ * ), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, 5th Day of April . 2023. CONTRACTOR: _5ec:.1fj LcsL,IICE. t'ce6,01ew7f Name and Title of Signatory Signature Toro Enterprises, Inc. Legal Name of Bidder 2101 E. Ventura BLVD., Oxnard. CA 93036 *Ten Percent of the Total Amount Bid **10% of the Total Amount Bid Bidder Address S 805-483-4515 = r73�ro66 Telephone Number Federal Tax I.D. No. TravelejA Casualty and Surety Company of America SURETY*: vl — Name Ethan Spector, Attorney -In -Fact 818-409-4240, rjtorres@travelers.com Phone Number and Email 655_ N. Central Ave., Suite 1100, Glendale CA 91203 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Contractor and Suretv signatures must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ;rcY�.cf�S3s,�K'�.cat•.i-rcrcrc=c�,cr,<=t-,c=r,�rc—rc--c,<=c� �c�,c�,c� ;rrcr.�.-�,c�,c�,<-er=rc=c�,rcere-rcr,�=cerc=�r=C,ercri=�c�((tiY's A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California, County of Ventura, On APRIL 7th, 2023 before me, Tyson Rising, Notary Public Date Here Insert Name and Title of the Officer personally appeared Sean Castillo Name(,) of Signer,(9) who proved to me on the basis of satisfactory evidence to be the person( whose name(4 - is/Rfe subscribed to the within instrument and acknowledged to me that he/st a/they executed the same in his/hqf/t"ir authorized capacity(Wg), and that by his/her/tyreir signature($) on the instrument the person(, or the entity upon behalf of which the person(g) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. TYSON RISING COMM. #2388737 z Notary Public - California 2 Ventura aM Comm. Expires Dec. 31, 2025 Signature Si otary 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: CITY OF SANTA CLARITA -PROJECT NO. M0149 -BID BOND Date: 04/05/2023 Number of Pages: _1 _ Signer (s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name Sean Castillo Signer's Name: 12 Corporate Officer — Title(s): President ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Partner — ❑ Limited ❑ General ❑ Individual []Attorney in Fact ❑ Trustee ❑Guardian or Conservator ❑ Other: Signer Is Representing: Toro Enterprises, Inc. Signer Is Representing: ©2014 National Notary Association - www.NationaiNotary.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 Los Angeles ) On before me, D. Garcia, Notary Public Date Personally appeared Ethan Spector 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( whose namek) is/)W subscribed to the within instrument and acknowledged to me that he/�bf},eXexecuted the same in his/yXEXrauthorized capacity), and that by his/kgL#yrsignature((j) on the instrumentthe personk), or the entity upon behalf of which the personk) acted, executed the instrument. r D. GARCIA COMM. #2354770 z o.rs a -1 :� z �= Notary Public - California o Los Angeles County — My Comm. Expires Apr. 18, ZL211 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public -------------------------------------------------------------------- CIPTiONAL ---------------------------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Number of Pages Document Date Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name © Corporate Officer—Title(s) © Partner [] Limited Q General Individual E] Attorney in Fact QTrustee Guardian or Conservator Other Signer's Name IQ Corporate Officer—Title(s) Q Partner 0 Limited MlGeneral I® Individual Fj Attorney in Fact QTrustee 0 Guardian or Conservator ® Other Signer Is Representing Signer Is Representing Travelers Casualty and Surety Company of America �r n Adw Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Ethan Spector of LOS ANGELES , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. �NV7�AF/y .3"Vi Ah0 ire g PG y \ HAWO e HAR'rFOW Cggrj711 ,!( CGiif $ W COIN. r State of Connecticut City of Hartford ss. By: Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. a NOTARY My Commission expires the 30th day of June, 2026 .1+. runic Anna P. Nowik, Notary Public �O�rcr This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, .that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of APR 0 5 ZD23 gJ*,1Y AN, � HMTF^tlRD, i i1MTNi OONN ,(L w' Kevin E. Hughes, Assi taut Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-BOO-421-3880. Please refer to the above -named Attorney(s)-in-Pact and the details of the bond to which this PowerofAttorney is attached. No. 6516 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Travelers Casualty and Surety Company of America of Hartford, Connecticut, organized under the laws of Connecticut, subject to its Articles offncorporation or other fimdamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 1st day of July, 1997, 1 have hereunto set my hand and caused my official seal to be affixed this 161, day of June, 1997. Fee: $ 92.00 Chuck Quackenbush Rec. No. Insurance Commissioner Filed: 5/28/97 By Victoria S. Sidbury Depuly Certification I, the undersigned Insurance Commissioner of the State of California, do hereby certify that I have compared the above copy of Certificate ofAuthority with the duplicate of original now on file in my office, and that the same is a fidl, true, and correct transcript thereof and of the whole of said duplicate, and said Certificate ofAuthority is now in full force and effect. IN WITNESS WHEREOF, I have set my hand and caused my official seal to be affixed this 29ti, day of September, 2020. Ricardo Lara Insurance Commissioner By )Magnolia Ktierrez> DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa C/arito, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: TORO ENTERPRISES, INC. Business Address: 2101 E VENTURA BLVD,OXNARD,CA 93036 Telephone No.: 805-483-4515 State CONTRACTOR's License No. & Class: 710580;A,C-31 DIR No.: 1000002410 Original Date: 11/3/14 Expiration Date: 6/30/25 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: SEAN CASTILLO,PRESIDENT;2101 E VENTURA BLVD,OXNARD,CA 93036 805-483-4515 DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B JERRY HANNIGAN,SECRETARY;2101 E VENTURA BLVD,OXNARD,CA 93036;805-483-4515 TRENT ROYLE,VP OPERATIONS;2101 E VENTURA BLVD,OXNARD,CA 93036;805-483-4515 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint venture are as follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and sits this proposal with the names, title, hands, and seals of all aforementioned principals th&-Jay oft ri 2023 BIDDER: Signature SEAN CASTILLO, PRESIDENT Name and Title of Signatory TORO ENTERPRISES, INC. Legal Name of Bidder 2101 E VENTURA BLVD,OXNARD,CA 93036 Address 805-483-4515 Telephone Number 77-0396663 Federal Tax I.D. No. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 :rcrc-s�;�e.��.�cr^^,c-c�-c�f�..<--rrr,�r=^,rrn.�.�.2��.2�^^�rc��`,�-r.�r�r<-c,�-carer.�-e•,�r.�=<•.cr,�=crr.�r�cc�>Y>� A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California, County of Ventura, On APRIL 7th, 2023 before me, Tyson Rising, Notary Public Date Here Insert Name and Title of the Officer personally appeared Sean Castillo Name(o) of Signer) who proved to me on the basis of satisfactory evidence to be the person(§' whose name(g) is/art; subscribed to the within instrument and acknowledged to me that he/slvd/grey executed the same in his/let/tf ddir authorized capacity(ies), and that by his/t 6r/jla€r signature) on the instrument the person(S), or the entity upon behalf of which the person( acted, executed the ins t ument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. s. TYSON RISING COMM. #2388737 z Notary Public - California o z Ventura County Signature Comm. Expires Dec. 31, 2025 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: CITY OF SANTA CLARITA- PROJECT NO. M0149 BIDDERS INFO& CERTIFICATION Date: 04/07/2023 Number of Pages: _1 _ Signer (s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name Sean Castillo 0 Corporate Officer — Title(s): President []Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Toro Enterprises Inc. Signer Is Representing: ©2014 National Notary Association • www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827)� Item #5907 DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BIDDER'S QUESTIONNAIRE Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California 1. Submitted by: TORO ENTERPRISES, INC. Telephone: 805-483-4515 Principal Office Address: 2101 E VENTURA BLVD,OXNARD,CA 93036 2. Type of Firm: ® C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 12/22/1994 State of Incorporation: CALIFORNIA President's Name: SEAN CASTILLO Vice -President's Name: TRENT ROYLE Secretary or Clerk's Name: JERRY HANNIGAN Treasurer's Name: N/A 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: N/A Name of all partners holding more than a 10% interest: N/A N/A N/A Designate which are General or Managing Partners. N/A DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: license number: 710580 Class: A,C-31 D.I.R. Registration # 1000002410 5. SEAN CASTILLO, PRESIDENT Expiration Date: 8/31/23 CONTRACTOR'S Representative: SEAN CASTILLO Title: PRESIDENT Alternate: JERRY HANNIGAN Title: SECRETARY 6. List the major construction projects your organization has in progress as of this date: A. owner: CITY OF SANTA PAULA Project Location: HARDVARD BLVD IN THE CITY OF SANTA PAULA Type of Project: SEWER PIPELINE AND WATER MAINLINE REPLACEMENT B. owner: CITY OF OXNARD Project Location: IN THE CITY OF OXNARD Type of Project: LIFT STATION 1,2 & 30 IMPROVEMENTS C. owner: CITY OF ALHAMBRA Project Location: VARIOUS LOCATIONS Type of Project: STREET REHABILITATION DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. TORO ENTERPRISES, INC. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-MO1490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of/: of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work C xeSS t C��rLrL / OdOOdO/�,� 7% �d . Location and Place of Business Bid Schedule Item No's: Description of Work ?�yS� f ?P/ i•�O Mdj�s 2 G r1 ;e'on�dre i��7 S S-Z- 5vS' License No. Exp. Date: / / Phone ( ) 75-6'3l> 9//3o/2v 2Gf 4'2f - n/z Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* 0- Value of Work 7 Location and Place of Business Bid Schedule Item No's: Description of Work li 1-1- IV V. rxp. udce. i,none NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California CROSSTOWN ELECTRICAL This bidder proposed subcontractor & DATA, INC. hereby certifies that it has X , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: CRO TO N E TRICAI ATA, INC. By: ''--"--- .-- Title: PRESI ENT, DAVID X HEERMANCE Date: APRIL 11, 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. DocuSign Envelope ID: Al8231FF-A312-4A8A-9F74-63EB32B2BDBC _ . Addendum No. 1 March 22, 2023 Addendum No. 1 BID # CIP-22-23-MO1490B 2022-2023 Annual Overlay B Project City Project No. M0149 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. BASIS OF AWARD MODIFICATION The basis of award has been modified from base bid, to the following: In accordance with California Public Contract Code section 20103.8 (d), the lowest bid shall be determined in a manner that prevents any information that would identify any of the bidders or proposed subcontractors or suppliers from being revealed to the public entity before the ranking of all bidders from lowest to highest has been determined. A responsible bidder who submitted the lowest bid as determined by this section shall be awarded the contract, if it is awarded. This section does not preclude the local agency from adding to or deducting from the contract any of the additive or deductive items after the lowest responsible bidder has been determined. The evaluation process will be structured as follows: I. Bids are received II. Purchasing will assign each Bidder an alphabetical letter for identification purposes III. Purchasing will mask all portions of the Bid Proposal and other documents submitted with Bid Proposals so that the identity of each Bidder and each listed sub is not revealed. IV. Purchasing will maintain a list which identifies each Bidder's name and a corresponding alphabetical letter assigned to each Bidder. V. Purchasing will provide the Bid Proposal amounts of each Bidder for the Base Bid as well as each Bid Alternate. VI. Bidders will not be identified by name, only by alphabetical letter assigned to each Bidder. VII. Purchasing will provide the Project Manager copies of the Bid Proposals with the identities of Bidders and listed subs masked. Vill. Bids reviewed by the Project Manager will identify Bidders only by alphabetical letters. IX. Project Manager reviews the Bids BID # CIP-22-23-MO1490 B DocuSign Envelope ID: A18231 FF-A312-4A8A-9F74-63EB3282BDBC O� SANTA Ql s f�TO DEC Addendum No. 1 March 22, 2023 X. Project Manager selects Bid Alternates and determines which Bidder (by the alphabetical letter designation assigned by Purchasing) has submitted the lowest Bid Proposal based upon the Base Bid and any combination of the Bid Alternates XI. Purchasing will then make available to the Project Manager the Bidders List so that the identity of the Bidder to be awarded the Contract can be identified. XII. Until such time as the Project Manager has completed his/her review of Bid Proposals and determined which Bidder has submitted the lowest responsive Bid Proposal, there will be no communication between the Project Manager and Purchasing regarding the identities of Bidders or listed subcontractors Hypothetical examples of the award process are as follows: Bid closes and Purchasing provides following results to the Project Manager: Bidder Base Bid Alt 1 Alt 2 Alt 3 Alt 4 Alt 5 Total A $105,000 $6,500 $9,500 $4,500 $6,000 $7,500 $139,000 B $110,000 $4,500 $7,800 $1,200 $4,100 $4,500 $132,100 C $112,000 $3,500 $7,100 $1,300 $3,100 $4,200 $131,200 Hypothetical Scenario #1: Determined that City wants Base Bid + Alt 3 & 5 Selection would be as follows: Bidder Base Bid Alt 1 Alt 2 Alt 3 Alt 4 Alt 5 Total A $105,000 $4,500 $7,500 $117,000 B $110,000 $1,200 $4,500 $115,700 C $112,000 $1,300 $4,200 $117,500 Hypothetical Scenario #2: Determined that City wants Base Bid + Alt 1, 2, & 4 Selection would be as follows: Bidder Base Bid Alt 1 Alt 2 Alt 3 Alt 4 Alt 5 Total A $105,000 $6,500 $9,500 $6,000 $127,000 B $110,000 $4,500 $7,800 $4,100 $126,400 C $112,000 $3,500 $7,100 $3,100 $125,700 Hypothetical Scenario #3: Determined that City wants Base Bid + Alt 1 only Selection would be as follows: Bidder Base Bid Alt 1 Alt 2 Alt 3 Alt 4 Alt 5 Total A $105,000 $6,500 $111,500 B $110,000 $4,500 $114,500 C $112,000 $3,500 $115,500 II. UPDATED SECTION F - GENERAL PROVISIONS Please see the attached updated Section F - General Provisions. III. UPDATED EXHIBIT A - PLANS Please see the attached updated Exhibit A - Plans. BID # CI P-22-23-MO1490B DocuSign Envelope ID: Al 8231 FF-A312-4A8A-9F74-63El33282l3Dl3C �0 gANT� cL 4 V fir' E�rauEc[eae6� 7 d9Ed by: Damon Letz City Engineer END OF ADDENDUM Addendum No. 1 March 22, 2023 This addendum must be ,�e� ov/edged via BidNet and should be included with the bid response. Contractor' Representative Torn /' ' e �n Company Name Z2Z ate BID # CIP-22-23-MO1490B DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B DOCUMENT CHECKLIST Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California The following documents must be completed and submitted by the bidder as per the outlined timeframes. The following documents must be provided by ALL bidders: Uploaded via BidNet (see Section C) If Proposal Form 6f Notice to Bidders Regarding Contractual Requirements ld Bid Schedules Bid Schedule Summary Bidder's Information and Certification Bidder's Questionnaire Certification of Non -Segregated Facilities Designation of Subcontractors ld References Equal Employment Opportunity Certification Iran Contracting Act Certification Non -Collusion Affidavit All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet Delivered to City Hall, Attn: Purchasing, Suite 120 prior to bid closing: d Bidder's Bond/Proposal Guarantee Bid Bond (Notarized) The following documents must be provided at time of bid or no later than 48 hours after bid closing: ❑ EEO Certs of subcontractors over $10,000 The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Ramiro Fuentes ❑ Contract Agreement ❑ Faithful Performance Bond (notarized) ❑ Labor & Material Bond (notarized) ❑ Insurance Required by Contract ❑ W9 ❑ Fringe Benefit Statement DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B PROPOSAL FORM Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: TORO ENTERPRISES, INC. Company Address: 2101 E VENTURA BLVD,OXNARD CA 93036 Phone: 805-483-4515 Email: ESTIMATING@TOROENTERPRISES.COM By: SEAN CASTILLO Print Name Title: PRESIDEN Signature: Avd Date: "1 7 ` 7 3 DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 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 Contractors liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limitthe liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B 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 to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis forthe completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B 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 contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B 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, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's 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: Date: Printed Name: SEAN CASTILLO, PRESIDENT DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BID SCHEDULE BID # CIP-22-23-MO1490B City Project No. M0149 City of Santa Clarita, California Base Bid BIDDER: TORO ENTERPRISES, INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT CITY UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance G2-1 LS 1 2 Traffic Control G2-2.8 LS 1 gL 3 Storm Water Pollution Control Program G1-8 LS 1 ,,;z 4 AC D2 PG 64-10 G2-8.4 TN 3,672- 5 1/2" Type A PG 64-28PM G2-8.4 TN 12,799 /®'t ®," /, S j -000. 6 4" Remove & Replace G2-6.4 SF 40,208 , a6 P 7 Stabilization Allowance G2-6.4 SF 4,022 6 , d 8 Keycut Al G2-4.6 LF 77,501 , S-® 9 Keycut B1 G2-4.6 LF 1,363 / 10 Install Blue RPM's @ Fire Hydrant G2-13.4 EA 55 11 Lower and Adjust Manhole Covers to Finish Grade G2-10.3 EA 172 rj�_� / p z,00. 12 1 Lower and Adjust Gas Covers to Finish Grade G2-10.3 EA 4 / , 13 Lower and Adjust Water Valve Covers to Finish Grade G2-10.3 EA 176 nj . P 14 12" White Crosswalk/Limit Line (Thermo) G2-13.4 LF 1,304 , �} 15 "STOP" Legend (Thermo) G2-13.4 EA 32 /3�." y/�,✓� . — 16 24" Yellow Crosswalk Line (Thermo) G2-13.4 LF 421 A57. 17 Striping Detail #12 (Thermo & Markers) G2-13.4 LF 92 �y,��" , gp 18 Striping Detail # 22 (Thermo & Markers) G2-13.4 LF 3,756 % , 19 Striping Detail #38 (Thermo & Markers) G2-13.4 LF 710 Y, 15-0 20 Striping Detail #39 (Thermo) G2-13.4 LF 1,241 96 21 Striping Detail #39A (Thermo) G2-13.4 LF 42 o so 22 "AHEAD" Legend (Thermo) G2-13.4 EA 12 23 "PED" Legend (Thermo) G2-13.4 EA 2 24 "XING" Legend (Thermo) G2-13.4 EA 4 /o? •��� 25 Install Arrow Type VI (Thermo) G2-13.4 EA 15 DocuSign Envelope ID: CC5F5377-D87B-4DF5-86BE-2E6A6F66000B 26 Install Arrow 18' Type I (Thermo) G2-13.4 EA 3 , 27 Install Diagonal 12" White Line G2-13.4 LF 50 28 "25" Legend (Thermo) G2-13.4 EA 2 ® , ® ;iL- 29 "BUMP" Legend (Thermo) G2-13.4 EA 8 / 3� e 30 "SCHOOL" Legend (Thermo) G2-13.4 EA 2 r 31 15peed Hump (Traffic Calming System) G2-14.4 EA 4 2 TOTAL BASE BID TOTAL AMOUNT IN FIGURES: BASE BID TOTAL AMOUNT IN WORDS: AZ,/ /j/ /t s' � dims rc�� ' *NOTE: In case of error in extension of price into the total price column, the unit price will govern. See Section 8, Bid Instructions r �'✓ and Bid Clauses, #11 "Award of Contract" for details on the basis for award of contract. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BID SCHEDULE BID # CIP-22-23-MO1490B City Project No. M0149 City of Santa Clarita, California Copperhill from West Hills to McBean - Alternate 1 BIDDER: TORO ENTERPRISES, INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT CITY UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance G2-1 LS 1 2 Traffic Control G2-2.8 LS 1 3 IStorm Water Pollution Prevention - BMP Plan G1-8 LS 1 4 AC D2 PG 64-10 G2-8.4 TN 1,403 5 ARHM GG-D PG 64-16 G2-9.4 TN 4,929 / /,570 6 Remove & Replace 5" AC G2-6.4 SF 69,651 S-0 33, 7 Stabilization Allowance G2-6.4 SF 6,966 , '78 KeycutAl G2-4.6 LF 9,523 ,19 K , 9 Keycut 61 G2-4.6 LF 183 10 Lower and Adjust Manhole Covers to Finish Grade G2-10.3 EA 24 p®� 11 Lower and Adjust Water Valve Covers to Finish Grade G2-10.3 EA 29 12 Lower and Adjust Utility Cover / Vault / Well to Finish lGrade G2-10.3 EA 1 13 Install Blue RPM's @ Fire Hydrant G2-13.4 EA 14 14 6" White Line (Thermo) G2-13.4 LF 160 15 12" White Crosswalk/Limit Line (Thermo) G2-13.4 LF 1,550 0 16 Striping Detail #12(Thermo & Markers) G2-13.4 LF 10,600 ,� 17 IStriping Detail #22 (Thermo) G2-13.4 LF 900 1,72 18 Striping Detail #27B (Thermo) G2-13.4 LF 1,450 5� 19 Striping Detail #29 (Thermo & Markers) G2-13.4 LF 475 s 20 Striping Detail #38 (Thermo & Markers) G2-13.4 LF 2,445 ,7 21 Striping Detail #38A (Thermo) G2-13.4 LF 535 , a0 r 22 Striping Detail #40 (Thermo & Markers) G2-13.4 LF 315 0- So , SO 23 Arrow Type IV (L/R) (Thermo) G2-13.4 EA 17 . 24 Arrow 18' Type I (Thermo) G2-13.4 EA 2 25 Chevron Striping G2-13.4 EA 250 7s 26 Install Temporary Video Detection System G2-11.4 EA 10 d , d Y® I 7Z1;- Remove and Install Permanent Traffic Loops G2-11.4 EA 44 �,3�;' • 28 Remove and Replace Sensys G2-12.4 EA 12 / -76 . TOTAL ALTERNATE 1 BID TOTAL AMOUNT IN FIGURES: 3 IIALTERNATE 1 BID TOTAL AMOUNT IN WORDS: /SAID' tiiZ/..,,.n., *NOTE: In case of error in extension of price into the total price column, the unit price will govern. See Section B, Instructions and Bid Clauses, #11 "Award of Contract" for details on the basis for award of contract. S0 BID SCHEDULE SUMMARY Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California BIDDER: TORO ENTERPRISES, INC. BID SUMMARY TOTAL PRICE $ IN FIGURES BASE BID TOTAL PRICE IN WORDS//�Q TOTAL PRICE $ IN FIGURES ADD ALTERNATE 1 TOTAL PRICE �/Ve IV14 �/�6`I ✓C��(O-,gin IN WORDS � TOTAL PRICE $ /V s3-7 TOTAL OF BASE BID IN FIGURES AND ALTERNATE 1 TOTAL PRICE foUA 1Ai11116757-e /1 IN WORDS � � S14'�'ePA-ft) 15-A71� P *NOTE: In case of error in extension of price into the total price column, the unit price will govern. See Section B, Bid Instructions and Bid Clauses, #11 "Award of Contract" for details on the basis for award of contract. tvcP% �/l?Z DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarito, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: TORO ENTERPRISES, INC. Business Address: 2101 E VENTURA BLVD,OXNARD,CA 93036 Telephone No.: 805-483-4515 State CONTRACTOR'S License No. & Class: 710580;A,C-31 DIR No.: 1000002410 Original Date: 11/3/14 Expiration Date: 6/30/25 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: SEAN CASTILLO,PRESIDENT;2101 E VENTURA BLVD,OXNARD,CA 93036 805-483-4515 DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B JERRY HANNIGAN,SECRETARY;2101 E VENTURA BLVD,OXNARD,CA 93036;805-483-4515 TRENT ROYLE,VP OPERATIONS;2101 E VENTURA BLVD,OXNARD,CA 93036;805-483-4515 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint venture are as follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and sub -its this proposal with the names, title, hands, and seals of all aforementioned principals this t" ay off 1 I 2023 . BIDDER: Signature SEAN CASTILLO, PRESIDENT Name and Title of Signatory TORO ENTERPRISES, INC. Legal Name of Bidder 2101 E VENTURA BLVD,OXNARD,CA 93036 Address 805-483-4515 Telephone Number 77-0396663 Federal Tax I.D. No. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California, County of Ventura, On APRIL 7th, 2023 before me, Tyson Rising, Notary Public Date Here Insert Name and Title of the Officer personally appeared Sean Castillo Name() of SignerX who proved to me on the basis of satisfactory evidence to be the person( whose name(s) is/ar6 subscribed to the within instrument and acknowledged to me that he/sK/key executed the same in his/t)ef/thdir authorized capacity(ies), and that by his/ter/fir signature(,sr) on the instrument the person(, or the entity upon behalf of which the person( acted, executed the ins rument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. TYSON RISING COMM. #2388737 z _ Notary Public - California o z Ventura County Signature Comm. Expires Dec. 31, 2025 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: CITY OF SANTA CLARITA- PROJECT NO. M0149 BIDDERS INFO& CERTIFICATION Date: 04/07/2023 Number of Pages: _1 _ Signer (s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name Sean Castillo 0 Corporate Officer — Title(s): President []Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑Guardian or Conservator ❑ Other: Signer Is Representing: Toro Enterprises, Inc. Signer Is Representing: ©2014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BIDDER'S QUESTIONNAIRE Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California 1. Submitted by: TORO ENTERPRISES, INC. Telephone: 805-483-4515 Principal Office Address: 2101 E VENTURA BLVD,OXNARD,CA 93036 2. Type of Firm: ® C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 12/22/1994 State of Incorporation: CALIFORNIA President's Name: SEAN CASTILLO Vice -President's Name: TRENT ROYLE Secretary or Clerk's Name: JERRY HANNIGAN Treasurer's Name: N/A 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: N/A Name of all partners holding more than a 10% interest: N/A N/A N/A Designate which are General or Managing Partners. N/A DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B 4. BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California Name of person holding CONTRACTOR's license: SEAN CASTILLO,PRESIDENT license number: 710580 Class: A,C-31 Expiration Date: 8/31/23 D.I.R. Registration # 1000002410 5. CONTRACTOR's Representative: SEAN CASTILLO Title: PRESIDENT Alternate: JERRY HANNIGAN Title: SECRETARY 6. List the major construction projects your organization has in progress as of this date: A. owner: CITY OF SANTA PAULA Project Location: HARDVARD BLVD IN THE CITY OF SANTA PAULA Type of Project: SEWER PIPELINE AND WATER MAINLINE REPLACEMENT B. owner: CITY OF OXNARD Project Location: IN THE CITY OF OXNARD Type of Project: LIFT STATION 1,2 & 30 IMPROVEMENTS C. owner: CITY OF ALHAMBRA Project Location: VARIOUS LOCATIONS Type of Project: STREET REHABILITATION DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors priorto the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. TORO ENTERPRISES, INC. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-MO1490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of/: of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work C xeSS t C��rLrL / OdOOdO/�,� 7% �d . Location and Place of Business Bid Schedule Item No's: Description of Work ?�yS� f ?P/ i•�O Mdj�s 2 G r1 ;e'on�dre i��7 S S-Z- 5vS' License No. Exp. Date: / / Phone ( ) 75-6'3l> 9//3o/2v 2Gf 4'2f - n/z Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* 0- Value of Work 7 Location and Place of Business Bid Schedule Item No's: Description of Work li 1-1- IV V. rxp. udce. i,none NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B REFERENCES Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarito, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. CITY OF VENTURA,501 POLI ST,VENTURA,CA 93001 Name and Address of Owner / Agency DAV I D G I L, 805-841-2775 Name and Telephone Number of Person Familiar with Project $1,067,519 STREET RESURFACING AND R&R OF CURB AND GUTTER 11 /2020 Contract Amount Type of Work Date Completed 2. CITY OF SIMI VALLEY,2929 TAPO CANYON ROAD,SIMI VALLEY,CA Name and Address of Owner / Agency FUAD SHARM OUT, 805-593-6788 Name and Telephone Number of Person Familiar with Project $1,853,080 STREET RESURFACING 3/2023 Contract Amount Type of Work Date Completed 3. CITY OF SANTA PAULA;907 VENTURA ST,SANTA PAULA,CA Name and Address of Owner / Agency SARAH WATTE, 805-658-6800 Name and Telephone Number of Person Familiar with Project $1,194,329 PAVING REHAB,GRIND AND OVERLAYSTRIPING 5/2020 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: ETHAN SPECTOR,909-612-3654 TRAVELERS CASUATLY AND SURETY COMPANY OF AMERICA, 21688 GATEWAY CENTER DRIVE,DIAMOND BAR,CA 91765 DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California This bidder TORO ENTERPRISES, INC. , proposed subcontractor TBD , hereby certifies that it has X , has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are ender the applicable filing requirements. Company: TORO ENTERPRISES ,06-11'" / Title: SEAN CASTILLO, PRESIDENT Date: q/ 7/2,_3 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 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 segq.) is true and correct: 19' Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of, California. Contractor TORO ENTERPRISES, INC. Firm Signed 7Z 71 I SEAN CASTILLO, PRESIDENT 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 DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BIDDER'S BOND Bid #CIP-22-23-M0149OB 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid 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: N/A dollars $ N/A ( ), 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: 2022-2023 Annual Overlay B Project Bid No. CIP-22-23-MO149OB Project No. M0149 N/A Bidder's Signature N/A CONTRACTOR/BIDDER N/A Address N/A City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B NON -COLLUSION AFFIDAVIT Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) SEAN CASTILLO being first duly sworn deposes and says that he/she is the PRESIDENT (sole owner, a partner, president, etc.) of TORO ENTERPRISES, INC. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such pers or persons as have a partnership or other financial interest with said BIDDER in his general busines§. j Bidder: Signature Title SEAN CASTILLO, PRESIDENT CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 IXI See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) of Document Signer No. 1 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of VENTURA TYSON RISING COMM. #2388737 z �Zary Public - California z Ventura County .. Seal Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this 7th day of APRIL 20 23 by Date Month Year (1) SEAN CASTILLO (and (2) ) Name(g) of Signer,() proved to me on the basis of satisfactory evidence to be the person(u) who speared before me. Signature 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 Documentr-iTY OF SANTA CLARITA - PROJECT NO M0149 Document Date: 04/07/2023 NON -COLLUSION Number of Pages: Signer(s) Other Than Named Above: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5910 DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B BIDDER'S BOND Bid #CIP-22-23-M0149OB 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarito, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid 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: N/A dollars ($ N/A ), 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: 2022-2023 Annual Overlay B Project Bid No. CIP-22-23-M0149OB Project No. M0149 N/A Bidder's Signature N/A CONTRACTOR/BIDDER N/A Address N/A City, State, Zip Code * Delete the inapplicable work NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B PROPOSAL GUARANTEE BID BOND Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that Toro Enterprises, Inc. , as BIDDER, and Travelers Casualty and Surety Company of America as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of * dollars ($ * ), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, 5th Day of April . 2023. CONTRACTOR: _5ec:.1fj LcsL,IICE. t'ce6,01ew7f Name and Title of Signatory Signature Toro Enterprises, Inc. Legal Name of Bidder 2101 E. Ventura BLVD., Oxnard. CA 93036 *Ten Percent of the Total Amount Bid **10% of the Total Amount Bid Bidder Address S 805-483-4515 = r73�ro66 Telephone Number Federal Tax I.D. No. TravelejA Casualty and Surety Company of America SURETY*: vl — Name Ethan Spector, Attorney -In -Fact 818-409-4240, rjtorres@travelers.com Phone Number and Email 655_ N. Central Ave., Suite 1100, Glendale CA 91203 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Contractor and Suretv signatures must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ;rcY�.cf�S3s,�K'�.cat•.i-rcrcrc=c�,cr,<=t-,c=r,�rc—rc--c,<=c� �c�,c�,c� ;rrcr.�.-�,c�,c�,<-er=rc=c�,rcere-rcr,�=cerc=�r=C,ercri=�c�((tiY's A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California, County of Ventura, On APRIL 7th, 2023 before me, Tyson Rising, Notary Public Date Here Insert Name and Title of the Officer personally appeared Sean Castillo Name(,) of Signer,(9) who proved to me on the basis of satisfactory evidence to be the person( whose name(4 - is/Rfe subscribed to the within instrument and acknowledged to me that he/st a/they executed the same in his/hqf/t"ir authorized capacity(Wg), and that by his/her/tyreir signature($) on the instrument the person(, or the entity upon behalf of which the person(g) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. TYSON RISING COMM. #2388737 z Notary Public - California 2 Ventura aM Comm. Expires Dec. 31, 2025 Signature Si otary 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: CITY OF SANTA CLARITA -PROJECT NO. M0149 -BID BOND Date: 04/05/2023 Number of Pages: _1 _ Signer (s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name Sean Castillo Signer's Name: 12 Corporate Officer — Title(s): President ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Partner — ❑ Limited ❑ General ❑ Individual []Attorney in Fact ❑ Trustee ❑Guardian or Conservator ❑ Other: Signer Is Representing: Toro Enterprises, Inc. Signer Is Representing: ©2014 National Notary Association - www.NationaiNotary.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 Los Angeles ) On before me, D. Garcia, Notary Public Date Personally appeared Ethan Spector 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( whose namek) is/)W subscribed to the within instrument and acknowledged to me that he/�bf},eXexecuted the same in his/yXEXrauthorized capacity), and that by his/kgL#yrsignature((j) on the instrumentthe personk), or the entity upon behalf of which the personk) acted, executed the instrument. r D. GARCIA COMM. #2354770 z o.rs a -1 :� z �= Notary Public - California o Los Angeles County — My Comm. Expires Apr. 18, ZL211 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public -------------------------------------------------------------------- CIPTiONAL ---------------------------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Number of Pages Document Date Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name © Corporate Officer—Title(s) © Partner [] Limited Q General Individual E] Attorney in Fact QTrustee Guardian or Conservator Other Signer's Name IQ Corporate Officer—Title(s) Q Partner 0 Limited MlGeneral I® Individual Fj Attorney in Fact QTrustee 0 Guardian or Conservator ® Other Signer Is Representing Signer Is Representing Travelers Casualty and Surety Company of America �r n Adw Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Ethan Spector of LOS ANGELES , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. �NV7�AF/y .3"Vi Ah0 ire g PG y \ HAWO e HAR'rFOW Cggrj711 ,!( CGiif $ W COIN. r State of Connecticut City of Hartford ss. By: Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. a NOTARY My Commission expires the 30th day of June, 2026 .1+. runic Anna P. Nowik, Notary Public �O�rcr This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, .that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of APR 0 5 ZD23 gJ*,1Y AN, � HMTF^tlRD, i i1MTNi OONN ,(L w' Kevin E. Hughes, Assi taut Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-BOO-421-3880. Please refer to the above -named Attorney(s)-in-Pact and the details of the bond to which this PowerofAttorney is attached. No. 6516 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Travelers Casualty and Surety Company of America of Hartford, Connecticut, organized under the laws of Connecticut, subject to its Articles offncorporation or other fimdamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 1st day of July, 1997, 1 have hereunto set my hand and caused my official seal to be affixed this 161, day of June, 1997. Fee: $ 92.00 Chuck Quackenbush Rec. No. Insurance Commissioner Filed: 5/28/97 By Victoria S. Sidbury Depuly Certification I, the undersigned Insurance Commissioner of the State of California, do hereby certify that I have compared the above copy of Certificate ofAuthority with the duplicate of original now on file in my office, and that the same is a fidl, true, and correct transcript thereof and of the whole of said duplicate, and said Certificate ofAuthority is now in full force and effect. IN WITNESS WHEREOF, I have set my hand and caused my official seal to be affixed this 29ti, day of September, 2020. Ricardo Lara Insurance Commissioner By )Magnolia Ktierrez> GENERAL ENGINEERING CONTRACTORS Certificate of Corporate Authority I hereby certify that Toro Enterprises, Inc. is a duly organized and existing California corporation, which has the power to take the action called for by the following resolution. I fiirther certify that Sean Castillo is President, Jerry Hannigan is Secretary and Trent Royle is Vice President of Operations and all have the authority individually to execute bid bonds, bid submittals, contract documents and change orders on behalf of the corporation as stated in the minutes of the Board of Directors' Meeting of Toro Enterprises, Inc. held July 15, 2016. In witness whereof, I have affixed by hand and seal of said corporation this 15"' day of July 2016. Jerry Hannigan Secretary JH/rc Equal Opportunity Empfoyer PO BOX 6285, OXNARD, CA 93031 PHONE: (805) 483-4515 FAX: (805) 483-3635 DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California This bidder TORO ENTERPRISES, INC. , proposed subcontractor TBD , hereby certifies that it has X has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are underthe applicable filing requirements. Company: TORO ENTERPRISES By: Title: SEAN CASTILLO, PRESIDENT Date: q/ 71Z3 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 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 se/q.) is true and correct: L9' Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of, California. Contractor TORO ENTERPRISES, INC. Firm Date Signed SEAN CASTILLO, PRESIDENT Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-22-23-M0149OB 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B66E-2E6A6F66000B NON -COLLUSION AFFIDAVIT Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) SEAN CASTILLO being first duly sworn deposes and says that he/she is the PRESIDENT (sole owner, a partner, president, etc.) of TORO ENTERPRISES, INC. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such por persons as have a partnership or other financial interest with said BIDDER in his general busines§. 7ersgn Bidder: Signature Title SEAN CASTILLO,PRIES IDENT CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 DPI See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) u of Document Signer No. 1 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of VENTURA TYSON RISING COMM. #2388737 z Warp Public California 0 Ventura C©MAY • .31, 20 Subscribed and sworn to (or affirmed) before me on this 7th day of APRIL . 20 23 by Date Month Year (1) SEAN CASTILLO (and (2) ) Name(4 of Signer,() proved to me on the basis of satisfactory evidence to be the person(a) who _speared before me. Signature Public Seal l/ 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:CITY OF SANTA CLARITA - PROJECT NO. M0149 Document Date: 04/07/2023 NON -COLLUSION Number of Pages: Signer(s) Other Than Named Above: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5910 DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 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. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F660C08 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 to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term -of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance forthe entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real propertv 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 DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B 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 contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B 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, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's 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 re uirements and agree to be bound by them for any work performed for the City. j Authorized Signature: Date: k Printed Name: SEAN CASTILLO, PRESIDENT DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B PROPOSAL FORM Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarito, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: TORO ENTERPRISES, INC. Company Address: 2101 E VENTURA BLVD,OXNARD CA 93036 Phone: 805-483-4515 Email: ESTIMATING@TOROENTERPRISES.COM By: SEAN CASTILLO Print Name Title: PRESIDEN 1 Signature: Date: v7 ! Z J DocuSign Envelope ID: CC5F5377-D87B-4DF5-B6BE-2E6A6F66000B REFERENCES Bid #CIP-22-23-M01490B 2022-2023 Annual Overlay B Project City Project No. M0149 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. CITY OF VENTURA,501 POLI ST,VENTURA,CA 93001 Name and Address of Owner / Agency DAVID GIL,805-841-2775 Name and Telephone Number of Person Familiar with Project $1,067,519 STREET RESURFACING AND R&R OF CURB AND GUTTER 11 /2020 Contract Amount Type of Work Date Completed 2. CITY OF SIMI VALLEY,2929 TAPO CANYON ROAD,SIMI VALLEY,CA Name and Address of owner/ Agency FUAD SHARM OUT,805-593-6788 Name and Telephone Number of Person Familiar with Project $1,853,080 STREET RESURFACING 3/2023 Contract Amount Type of Work 3. CITY OF SANTA PAULA;907 VENTURA ST,SANTA PAU Name and Address of Owner / Agency Date Completed CA SARAH WATTE, 805-658-6800 Name and Telephone Number of Person Familiar with Project $1,194,329 PAVING REHAB,GRIND AND OVERLAYSTRIPING 5/2020 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: ETHAN SPECTOR,909-612-3654 TRAVELERS CASUATLY AND SURETY COMPANY OF AMERICA, 21688 GATEWAY CENTER DRIVE,DIAMOND BAR,CA 91765 DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-oE16AD62DDCF PROPOSAL FORM Bid #CIP-22-23-MO1490A 2022-23 Annual Overlay A Project City Project No. M0149 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 sure prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern overfigures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: Sully -Miller Contracting Company Corn p any Address: 135 S. State College Blvd., Suite #400 Phone: Brea, CA 92821 714/578-9600 Email: bids@sully-miller.com By: Jeff Galterio Print Name Title: Assistant Secretary Signature: r Date: 04/11 /202;3 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 April 13, 2023 before me, Bate 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 a Notary Public - California Orange County Commission N 2377975 11 �10 * 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 d official seal. I Signature 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 Docu ent Title or Type of Document: BITProposal-Signature Page Number of Pages: 1 Document Date: April 11, 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): El 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 02014 National Notary Association - www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: 29D)=7B69-83FF-4C42-BB86-0E16AD62DDCF NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 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. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure. to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from DocuSign Envelope ID! 29DF7BB9-83FF-4C42-BB86-DE16AD62DDCF City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limitthe liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City`s active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the : i0111i11MIT4Ci10 DocuSign Envelope ID: 29DF7BB9-83FF-4C42-BB86-6E16AD62DDCF Worker's Comoensation 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 willfully 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 to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property onlv) 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. DocuSign Envelope ID: 29DF7B69-83FF-4C42-BB86-OE16AD62DDCF Pollution Liabilitv and/or Asbestos Pollution Liabilitv 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 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 Liabilitv (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 (52,000,0001 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 orappointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved bythe 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. DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-QE96AD62DDCF 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, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's 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. K7 1 Authorized Signature: Date: 04/11/2023 Printed Name: Jeff Galterio, Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ;�ccc>.crcccryi=r�r,��,��.c;rc.�.c>c.<:rrc;rcc•,cccczc�.c;�.cccc�.c;c•.crezc�:c:crr.<-�c�,ccer.�:rr;c.�;cc:�,rrrcaccaex^.c-rc;cccc;ccrc;�,cc°.er.� 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 Apri[ 13, 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. 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. 04,,1.'-*."."'o`My J. DANIELSNotary Public - CaliforniaOrange County SignatureCommission # 2377975 Comm, Expires Oct 9, 2025 Signature of flotary Public J. Daniels, Notary Public Place Notary Seal Above OPT►OAIAL 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: April 11, 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 DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santo Clarita, California Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: Sully -Miller Contracting.Company Business Address: Telephone No.: 714/578-9600 State CONTRACTOR's License No. & Class: #747612 Class A DIR No.: #1000003664 Original Date: 03/30/98 Expiration Date: 03/31 /24 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: SULLY -MILLER CONTRACTING CO. cerue 747612A 135 S. State College Blvd., STE. 400 ♦ Brea, C;A 92821 • PHONE 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: 0 Ftr CSLB: r rcyr:�rr��� Jeff Galterio, Assistant Secretary a,�,. CONTRACTORS 4. STATE LICENSE BOARD K"O"MO' C4 -dW5L"E"�'."W5 ACTIVE LICENSEr:.. L!ceme Number 747 1 ` cnlrty R P . sutin.**N". ULLY - MILLER CONTRACTING COMPANY Clmssirlcaticnla} A EYpiratiort ID*i0 V V/3 •I /2024 www_ cs i b. a. Q o V State of California IRDDep 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 CERTIFICATE OF INCUMBENCY AND RESOLUTION I, Anthony L. Martino, 1I, 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,11 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 tills 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, II Secretary Sully -Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: NIA All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this �iL day ofApa 202a. Jeff Galteria, Assistant Secretary Name and Title of Signatory Sully -Miller Contracting Company Legal Name of Bidder 135 S. State College Blvd., Suite #400 Brea, CA 92821 Address 7141578-9600 33-0787630 Telephone Number Federal Tax I.D. No. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 rcr�CMcC� r4 rictccr�Kcc�lcs�cCccrrcrcCc(ctcr� tctercCctc Cc�cccC[ C�cCrcMc�cCcccrcrrfic (c re A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On April 13, 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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my ha ' and official seal J. DANIELS Notary Public - California 1 3, orange County Y - Commission N 2]77975 Signature My Comm. Expires Oct 9, 2025 Signature of No ary Public 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 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Gate: April 11, 2023 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 c c - ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF BIDDER'S QUESTIONNAIRE Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California 1. Submitted by: Sully -Miller Telephone: 714/578-9600 Contracting Company Principal Office Address: 135 S. State College Blvd., Suite #400 2. Type of Firm: Brea, CA 92821 A C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single Member LLC © Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Carp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 06/16/97 State of Incorporation: Delaware President's Name: Please see attached Certificate of. Incumbency and Resolution Vice -President's Name: Secretary or Clerk's Name: Treasurer's Name: 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. CERTIFICATE OF INCUMBENCY AND RESOLUTION I, 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 carthworks 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, II Secretary Sully -Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 Home I Online Services I License Detail I Personnel List OContractor`s License Detail (Personnel List) Contractor License # 747612 Contractor Name SULLY- MILLER CONTRACTING COMPANY Click on the person's name to see a more detailed page of information on that person Licenses Currently Associated With Name ANTHONY LOUIS MARTINO Title OFFICER Association Date 03/15/2021 Name WILLIAM JOSEPH THOMA BOYD Title RMO / CEO /PRES Association Date 01/20/2021 Classification A Name CHRISTOPHER MICHAEL WINTER Title OFFICER Association Date 01/25/2023 Licenses No Longer Associated With Name GEORGE MILAN LUBANKO Title OFFICER Association Date 06/16/1998 Disassociation Date 01/13/2003 Classification A Name DAVID LAWRENCE MCCRACKEN Title RMO/CEO/PRES Association Date 03/30/1998 Disassociation Date 04/20/1998 Classification A Name CURTIS EVANS WELTZ Title RMO Association Date 12/14/2020 Disassociation Date 04/27/2021 Classification A Name ROBERT BRUCE RIESER Title RMO / CEO / FIRES Association Date 03/04/2002 Disassociation Date 05/02/2005 Classification A Name TIMOTHY PAUL ORCHARD Title OFFICER Association Date 03/30/1998 Disassociation Date 05/02/2017 Name DAVID LEROY MARTINEZ Title RMO /CEO / PRES Association Date 02/28/2006 Disassociation Date 05/02/2017 Classification A Additional Classification There are additional classifications that can be viewed by selecting this link. Name TIMITHY JAMES ERNO Title RME Association Date 05/19/2011 Disassociation Date 10/02/2014 Classification C10 Name CHRISTIAN ROGER RANSINANGUE Title OFFICER Association Date 01/20/2021 Disassociation Date 10/14/2022 Name RONALD JAMES SALCIDO Title OFFICER Association Date 03/30/1998 Disassociation Date 11/01/2007 Classification A Name JOHN RYAN HARRINGTON Title RMO / CEO / PRES Association Date 06/28/2017 Disassociation Date 11/29/2022 Classification A Additional There are additional classifications that can be viewed by selectingthis link. Classification Name MITCHELLPATRlCKVIGNA Title RMO Association Date 03/30/1998 Disassociation Date 11/30/2004 Classification A Name MICHAELARTHUREDWARDS Title R M 0 Association Date 12/16/2009 Disassociation Date 12/12/2014 Classification A Sack to Top Conditions of Use Privacy Policy Accessibility Accessibility Certification Copyright O 2023 State of California DocuSign Envelope 1D: 29DF7B69-83FF-4C42-B886-0E16AD62DDCF BIDDER'S QUESTIONNAIRE cont'd Bid #CIP-22-23-MO1490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: William J_T. BoVd License number: #747612 Class: A Expiration Date: 03/31 /24 D.I.R. Registration # 1000003664 5. CONTRACTOR's Representative: Jeff Galterio Title: Assistant Secretary Alternate: Anthony Lino Title: Pre -Construction Manager 6. List the major construction projects your organization has in progress as of this date: A. Owner: Please see attached Active Project Listin Project Location: Type of Project: _ B. Owner: Project Location: Type of Project:_ C. Owner: Project Location: Type of Project:_ SULLY -MILLER CONTRACTING PI = PATTI MARRA 4nr2023 PROJECT LIST - ACTIVE JOBS MK= MAVIS KNOX o ,= DIR NO. JDE JOB# .AGENCY JOB NAME 1 LOCATION EST. PM Asst- SUPT. P.E. FOREMAN CONTRACT EST. EST. � 2 � LL m at `o o- z v u o- 3 Po a ° o` COMMENTS rn PM AMOUNT START F NISH v'o, B o ? N u .m a w 5 E u A TED 10225892 is onto Moncia _ Long Beach Annual Contract _ _ _ _ _ Annual Local Slreels - —_ Wilmington Waterfront Promenade Design -Build Curb Ramps, PW20-084 _ ' On-083 Paving passe Passe Conover n!a 6fa � nfa QI nn - Gomez Stewan 6od9er 3.009,000 312l20 12131f24 2513123 4 _ _ N_ Y N y_ N Y TB TBD N Y N N. &Cora I _ Yi _. Y Y Y:T9❑ N N N A TBD 1022683E Roehl N N A 347187 10234122 POLA Mauldin Cheeseman 51,900,020 13l27 4 N N A 368079 10244381 Long Beach Mauldin_ Roehl n!a Olson Stewart. 1,300,000� 311121 3/31123 4 N NN A 368041 10245024 Beach Pessa Clausen nfa Gomez V. 4.738,569 1015121 1015123 4 N -V- aMK1224 Rte. Oak Hill In Victorville in San A $91861 10257589 Callrans Bernardino County 7a Sanchez Bahmmzi Royale r nfa nfa Valenzuela Williamson Millare Ramirez 121,672,000 37,492,000 11/8121 113122 12131/24 6130123 4 4 Y N N N N Y N Y Y - Y TBD'. 790 Y N, _ TB= ___ ---- A $967" 102SS382 Hesperla Ranchero Read Corridor Widening Project 07-326604 Rte. 210 AAA Curb Ramp Upgrade A NIA 10261758 Caltrans Project Kirk Annals Na Love Coburn 23,880,000 113122 12131/25 4 N N N Y Y Y' Y� A 408087 10270590 West Hollywood Melrose Streelscepe 7a Graham his Love Abcarian 12,795,000 411122 3130123 4 N N N Y Y Yi N', Avenue R Complete Streets and Safe Routes _ A 412775 10272297 Palmdale Project Hernandez Cruz nfa Pittman Garcia 10,590,000 711122 911124 4 Y N N Y •: Y TO TBD TB P-224 Causeway, Boat Channel & Turning Basin Mansonl Connolly &P-226 Ammunition Pier, NAVWPNSTA, Seal A TBD 10272872 Seal Beach, JV Beach Quintal Acosta nfa Olson Stewart 3,175,4W 611123 4130124 4 N N N Y Y TBD TBD: Industry, Stimson Avenue Grade Crossing— -TB A 440171 10285308 Industry Improvement Contract No. CITY-1480 Sanchez Acosta nfa Clayton Stewart 691,650 1117122 2128121 4 Y N N Y 1 TS • Los Angeles World _ A 440837 10296538 Airports Taxiway D Extension Flores Romero Va. Gomez Leclercq 84,580,000 2l23123 1111126 4 Y N N Y Y Y A 44308E 10288325 San Dimas Via Verde Avenue Street Improvement Sanchez Acosta nfa Clayton Stewart 3,841,850 1123123 3)31123 4 N N N Y Y TBD TSD' -TBD 767 12-OM52U4 Orange County in Laguna Beach From Le(lmk Otto Rudy St District 12, Route 1, 12 A TBD 10288378 Callrans Ora-1-7.9110.5 Sanchez quintar nfa Lave snidecor 13.288,975 119123 6)30124 4 N N N Y Y Y Y N N' A 442518 10288564 Yorba Linda Bastanchury Road Improvements Cisneros Jones nfa Clayton Camarillo 5.888,467 113123 12 I12S 4 N N N Y Y TBD TSD TBD TED El Segundo Blvd Improvement Project No. PW 23- V. A 458807 10290474 EI Segundo 02 Almanza Acosta nfa Valenzuela Stewart 5,568,035 Wl= 911123 4 N N N Y Y TED TBD Westfield West field Improvements, 6361 Owensmouth Ave, A WA 10200595 Development, Inc. Woodland Hills Conover Graham nfa Abcadan 9.151.339 1123123 3A 5124 4 N N N N Y TBD:TSOI Pavement Preservation (Resurfacing) North Los _Lave_ - i - - A 448872 10292W LACDPW Angeles County RMDJOC6742 Espinoza Cobum n/a Love 5.250.000 211123 2)1124 4 N N N Y Y TBD TSD TBDI TBD Walnut Valley Water Distribution System for Tract No. 78210 - R. P TBD 10292941 Water District The Terraces at Walnut Almanza Jones nfa Valenzuela Camarillo 1.375.069 5A 5123 dM 5123 4 N N N Y Y T--, TBD TBD'TBD PI A NIA 10293157 LACDPW AdminIstrative Services (Child Job to 10292644) Conover Coburn n!a Love Y TBD' TBD TOD'�I TED PI Pavement Preservation (Resurfacing) South Los A 4SU26 1029315E LACOPW Angeles County RMDJ006747 Espinoza nfa 5.250.000 4 N N N Y Y TED TBD TBD Kagel canyonRoad Et At - Phase 3 (Child Jab to _TBD_ A 448872 10294540 LACOPW 10292644) Conover Coburn nfa Lave Tulle 471,858 413123 4f28123 4 N N N Y •�' TED TBD TBD TED _ Pori of Lang Pier T Echo Pavement Repair, 2 Areas, OCTO P- A TBD 10294554 Beach 14 (child Job to 10245024) Acosta Acosta nfa Olson Stewart 7QW0 31W23 3l17l23 A N N rd N N Y vl r©❑ TBD ?i3D'. TBD r. TBD TOD TBD': TBD• "' TBD TBD TDDI TBD A TBD 1029549E County of Orange_'Taxiway A Pothole Repair LAODPWArmin Expenses to 10293158 Conover Conover n1a Love 19,446 4/3123 7)2123 4 N A TBD 10295891 Conover Arreola. nfa Love 0 4 N N N IN Port of Long Striping at South Battery Exchange Building; Pier A TBD 10296072 Beach E, OCTO P-15 (Child Jab to 10245024) Acosta Acosta We Olson Stewart 3,000 4l10123 4110123 4 N N N Y Port of Long I New Dock Street Intersection Mociftatensl Pier A TBD 10296078 Beach S, P•16 (Child Job to 10245024) Acosta Acosta his Olson Stewart I 90,000 4f7)23 4121)23 4 N N N Windsor Hills -La Clenega Blvd Resurfacing (Child A 453426 10295921 LACDPW JJobOweto 10293Lake RMDJgency Conover Amsola nfa Love 1,372,327 4113123 5113123 4 N N N N r, T, qD TQO TBQ Ira❑ Em8) Flood Mitigation A TBD i0295853 LADWP Measures, Contract No. 8008 Espinoza Uddln nfa Williamson Garcia 23,506,192 4110123 6115123 4 N N N Y ACTIVE JOSS -TOTAL 436.955, 96 Source: 2-AW,lm 3=0mead 7=AIG C—L 13=vld-111. ACTIVE JOBS - PAGE 1 OF 1 DocuSign Envelope ID: 29DF7B69-83FF-4G42-B886.QE16AD62DDCF BID SCHEDULE BID # CIP-22-23-M0149OA 2022-23 Overlay A Project City Project No. M0149 City of Santa Clarita, California Base Bid BIDDER: -Sully-Miller Contracting Company ITEM NO. 'BID ITEMS PAYMENT REFERENCE UNIT QTY UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance G2-1 LS l 2 Traffic Control G2-2.8 L5 1 222,(X%.) , c.V L2Z�CLc �y 3 Storm Water Pollution Control Program G1-8 LS l 4 AC D2 PG 64-10 G2-8.4 TN 2,285 2C7 , , 7 Cr, 5 AC C2 PG 64-10 G2-8.4 TN 3,605 iv 5 . "v 370E , S�LS . cu 6 ARHM GG-C PG 64-16 G2-9.4 TN 5,350 �'?,6 7 Remove & Replace 5" AC G2-6.4 SF 10,357 L�, : 2.5 to%4 ...I S I. - 8 Remove & Replace 8" AC G2-6.4 SF 85,707 9 Cold Plane 3" / Transition Cold Plane from 3" to 5" G2-4.6 SF 174,760 10 Keycut Al G2-4.6 LF 9,190 GL, ,' • - UO 11 Keycut B1 G2-4.6 LF 24$ c{ 8 , c,,, x. 12 Install Blue RPM's @ Fire Hydrant G2-13.4 EA 20 M� G 13 Lower and Adjust Manhole Covers to Finish Grade G2-10.3 EA 50 51 S L s-G OG 14 Lower and Adjust Gas Covers to Finish Grade G2-103 EA 2 -I 51 CIO O 15 Lower and Adjust Water Valve Covers to Finish Grade G2-10.3 EA 54 S vCI M CP>G 16 Remove and Install Permanent Traffic Loops G2-11.4 EA 80 GC 17 12" White Crosswalk/Limit Line (Thermo) G2-13.4 LF 2,420 Z 18 12" Yellow Line G2-13.4 LF 36 19 24" Yellow Crosswalk Line (Thermo) G2-13.4 LF 230 S 3 _ S 20 Striping Detail #12 (Thermo & Markers) G2-13.4 LF 13,628 Cj . -1 C) q 21 Striping Detail #25 (Thermo & Markers) G2-13A LF 12,850 } r� 22 Striping Detail #28 (Thermo) G2-13.4 LF 90 23 Striping Detail #38 (Thermo & Markers) G2-13.4 LF 4,925 24 Striping Detail #39 (Thermo) G2-13.4 LF 22,442 �; . 1 C DocuSign Envelope ID: 29DF7B6M3FF-4C42-B886-DE16AD62DDCF 25 Striping Detail #39A (Thermo) G2-13.4 LF 4,546 1 () . --10 S 1 a 2. 20 26 Striping Detail #40 (Thermo) G2-13.4 LF 250 "[ Q 1' 1 5 - c� c) 27 Bike Person & Arrow (Thermo) G2�-13.4 EA 28 y p. CC) 28 Arrow Type IV (L/R) (Thermo) G2-114 EA 36 1 Op 29 Arro►�rTye Vll (L/R) (Thermo) G2-33,4 EA 3 30 12" White Diagonal Line (Thermo) G2"13.4 LF 365 U p y 00 TOTAL BASE BID TOTAL AMOUNT IN FIGURES: BASE BID TOTAL AMOUNT IN WORDS: T,-L z of tt 1, x�., H._A,�-� �.re . P1t", � �f�5 �� _..� �+� K,-,X,A E;%l *NOTE. In case of error in extension of price into the total price column, the unit price will govern. See Section B, Bid Instructions and Bid Clauses, #11 "Award of Contract"fordetails on the basis for award of contract. DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF BID SCHEDULE BID # CIP-22-23-MO1490A 2022-23 Overlay A Project City Project No. M0149 City of Santa Clarita, California Copperhill from Decoro to Newhall Ranch - Alternate 1 BIDDER: Sully -Miller Contracting Company ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT QTY UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance G2-1 LS 1 ll clq�-q 2 Traffic Control G2-2.8 LS 1 W 3 Storm Water Pollution Prevention - BMP Plan G1-8 LS 1 u 4 AC D2 PG 64.10 G2-8.4 TN 1,126 # Ic . 0 -2 cf 5 ARHM GG-D PG 64-16 G2-9.4 TN 3,957 1 , - .2. 15gq - ' 6 Remove & Replace 5" AC G2-6.4 SF 106,069 t4. 00 4Z4 , , 6 Stabilization Allowance G2-6.4 SF 10,607 ,2 7 Keycut Al G2-4.6 LF 5,773 . gC) 'Z „S . 8 Keycut B1 G2-4.6 LF 297 9 Lower and Adjust Manhole Covers to Finish Grade G2-10.3 EA 21 -1 , 00 1 -i S 0 10 Lower and Adjust Water Valve Covers to Finish Grade G2-10.3 EA 39 31 S . ocG I 25 -0 11 Install Blue RPM`s @ Fire Hydrant G2-13.4 EA 14 3 „10 5 12 12" White Crosswalk/Limit Line (Thermo) G2-13.4 LF 2,009 3, -1 13 Striping Detail #12 (Thermo & Markers) G2-13.4 LF 13,322 a -.-IC) q; a5 •y0 14 Striping Detail #23 (Thermo & Markers) G2-13.4 LF 44 1 00 4 1 CC) 15 Striping Detail #37B (Thermo) G2-13.4 LF 410 Z l - 16 Striping Detail #38 (Thermo & Markers) G2-13.4 LF 3,272 . 17 Striping Detail #38A (Thermo) G2-13.4 LF 732 18 Striping Detail #40 (Thermo) G2-13.4 LF 655 _`t Lisp , r 19 Chevron Striping G2-13.4 LF 186 Cj 20 Arrow Type IV (L/R) (Thermo) G2-13.4 EA 34 i y 22 Install Temporary Video Detection System G2-11.4 EA 3 23 Remove and Install Permanent Traffic Loops G2-11.4 EA 23 SO, 00 110 ,,,50 W 11 24 Remove and Replace Sensys G2-12.4 EA 12 oGv .[;p �,z;u �JC3 TOTAL ALTERNATE 1 BID TOTAL AMOUNT IN FIGURES: Z - 5 1 q, 7S ALTERNATE 1 BID TOTAL AMOUNT IN WORDS: [,,,�,`ll.`o•r %dtr- /,�vr���G� ��` 'L,,�wv 'fi"hvi5dr prGr �'; �-� � v�r�:^rid �i.iC�j: /►/; .,� ctac� *NOTE: in case of error in extension of price into the total price column, the unit price will govern. See Section B, Bid Instructions and Bid Clauses, #11 "Award of Contract" for details on the basis for award of contract. DocuS€gn Envelope ID: 29DF7B69-83FF-4C42-B886-0E1 OAD62DDCF BID SCHEDULE SUMMARY Bid #CIP-22-23-MO1490A 2022-2023 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California ll ---- 11 •l !r •Ila..l BID SUMMARY TOTAL PRICE $ 2�17rti IN FIGURES � 25 BASE BID TOTAL PRICE i,-o IN WORDS E ; (�.b7 P m ur i ,, i cc_ts TOTAL PRICE r $ 75 IN FIGURES ADD ALTERNATE 1 TOTAL PRICE U�.. / '!/•'v , i-� A� .�.�.' r�9� �y IN WORQS�^f�"'° TOTAL. PRICE IN FIGURES TOTAL OF BASE BID AND ALTERNATE 1 TOTAL PRICE E°` " r"''„ " R""�'"`� S'°`°> v`� �•.t IN WORDS `NOTE; In case of error In extension of price into the total price column, the unit price will govern. See Section B, Bid Instructions and Bid Clauses, #11 "Award of Contract" for details on the basis for award of contract. DocuSign Envelope ID: 29DF7869-83FF-4C42-B886-OE16AD62DDCF CERTIFICATION OF NON -SEGREGATED FACILITIES Bid ##CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated an 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 priortothe award of subcontracts exceeding $10,000which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. tracting Company BIDDER I !f " - Jeff 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). DocuSign Envelope ID; 29DF7B69-83FF-4042-B886-DE16AD62DDCF REFERENCES Bid #CIP-22-23-MO1490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. Please see attached References and Job Experience Listing 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 Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: Please see attached Surety/Insurance Information Sheet SULLY -MILLER CONTRACTING CO. LIST OF REFERENCES John Wayne Airport Irvine, CA Larry Serafini, Project Engineer 949-252-5270 lserafini@ocair.com City of Fontana Fontana, CA Mario Estrada, Asst. City Engineer 909-350-7696 kraascn@fontana.org C. J. Segerstrom / South Coast Plaza Costa Mesa, CA Grant Wilson, Project Manager 714-546-0110 City of Baldwin Park — Engr. Division Baldwin Park, CA Arjan Idnani, Engineering Manager 626-960-4011 Ext. 254 LA Arena Company Staples Center — Los Angeles, CA Don Berges, Construction Manager 213-742-7873 City of Fullerton Fullerton, CA George Lin, Project Engineer 714-738-6845 graffiti@cityoffollerton.com The Irvine Company Newport Beach, CA Peggy Kloos, Sr. Director/Construction 949-720-2000 Irvine Community Development Company Newport Beach, CA Bill Martin, Vice President/ Construction 949-734-800 Town of Apple Valley Apple Valley, CA Richard Pederson, Town Engineer 760-240-7000 Los Angeles County Dept. of Public Works Alhambra, CA Issa Adawiya, Resident Engineer 626-458-5100 CNC Engineering City of Industry, CA John Ballas, City Engineer 626-333-0336 gperez@cc-eng,com Fox Studios Operations Beverly Hills, CA William Murphy, V.P. of Facilities 310-369-3794 BNSF Railroad Commerce Hansen -Wilson Roy Rogers, Construction Manager 323-267-4186 Caltrans Department of Transportation Ray Stokes, Regional Engineer 909-275-0211 Cal State Long Beach Foundation Long Beach, CA Mo Tidemanis, Director 562-985-8489 City of Rancho Cucamonga Rancho Cucamonga, CA Cindy Hackett, Associate Engineer 909-477-2740 City of Hesperia — Public Works Dept. Hesperia, CA Mike Podegradz, City Manager 760-947-1000 City of Barstow Barstow, CA Mike Stewart, City Engineer 760-255-5154 Updated 2019 Project Experience SULLY- MILLER ' CONTRACTING CO. A COLAS COMPANY i �I a NOVEMBER 19 Sully -Miller Contracting Co. 135 S. State College Blvd., Suite 400 Brea, CA 92821 n SULLY -MILLER _�c�µc co. Project Experience 7Z 4 J 4 _ - ! Construction on Highway Route . Hill Rd. to Bear Valley Rd. Route 210 ADA Curb Ramp Upgrade Project Project Full Name> 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 iohn.santos@dot.ca.gov john.santos(d-)dot.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-MiIIerContractingCompany 1135SState College l3ouievard,Suite400I Brea, CA92821 1714.578.96001 info Psully-miIler.com I sully-miIIer.com 7 S°LLY>0>~R Project Experience CONTRACTING CO. Project Location Project Owner Contact Name Contact Role/ Position Telephone Email Project Description Start Date End Date Contract Amount v Y.L'w . I i 2020 Overlay and Resurfacing Spring Valley Lake ADA. , Various Roads ProgramOverlay 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 P toaks.org ioseph.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. microsurfacing/slurry seal, utility adjusting, striping/marking and some. May 2020 September 2019 December 2020 April 2020 $ 12,995,708 $ 12,448,000 Sully -Miller Contracting Company 1 1 35 SState College Boulevard, Suite 4001 Brea, CA 92821 1714.578.9600 1 info@sully-miller.com I sully-miller.com SULLY -MILLER CONTRACI-ING CO. �c•W CONPFfh Project Location Project Experience Castaic, CA Project Owner I Los Angeles County Department of Public Works Contact Name Contact Role/ Position Telephone Email Project Description Start Date End Date Victorio Monteil Project Manager (626) 300 -- 3267 vmonteiladpw.lacou nty.gov 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 city streets. It includes a 5,000 square foot classroom building with offices, locker rooms, storage, a kitchenette, and restroom facilities, a 44 acre high-speed track, with pursuit track area, a skid pan for training personnel on how to operate vehicles in slippery road conditions and a collision avoidance track to practice avoiding other vehicle or objects in emergency situations. There is also a training vehicle parking lot, as well as a separate employee and class attendee parking lot. The 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. March 2020 February 2022 Phase 2A Compton, CA City of Compton John Strickland Project Manager (310) 605 — 5505 istrickiand@comptoncity.org Stretching over seven miles in three separate locations, the second phase of Compton's reconstruction project was completed with a heavy amount of materials and man -power. The scope of work for this job encompassed cold milling and pavement overlay, base application, full depth reconstruction, concrete construction (curb and gutter, sidewalks, driveways, cross gutters, alley intersections, and curb ramps), pavement striping/marking, utility adjusting and traffic loop installation. October 2021 Est. July 2022 : I ContractAmount 1 $ 10,790,000 1 $ 6,465,000 1 Sully-MiIIerContracting Com pany 113 5 S State College Boulevard, Suite 400 I Brea, CA92821 1714.578,96001 info@suIly-miIler.com I sully-miIIer.com SULLY -MILLER CONn uaus co�xreur TRACTING CO, Project Experi e n c e 1Y� r , � t s Project-20 Spring Pavement• f •Project Lancaster, CA Santa Clarita, CA Project Location Project Owner City of Lancaster City of Santa Clarita Contact Name Vickie Zhao Julia Regan Contact Role/ Assistant Engineer Project Manager Position Telephone (661) 945 — 6869 (661) 255 — 4301 Email vzhao65)cityoflancasterca.org jregan@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 101h 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 f 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 Sul ly-MiIIerContractingCompanyI 135SState CoIIegeBouIevard,Suite4001 Brea, CA92821 1714.578.96001 infoPsully-miIler.com I sully-miller.com SULLY -MILLER COING CO.Project Ll ,. Lynwood, CA s 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(cblynwood.ca.us robe rt. garcia(a)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 f 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-MiIIerContract! ngCompany 1135 SState College Boulevard, 5uite4001 Brea, CA92821 1 714.578.96001 info@sully-miIler.com I sully-miIIer.com �L SULLYMiaLLR coW��U co. Project - a �a - _. c_ a- a a 7Project Location 7 Inglewood, CA Reseda, CA roect 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@cityofinglewood.orq courtney.luc(o)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 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-MillerContracting Company 1 135 SState College Boulevard, Suite 4001 Brea, CA92821 1714.578,96001 info@sully-miller.com I sully-mlller.com SULLY -MILLER CONTRACTTAYProject Experience G CO. A • Project1 • a • • • - - MM- 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(cDkerncounty.com mzuberrwcityofpalmdale.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-MiIIerContractingCompan yI 135SState CoIIegeBoulevard,Suite4001 Brea, CA92821 1714.578.96001 info@suIly-miIIer.com I sully-miIler.com SALLY -MILLER CONTRACTING CO. U,:ease 7476f 2A 35 S. State C oisege 8.+vd_ .STE. 400 * Sr�a, CA 92821 # PHONE 7 ? 4-578-9600 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 800f227-9887 Ext 443 FAX 212/391-1954 Insurance: Marsh USA 445 South Street Suite 210 Morristown, NJ 07962 Phone 973f401-5151 FAX 973/401-5045 Contact: Anton Schmitt DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE96AD62DDCF DESIGNATION OF SUBCONTRACTORS Bic! # CIP-22-23-MO1490A 2022-23 Annual Overlay A Project City Project No. M0149 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 A of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fiI I out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work �L, J, ., tic ca�3c, } �.156. 3S- o Location and Place of Business !V L'-�U jc•� �i.u-.�wt Jv,rw�C. °',LI C,Ilk 5117&Z B^iid Schedule Item No''s:� Description of Work /-11 - %tk C- `3-tk - AR. License No, Exp. Date: S /# t / ZS Phone { ) 3S'Z (cir 1 ) Subcontractor DIR Registration No,* Dollar Value of Work Location and Place of siness[ y�"A [ 1V Q'..i I. C�, C�''��i.. IKN1S ♦ l3u ct) Bid Schedule Item No's: Description of Work r!w %k License No. Exp. Date:3 /_Ji / Z 3 Phone ( -3 I� (.lii ))] ^� C� ) 2 -;t IO S� Subcontractor DIR Registration No.* Dollar Value of Work Iowaz�'iru' l41,07S Location and Place of Business 134S QU-LF ei. A It), , C..„_, c,sa ci2 Ct Bid Schedule Item No's: Description of Work 1'S - rs - 6C ru fl,> '( tr- )v - A14 i License No. Exp. Date: /< / . PhoneZa23 .� NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 ofthe Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code atthe time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: 29DF7B69-83FF-4C42-888"El6AD62DDCF DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of y of 1 percent, or $10,000 (whichever is greater) ofthe prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. ubcontractor DIR Registration No.* M uzool S— Dollar Value of Work 1 000. oD Location and Place of Business S-4 S z 5, , u'�- �(� , * 7D 4 Bid Schedule Item Nes: bQSt P,,,,J AID- 10ZZ, �3, 7-4 Description of Work Lbe/-�5 License No. 7; 43i> Exp. Date: / / 1 1) -3v-V� Phone { ) Subcontractor DER Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( J Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item N&s: Description of Work License No. Exp. Date: / / Phone ( j N07E: 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 ofany contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 ofthe Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope 0: 29DF7B69-83FF-4C42-BB86-OE16AD62DDCF EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California This bidder X , proposed subcontractor , hereby certifies that it has —X-, has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925,11114, or 11246, and that it has X has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: S I i ler ontractin Com an By: ut 1PIP, Title: Jeff Galterio, Assistant Secretary Date: 04/11 /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. DocuSign Envelope ID: 29DF7869-83FF-4C42-B886-OE16AD62DDCF IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 etseq.) Bid #GIP-22-23-MO1490A 2022-23 Annual Overlay A Project City Project No. M0149 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: IX 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, far 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 SAn 04111 /2023 Date Jeff Galterio, Assistant Secretary Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid I#CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the Interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put In a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, anyfee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE 'BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD52DDCF NON -COLLUSION AFFIDAVIT Bid #CIP-22-23-MO1490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OFXXXXXXX Orange Jeff Galterio being first duly sworn deposes and says that he/she is the Assistant Secrets , (sole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, 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; that all statements contained in such bid aretrue, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, orto any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Sully -Miller Co tracting Company Bidder: I NA P0 Signs ur Title Jeff Galterio, Assistant Secretary CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 ® See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document, State of California County of Orange J. DANIELS Notary Public - California m Orange County r M Commission # 2377975 My Comm. Expires Oct 9, 2025 Subscribed and sworn to (or affirmed) before me on this 12th day of April 20 23 by Date Month Year (1) Jeff Galterio (and(2)--------------------------------------- ------ -------------- ----- ), Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person ) who appeared More me. Signaturer'ti Signature of Notary Public J. Daniels, Notary Public Seal Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Non Collusion Affidavit Document Date: April 11, 2023 Number of Pages: 1 Signer(s) Other Than Named Above: None 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5910 DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF RInnFR'C AMNn Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid 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 far: 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: 2022-23 Annual Overlay A Project Bid No. CIP-22-23-MO1490A Project No. M0149 Bidder's Signature CONTRACTOR/BIDDER Add ress 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. DocuSlgn Envelope ID: 29DF7B69-63FF-4C42-B886-OE16AD62DDCF PROPOSAL GUARANTEE BID BOND 131d #CIP-22-26-M01490A 2022-23 Annual overlay A Project City Project No. M0149 City of Santa Clarita, Californian 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 City of Santa Clarita, as CITY, in the penal sum of Ten Percent dollars ($ 10 - j, which Is ten percent (19%) of the total amount bid by BIDDER to CITYfor the above -stated project, for the payment of which sum, BIDDER and SURETY agreeto be bound, jointly and severally, firmly by these presents, *of the total amount bid. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WH EREAS, the parties hereto have set their names, titles, hands, and seals, this Day of April . 2023. JEFF GALTERIO CoNTRACTOR:SSISTANT SECRETARY SURETY*: Name and Title of Signatory Signature Sully -Miller Contracting Company Legal Name 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. iberty Mutual Insursince..Company I � Name Victoria M. Campbell, Attorneyln-Fact 513-792-1862 sarah.keith@libertymutual.com Phone Number and Email 8044 Montgomery Rd., Ste 150E, Cincinnati, OH 45236 Address J *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• •WLEDGMENT 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 APR 0 5 2023 before me, L. Clark, Notary Public Date Here Insert Marne 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/trey- executed the same in his/her/tl-ieir 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. CLAW Notary PuVt California z f�= Los Angeles County "233030 Signature t Comm'sssion " My comm. Expires Nov 2E, 2024 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: A P R 0 5 2023 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑1 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.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Lberv. Mutual° SURETY 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: 8205201-971932 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. Camobell all of the city of Los Angeles state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other 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 . fit 117 63 cis I State of PENNSYLVANIA m County of MONTGOMERY ss Liberty Mutual Insurance Company 6NSUk� p�ZY INSGp �Nsup� The Ohio Casualty Insurance Company h, 40Rt'OR", yC yJ 6ORPOR,�r'4y UonroRgT 4- West American Insurance Company ue m 4= `Oo fi 1912 ° 1919 n 2 1991 n Y 9 ,t`q .ice y PW Q d 0 d� S64 OHugO �D. ONAMP`'a.da `rs �NOIA¢P' aaS� r 8,7 * t-� �H� * ya �,� * �,a By: navid M C:arav Assistant gP-r:r.*:Iry 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 ro 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. �ro r� o- } O G 2 (D rn� to of `o �L a 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. `51s �asr Cummonuveallh of Pennsylvania -Notary Seal of "fit t� Teresa Pastella, CPublic MontgomeryMnomeryoun ty March ®� . OF My commission March expires 28, 2025 �(JJ J 14ta`'�RG Member, PennsylvoanavAssocationmber ofNotaries By. Teresa 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, shall appoint such attorneys -in -fad, 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 -fad, 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 be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts; Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such 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 Secretaryto 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, recognizanoes and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 5th day of April , 2023 . 4NSUR �(If INS&p� SNSUH FJP'�0¢POR4l�1Ci yJPooRPOR,y�, u 2 0 fi 1912 0 0 1919 0 7- 1991 vs 0 LCy� Y fi0 y* —3° Q 3 By: `�� sgorus� as ° "^MpSNda rs "DID"P ab Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02121 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 April 12, 2023 before me, Date personally appeared RAW M1 2 =►C.1MM1,111POW 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 persons) 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 IT Orange County - Commission p Z371975 My Comm, fxpire5 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 han end official seal. Signature f/"VV Signature of Notary Public 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 Rid Rnnri Title or Type of Document: Number of Pages: 1 Document Date: April 5, 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 ompany ^ 02014 National Notary Association • www.NationalNotary.org - 1-800-11S NOTARY (1 -800-876-682 7) Item #5907 Shipment Receipt Address Information Ship to: Danielle Marquez City of Santa Clarita 23920 Valencia Blvd. Ste. 120 SANTA CLARITA, CA 91355 us 6612554936 Ship from: Jessica Daniels 135 S. State College Blvd Suite 400 Brea, CA 92821 us 7145789600 Shipment Information: Tracking no.:771834028976 Ship date: 04/12/2023 Estimated shipping charges: 71.05 USD Package Information Pricing option: FedEx Standard Rate Service type: First Overnight Package type: FedEx Envelope Number of packages: 1 Total weight: 1 LBS Declared Value: 0.00 USD Special Services. Pickup/Drop-off: Use an already scheduled pickup at my location Billing Information: Bill transportation to: Shipping Admin-473 Your reference: P.O. no.: 100793.72140.80 Invoice no.: Department no.: ESTIMATING Thank you for shipping online with FedEx ShipManager at fedex.com. Please Note FedEx will not be responsible for any claim in excess of $100 per package, whether the result of loss, damage, delay, non -delivery, misdelivery, or misinformation, unless you declare a higher value, pay an additional charge, document your actual loss and file a fma[y clalm. Limitations found in the current FedEx Service Guide apply. Your right to recover from FedEx for any loss, including intrinsic value of the package, loss of sales, income interest, profit, attorneys fees, costs, and other farms of damage whether direct, incidental, consequential, or special is limited to the greater of $100 er the authorized declared value. Recovery cannot exceed actual documented loss. Maximum for items of extreardinary value is $1000, e.g., jewelry, precious metals, negotiable instruments and other items listed In our Service Guide, Written claims must he filed within strict time Icmits; Consult the applicable FedEx Service Guide for details. The estimated shipping charge may be different than the actual charges for your shipment, Differences may occur based on actual weight, dimensions, and otherfactars, Consult the applicable FedEx Serviea Guide or the FedEx Rate Sheets for details on how shipping charges are calculated. DANIELS, Jessica (SBREA) From: TrackingUpdates@fedex.com Sent: Thursday, April 13, 2023 7:39 AM To: DANIELS, Jessica (SBREA) Subject: FedEx Shipment 771834028976: Your package has been delivered Message sent from Internet with bounce@nds.fedex.com email address Security warning : Do not click an the links or attachments contained in this message unless you are sure of the sender's address. Hi. Your package was delivered Thu, 04/13/2023 7:32am. at Delivered to 23920 VALENCIA BLVD STE 120, SANTA CLARITA, CA 91355 Received by B.MICHELLE OBTAIN PROOF OF DELIVERY TRACKING NUMBER FROM 771834028976 Jessica Daniels 135 S. State College Blvd Suite 400 Brea, CA, US, 92821 1 TO DEPARTMENT NUMBER PURCHASE ORDER NUMBER SHIP DATE DELIVERED TO PACKAGING TYPE ORIGIN DESTINATION SPECIAL HANDLING NUMBER OF PIECES TOTAL SHIPMENT WEIGHT SERVICE. TYPE City of Santa Clarita Danielle Marquez 23920 Valencia Blvd. Ste. 120 SANTA CLARITA, CA, US, 91355 ESTIMATING 100793,72140.80 Wed 4/12/2023 04:29 PM Receptionist/Front Desk FedEx Envelope Brea, CA, US, 92821 SANTA CLARITA„ CA, US, 91355 Deliver Weekday 1 0.50 LB FedEx First Overnight Get the FedEx° Mobile app Create shipments, receive tracking alerts, redirect packages to a FedEx qw Ftt retail location for pickup, and more from the palm of your hand - Download now. 2 FOLLOW FEDEx in Y A C ] Please do not respond to this message. This email was sent from an unattended mailbox. This report was generated at approximately 9:39 AM CDT 04/13/2021 All weights are estimated. To track the latest status of your shipment, click on the tracking number above. Standard transit is the date and time the package is scheduled to be delivered by, based on the selected service, destination and ship date. Limitations and exceptions may apply. Please see the FedEx Service Guide for terms and conditions of service, including the FedEx Money -Back Guarantee, or contact your FedEx Customer Support representative. © 2023 Federal Express Corporation. The content of this message is protected by copyright and trademark laws under U.S. and international law. Review our privacy policy. All rights reserved. Thank you for your business. 3 DocuSIgn Envelope ID: 29DF7B69,83FF-4C42-B886-OE16AD62DDCF DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF PROPOSAL FORM Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that,failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: Sully -Miller Contracting Company Company Address: 135 S. State College Blvd., Suite #400 Brea, CA 92821 Phone: 714/578-9600 Email: bids@sully-miller.com By: Jeff Galterio Print Nome Title: Assistant ecretar Signature: COU&�/q&ZAA_16 Date: 04/11 /2023 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 acre=r crc=eaerc-ccrc-re=acrrr-�,e-r.� c`ar_-e�>.e.�.c�.c-ecrucccc.ire-cec,�-ccc.cc^.c: ea€: ccc c;c.�=ec: rc� e,�: rc: rc.r�._c�`.��`�,cicccr, 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 April 13, 2023 before me, Date personally appeared !111111111MM12 131111101541F. L 11i11610 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(les), 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. 04", J. DANIELSNotary Public - CaliforniaOrange County �Commission B 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 d official seal. Signature Signature of Notary Public 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: Bid Proposal -Signature Page Number of Pages: 1 Document Date: April 11, 2023 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterio Signer's Name: 9 Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General 171 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: 29DF7B69-83FF-4C42-BB86-OE16AD62DDCF NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 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. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. li. 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) peroccurrence, 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. DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE96AD62DDCF Workers Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Workers 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 to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. PLidirlpr'r Rich Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance far the entire duration of the Project until only the CITY has an insurable interest. The Builders 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 insu ranee for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coveraee Insurance (Services involvine real orooerty 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. DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF Pollution Liabilitv and/or Asbestos Pollution Liabilitv 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 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 Liabilitv Of Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Docu&gn Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF 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, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements underthis Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's 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 orthe activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Date: 04/11 /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 Apri[ 13, 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. 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 sea[. J. DANIELS .i Notary Public - California Orange County Signature + Commission # Z377975 Noy Comm. Expires Oct 9, 2025 Signature of otary Public 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 Docy ent Title or Type of Document: BiTProposal-Signature Page Number of Pages: 1 Document Date: April 11, 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.Natiiona[Notary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Docu8ign Envelope ID: 29DF7B69-83FF-4C42-8886-0E16AD62DDCF BID SCHEDULE BID # CIP-22-23-M01490A 2022-23 Overlay A Project City Project No. M0149 City of Santa Clarita, California Base Bid _ Sully -Miller Contracting Company BIDDER: uIl -Miller Contra,.. ,__.,,,..,.,., ....,,_. ITEM NO. 'BID ITEMS PAYMENT REFERENCE UNIT QTY UNIT PRICE TOTAL CAST 1 Mobilization, Bonds & Insurance G2-1 L5 1 73yc-e�-mac: T 2 Traffic Control G2-2.8 LS 1 z2Z,t .ct, 2 I-XD 3 Storm Water Pollution Control Program G1-8 LS 1 i , 0 4 AC D2 PG 64-10 G2-8.4 TN 2,285 Zp - 00 2 11f -y . coo 5 AC C2 PG 64-10 G2-8.4 TN 3,605 la3 �, . '3713 , S-4 - cQ 6 ARHM GG-C PG 64-16 G2-9.4 TN 5,350 1 ]G . 0c - cc 7 Remove & Replace 5" AC G2-6.4 SF 1.0,357 1 tp, Z.6 kot4 `-11, 1. Z 8 Remove & Replace 8" AC G2-6.4 SF 85,707 -1 as - 15 9 Cali Plane 3" / Transition Cold Plane from 3" to 5" G2-4.6 SF 174,760 -1 C3 127 2., 00 10 Keycut Al G2-4.6 LF 9,180 CIO "I '�440, G© 11 Keycut B1 G2-4.6 LF 248 �} 1 • c� g. 12 Install Blue RPM's a@ Fire Hydrant G2-13.4 EA 20 Gj 1 . 13 Lower and Adjust Manhole Covers to Finish Grade G2-103 EA 50 -1 ca _ 2, ro,C)r, 14 Lower and Adjust Gas Covers to Finish Grade G2-10.3 EA 2 S , C'C1 c , C) 15 Lower and Adjust Water Valve Covers to Finish Gracie G2-10,3 FA 54 5 Cy 0 1 c, QC, 16 Remove and Install Permanent Traffic Loops G2-11.4 EA 80 C; ; CMG 17 12" White Crosswalk/Limit Line (Thermo) G2-13.4 LF 1 2,420 :S -2 `7 18 12" Yellow Line G2-13.4 LF 36 19 24" Yellow Crosswalk Line (Thermo) G2-13.4 LF 230 20 Striping Detail #12 (Thermo & Markers) G2-13.4 LF 13,628 ® _ 21 Striping Detail #25 (Thermo & Markers) G2-13.4 LF 12,850 r� 22 Striping Retail #28 (Thermo) 62-13.4 LF 90 a, , 23 IStriping Detail #38 (Thermo & Markers) G2-13.4 LF 4,925 ti 24 Striping Detail #39 (Thermo) G2-13.4 LF 1 22,442 C . ,1 o Docu&gn Envelope ID: 29DF7B69-83FF-4C42-3886-QEl6AD62DDCF 25 Striping Detail #39A (Thermo) G2-13.4 LF 4,546 (). --10 3 1 L ZO 26 Striping detail #40 (Thermo) G2-13.4 LF 250 O 27 Bike Person & Arrow (Thermo) G2-13.4 EA 28 C-) d 28 Arrow Type [V (L/R) (Thermo) G2-13.4 EA 36 .1 d co 29 Arrow Type VI (L/R) (Thermo) G2-13.4 EA 3 i t07- 0Ca ' u 00 11 30 12" White Diagonal Line (Thermo) G2-13.4 LF 365 U p j 3 -I . C)0 TOTAL BASE BID TOTAL AMOUNT IN FIGURES: -Z7'7 Ito. Z BASE BID TOTAL AMOUNT [I1[WORDS: %,, ri,e`„�X�, F;E�ti� *NOTE. In ease of error in extension of price into the total price column, the unit price will govern. See Section B, Bid Instructions and Bid Clauses, #11 "Award of Contract for details on the basis for award of contract DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF BID SCHEDULE BID # CIP-22-23-MO1490A 2022-23 Overlay A Project City Project No. M0149 City of Santa Clarita, California Copperhill from Decoro to Newhall Ranch - Alternate 1 BIDDER: Sully -Miller Confractinq Compan ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT QTY UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance G2-1 LS 1 I1 clq .9 (� �c[C' •�� 2 Traffic Control G2-2.8 LS 1 c .UO 3 Storm Water Pollution Prevention - BMP Plan G1-8 LS 1 E4. cw oo o� 4 AC D2 PG 64-10 G2-8.4 TN 1,126 I t5 C)C.2 %ic, - 4 5 ARHM GG-D PG 64-16 G2-9.4 TN 3,957 12 -1 , 53. 6 Remove & Replace 5" AC G2-6.4 SF 106,069 t4 . U0 24 ZI ot. 6 Stabilization Allowance G2-6.4 SF 10,6D7 5_1 x.• 7 Keycut Al G2-4.6 LF 5,773 5,00 ; 5 -cc 8 Keycut B1 G2-4.6 LF 297 Z ! . 0 9 Lower and Adjust Manhole Covers to Finish Grade G2-10.3 EA 21 - ou I sy co 10 Lower and Adjust Water Valve Covers to Finish Grade G2-10.3 EA 39 n. 'I S , oG 14. IQ xS _ n 11 Install Blue RPM's @ Fire Hydrant G2-13.4 EA 14 e12 0 12 12" White Crosswalk/Limit Line (Thermo) G2-13.4 LF 2,009 13 Striping Detail #12 (Thermo & Markers) G2-13.4 LF 13,322 ,yo 14 Striping Detail #23 (Thermo & Markers) G2-13.4 LF 44 i . 00 15 Striping Detail #37B (Thermo) G2-13.4 LF 410 •Z , s 8E: i, , 16 Striping Detail #38 (Thermo & Markers) G2-13.4 LF 3,272 2 , 1 -c 17 Striping Detail #38A (Thermo) G2-13.4 LF 732 2 . l8 Striping Detail #40 (Thermo) G2-13.4 LF 655 0--le Lis P s 19 Chevron Striping G2-13.4 LF 186 0 1 20 Arrow Type IV (L/R) (Thermo) G2-13.4 EA 34 i 22 Install Temporary Video Detection System G2-11.4 EA 3 1.3 boo.a 4U 4 SCA, 23 Remove and Install Permanent Traffic Loops G2-11.4 EA 23 24 Remove and Replace Sensys G2-12.4 EA 12 . ov •fl aSr, u� TOTAL ALTERNATE 1 BID TOTAL AMOUNT IN FIGURES: 1 5,S Z . 9, 75 ALTERNATE 1 BID TOTAL AMOUNT IN WORDS: (�:�� /�.'/l.`v , Tarr- d/��+Jr�� ��'r�,I ��•o -ye- *NOTE: In case of error in extension of price into the total price column, the unit price will govern. See Section B, Bid Instructions and Bid Clauses, #11 "Award of Contract" far details on the basis for award of contract. DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-0E16A©62DDCF BID SCHEDULE SUMMARY Bid #CIP-22-23-MO1490A 2022-2023 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California BID SUMMARY TOTAL PRICE ��?7r.:1/ IN FIGURES$ ISO, 2 j BASE BID TOTAL PRICE IN WORDS TOTAL PRICE I 1N FIGURES ADD ALTERNATE 1 TOTAL PRICE Una.. f'f ,'//, v . T •e- Nye,: �iy„ IN WORDS.^�-- %%O�/a.r5 TOTAL PRICE IN FIGURES TOTAL OF BASE BID AND ALTERNATE 1 TOTAL PRICE M"" - o IN WORDS *NOTE: In case of error in extension of price into the total price column, the unit price will govern. See Section B, Bid Instructions and Bid Clauses, #11 "Award of Contract" for details on the basis for award of contract. DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: SI Illy -Miller Contracting Company Business Address: 135 S State College R1yd S_,__iiite #400 Rrp, CA 92821 Telephone No.: 714/578--9600 State CONTRACTOR's License No. & Class: #747612 Class A DIR No.: #1000003664 Original Date: 03/30/98 Expiration Date: 03/31 /24 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: SULLY -MILLER CONTRACTING CO. License 747612 135 S. State College B vd., STE. 400 • Brea, CA 92821 • PHONE 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: 747612-A Jeff Galterio, Assistant Secretar CONTRACTORS f, r + STATE LICENSE BOARD be.RVh"A RI PAshNE1MERAl•8.N5 ACTIVE LICENSE Lic"se Nuftor 74 [ 1 Entr[Y i R OunInemaNunr SULLY - MILLER CONTRACTING COMPANY 0453. rcatian(0 A Dp IRDe State of California 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 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, 11 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) AR'15ony L. Martino, II Secretary Sully -Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint venture are as follows: NIA All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: Nr A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this _ 11_th day of Aplj1202a, BIDDER: Signaruref 1 Jeff G'alteria, Assistant Secretary Name and Title of Signatory Sully -Miller Contracting Company Legal Name of Bidder 135 S. State College Blvd., Suite ##400 Brea, CA 92821 Address 714/578-9600 Telephone Number 33-0787630 Federal Tax I.D. No. 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 Oran e On April 13, 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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my ha and official seal J. DANIELS A Notary Public - Callfornla orange County r - ° Commission N 2777975 Signature j .«' My Comm. Expires Oct 9, 2025 V Signature of No ary Public 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 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) ri l 11. 2023 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.Nationa[Notary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE96AD62DDCF BIDDER'S QUESTIONNAIRE Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California 1. submitted by: Sully -Miller Telephone: 714/578-9600 Contracting Company Principal office Address: 135 S. State College Blvd., Suite #400 2. Type of Firm: Brea, CA 92821 A C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp © Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ other 3a. If a corporation, answer these questions: Date of Incorporation: 06/16/97 State of Incorporation: Delaware President's Name: Please see attached Certificate of Incumbency and Resolution Vice -President's Name: Secretary or Clerk's Name: Treasurer's Name: 3b, if a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. CERTIFICATE OF INCUMBENCY AND RESOLUTION I, 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 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) AftTony L. Martino, II Secretary Sully -Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 home I Online Services I License Detail I Personnel List OContractor's License Detail (Personnel List) Contractor License it 747612 Contractor Name SULLY- MILLER CONTRACTING COMPANY Click on the persons name to see a more detailed page of information on that person Licenses Currently Associated With Name ANTHONY LOUIS MARTINO Title OFFICER Association Date 03/15/2021 Name WILLIAM JOSEPH THOMA BOYD Title RMO / CEO / PRES Association Date 01/20/2021 Classification A Name CHRISTOPHER MICHAEL WINTER Title OFFICER Association Date 01/25/2023 Licenses No Langer Associated With Name GEORGE MILAN LUBANKO Title OFFICER Association Date 06/16/1998 Disassociation Date 01/13/2003 Classification A Name DAVI D LAWRENCE MC CRACKEN Title RMO / CEO / PRIES Association Date 03/30/1998 Disassociation Date 04/20/1998 Classification A Name CURTIS EVANS WELTZ Title RMO Association Date 12/14/2020 Disassociation Date 04/27/2021 Classification A Name ROBERT BRUCE RIESER Title RMO / CEO / PRES Association Date 03/04/2D02 Disassociation Date 05/02/2005 Classification A Name TIMOTHY PAUL ORCHARD Title OFFICER Association Date 03/30/1998 Disassociation Date 05/02/2017 Name DAVID LEROY MARTINEZ Title RMO / CEO / PRES Association Date 02/28/2006 Disassociation Date 05/02/2017 Classification A Additional Classification There are additional classifications that can heviewed hyselectingthislink. Name TIM ITHY JAMES ERNO Title RME Association Date 05/19/2011 Disassociation Date 10/02/2014 Classification C10 Name CHRISTIAN ROGER RANSINANGUE Title OFFICER Association Date 01/20/2021 Disassociation Date 10/14/2022 Name RONALD JAMES SALCIDO Title OFFICER Association Date 03/30/1998 Disassociation Date 11/01/2007 Classification A Name JOHN RYAN HARRINGTON Title RMO / CEO / PRES Association Date 06/28/2017 Disassociation Date 11/29/2022 Classification A Additional There are additional classifications that can beviewed by selecting this link. Classification Name MITCHELLPATRICKVIGNA Title RMO Association Date 03/30/1998 Disassociation Date 11/30/2004 Classification A Name MICHAEL ARTHUR EDWARDS Title RMO Association Date 12/16/2009 Disassociation Date 12/12/2014 Classification A Back to Top CondiCons of Use Privacy Policy Accessibility Accessibiiity Certification Copyright CJ 2023 State of Californi a DocuSign Envelope ID: 29DF7869-83FF-4C42-B886-OE16AD62DDCF BIDDER'S QUESTIONNAIRE (cont'd) Bid #C1P-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California 4. Name of person holding CONTRACTOR'S license: William .j.T_ BOVd License number: #%4%612 Class: A Expiration Date: 03/31/24 D.I.R. Registration # 1000003664 5. CONTRACTOR's Representative: Jeff: Galterlo Title: Agg'Igtant SPr:rptary Alternate: Anthony Lino Title: Pre -Construction Manager 6. List the major construction projects your organization has in progress as of this date: A. Owner: Please see attached Active Project i_isti Project Location: Type of Project: _ B. Owner: Project Location: Type of Project:_ C. Owner: Project Location: Type of Project:_ SULLY -MILLER CONTRACTING PI=PATTI IBARRA 4r772023 PROJECT LIST - ACTIVE JOBS MK= MAVIS KNOX E o H Dirt NO. JOE JOB# AGENCY JOB NAME I LOCATION EST. PM ASSL SUPT. P.E. FOREMAN CONTRACT EST. EST. B LL W m o co a G " ° �. m e a COMMENTS w PM AMOUNT START FINISH .E J m Vi A TBO 10225392 102?6338 Santa Monc,a Long Beach Annual Contract _ Pessa Pessa Conover Roehl nla Olson Snide_c_o_r _ StewaA _ _ _ _ _ _ 5,006,000 D10120 3,�0U,000' 912120 212a125 12f31724 4 N N N Y '` Y Y Y, Y TBD'. TED - NN, .: - — — A TBD _ Annual Local Streets � _ n!a Olson 4 N N N Y A 347187 10234122 51 900,020 113121 Y Y Y Y Y _N IN Y' Y. N IN N E-Com l POLA Wllminglon Waterfront Promenade Mauldin Cheeseman ri Gomez Dodge _ 5P3123 V31123 1015123 4 4 4 N N N N N N N N N Y Y Y A 368079 10244381 Long Beach Design-Bulld Curb Ramps, PW20A84 Mauldin Roehl rVe Olson Stewart 1-s6O,000 311121 A 366041 10245024 Beach On -Call Paving Psi Clausen rla Gomez 4,738,589 1015121 05-CK1224 Rle. Oak Hill In Victorvtlle in San V. _ _ A 391851 10257689 Callrans Bernardino County Ta Bahmmzl rtta Valenzuela Millare 121,672,000 11!$121 12/31124 4 Y N N Y Y TBD A 396744 t0259352 Hesperia Ranchero Road Corridor Widening Project Sanchez Roysler rda Williamson Ramirez 37,492,000 113122 5130123 4 N N N Y t Y __TEED Y _ _T_Bp Nj - N 07-326804 Rte. 210 ADA Curb Ramp Upgrade - — —^'--- A NIA 10261756 Callrans Project Kirk Arcola We Love Coburn 23,B80,000 113122 12131125 4 N N N Y Y Y Y A 4CS087 10270590 West Hollywood Melrose Sireelscape Ta Graham a1a Love Abcarian 12,795,000 411122 V30123 4 N N N Y Y N� N Avenue R Complete Streets and Safe Routes _ A 412775 10272297 Palmdale Project Hernandez Cruz War Pittman Garcia 10,690,000 711122 91V24 4 Y N N Y Y TBD P-224 Causeway, Boat Channel 8 Turning Basin Mansonl Connally 8 P-226 Ammunition Pier, NAVWPNSTA, Seal A TBD 10272672 Seal Beach, JV Beach Quintal Acosta Via Olson Stewart 3,175,400 611123 Q30124 4 N N N Y YTBD lndustry, Stimson Avenue Grade Crassing A 440171 10285308 Industry improvement Contract No. CITY-1430 Sanchez Acosta rile. Clayton Stewart 891,650 11 r7122 V2823 4 Y N N Y - - _ Y: T6_D I_-- Los Angeles World A 440337 10256538 Airports Taxiway D Extension Flores Romero nla Gomez Lecleroq _ 84,560,000 2J23123 1111126 4 Y N N Y - Y TBO Tap TBD TED A 443088 1028a325 San Dimas Via Verde Avenue Street Improvement Sanchez Acosta n1a Clayton Stewart 3,641,660 112323 3131123 4 N N N Y 12.OMa2U4 Orange County in Laguna Beach From Ledroit Stto Ruby St District 12, Route 1., 12. I " 1 A TBD 10288378 Caltrans Ore-1-7.e1W.5 Sanchez quintar n1a Love Snidecor 13,288,975 11923 613=4 4 N N N Y Y Y N' N A 442518 10288564 Yoft Linda Bestanchury Road Improvements Cisneros Jonas ni Clayton Camarillo 6,888,467 11323 121123 4 N N N Y TBD TED Tl i TED El Segundo Blvd Improvement Project No. PW 23- V. A 455507 10290474 ElSegundo 02 Almanza Acosta. nla Valenzuela Stewart 6,588.035 51123 911123 4 N N N Y TB_ D TBD TBD TBD ! Westfield West field Improvements, 6351 Owensmouth Ave, , A NSA 10290595 Development, inc. Woodland Hills Conover Graham his Love Abcarian 9,151,339 112323 3f1524 4 N N N N :80 I TED TED TBD Pavement Preservation (Resurfacing) North Los --- A 448672 10292644 LACDPW Angeles County RMDJOC6742 Espinoza Coburn Na Love 5,250,000 21123 V1f24 4 N N N Y 'TBD TBD TBD TED PI Walnut Valley Water Distribution System for Tract No. 75210 - R. _ 1 P TED 10292941 Water District The Terraces at Walnut Amenza Jones it Valenzuela Camarillo 1,375.069 571523 Off 523 4 N N N Y B❑ TED TBD', TED PI A WA 10293157 LACDPW Administrative Services (Child Jab to 10292S44) Conover Coburn ni Love D TBD_ TED TSO Pl Pavement Preservatlon (Resurfacing) Soutth Los A 453420 10293168 LACDPW Angeles County RMDJOC6747 Espinoza n1a 6,250,000 4 N Y �� D. TED TBD, TED MK KaBel Canyon Road Et At - Phase 3 (Child Job to -- A 448a72 10294540 LACDPW 10292644) Conover Coburn ni Love Tulle 471.958 4/3123 +=3 4 N Y Y�� 7BD, 78D TBC 7BD Pori of Long Pier T Echo Pavement Repair, 2 Areas, OCTO P- INN A 7BD IC294554 Beach 14 (Child Job to 10245024) Acosta Acosta n1a Olson Stewart 70,000 318123 3/17123 4 N Y Y TBD' TBD TUD TBD A TBD 10296498 County of Orange Taxiway A Pothole Repair Admin Expenses to 10293158 Conover Conover n1a Love 19."6 41323 7/223 4 N Y Y TBD;,TED TBDTBD TBD 7BD TED TBD A TBD 10295891 LACDPW Conover Anneals I'llLove 0 4 N N Y Port of Long Striping at South Baery Exchange Building; Pier A TBD 10298072 Beach E, COTO P-15 (Child Job to 10245024) Acosta Acosta ll Olson Stewart 3.000 411 W23 4110123 4 N Y Part of Lang New Dock Street Intersection Modificationsl Pier A TED 10295075 Beach S, P-16 (Child Job to 10245024) Acosta Acosta No Olson Stewart 90,000 OW23 42V23 4 N N N Y Windsor HTlls-La Cienega Blvd Resurfacing (Child A 453428 10295921 LAGOPW Job to 10293158) RMDJO06747-300.00 Conover Anneals n!a Love 1,372,327 4113123 511 W23 4 N N N N +: Y Owens Lake Emergency Flood Mitiilalion A TBD 10295853 LADWP Measures, Contract No. 8008 Espinoza Uddin nla. Williamson Garcia 23,606,192 4110123 511523 4 N N N Y ACTIVE JOBS - TOTAL 436,958,995 source: 2=Anaheim 3=Oxnard 7=AIC Co t. e=vme fie ACTIVE JOBS - PAGE 1 OF 1 DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF CERTIFICATION OF NON -SEGREGATED FACILITIES Rid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Protect No. M0149 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting roams, 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 priortothe 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. ;I�rflyy�Miylef �,cfltracting Company BIDDER I f v Jeff 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). DocuSign Envelope ID: 29DF7B69-B3FF-4C42-BB86-0E16AD62DDCF DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-MO1490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of Y. of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business IQ-Zy" S--, 3 ,.4rc. Ok 1115Z Bid Schedule Item No's: J Description of Work License No. Exp. Date: Jf /� / Z Phone { ] 5C,`-rIS•2, (,iSI) (.(2Z 10",1 Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Bfisiness %AQu Q%,,: i Ct. SS,,4 . CA `i3aC0 Bid Schedule Item No's: Description of Work rZ17 --so — N4 License No. Exp. Date:-5 /31 / Z Phone { ) 3i�(.1U (2�5) Z5l_ 10S-7 Subcontractor DIR Registration No.* Dollar Value of Work �35 u1.e,6,',,.IA,.1 IUrx7ow426 Location and Place of Business 13y� Qucrr ct. � 1�1 , �.asu.n^ f.k1 �a2�s7`I Bid Schedule ItemNo's: Description of Work ucense rva. txp. uaie: I' I;t / ZG z � rnone 132i fo J 1151-Z79-G rgy NOTE: A BIDDER or subcontractor shall not be qualified to bid on, he 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 172S.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.S of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope ID; 29DF7B69-83FF-4C42-8886-OE16AD62DDCF DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-MO1490A 2022-23 Annual Overlay A Project City Project No. M0149 City o, f Santa Cfarltar, California Listed below are the na mes and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) ofthe prime contractor's total bid, If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. ubcontractor Eg-Up�!'1t' a �xt G DIR Registration No.* / DDDBD 4I S S Dollar Value of Work $] 4 9, DDD . DD Location and Place of Business, � L � � �, �,,,�g ��/� p Bid Schedule Item No's: aa6, 8W 11 AI - J it- zz, 2-3, Description of Work License No. �s r3o9 Exp. Date: / / 11 Phone ( } i� Z4-- 913--4w(42 Subcontractor D1R Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor D1R Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's; Description of Work License No. Exp. Date: / / Phone { } NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed In a bid proposal, subject to the requirements of Section 4104 ofthe Public Contract Code, or engage in the performance of any contract for public work, as defined In this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the labor Code, it is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 ofthe Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-DE16AD62DDCF REFERENCES Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. PLease see attached References and Job Experience Listing 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 Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: Please see attached Surety/Insurance Information Sheet MUD SULLY -MILLER CONTRACTING CO. LIST OF REFERENCES John Wayne Airport Irvine, CA Larry Serafini, Project Engineer 949-252-5270 iserafini@ocair.com City of Fontana Fontana, CA Mario Estrada, Asst. City Engineer 909-350-7696 kraascn@fontana.org C. J. Segerstrom / South Coast Plaza Costa Mesa, CA Grant Wilson, Project Manager 714-546-0110 City of Baldwin Park -- Engr. Division Baldwin Park, CA Arjan Idnani, Engineering Manager 626-960-4011 Ext. 254 LA Arena Company Staples Center -- Los Angeles, CA Don Berges, Construction Manager 213-742-7873 City of Fullerton Fullerton, CA George Lin, Project Engineer 714-738-6845 graffiti@cityofFullerton.com The Irvine Company Newport Beach, CA Peggy Kloos, Sr. Director/Construction 949-720-2000 Irvine Community Development Company Newport Beach, CA Bill Martin, Vice President/Construction 949-734-800 Town of Apple Valley Apple Valley, CA Richard Pederson, Town Engineer 760-240-7000 Los Angeles County Dept. of Public Works Alhambra, CA Issa Adawiya, Resident Engineer 626-458-5100 CNC Engineering City of Industry, CA John Ballas, City Engineer 626-333-0336 gperez@cc-eng.com Fox Studios Operations Beverly Hills, CA William Murphy, V.P. of Facilities 310-369-3794 BNSF Railroad Commerce Hansen -Wilson Roy Rogers, Construction Manager 323-267-4186 Caltrans Department of Transportation Ray Stokes, Regional Engineer 909-275-0211 Cal State Long Beach Foundation Long Beach, CA Mo Tidemanis, Director 562-985-8489 City of Rancho Cucamonga Rancho Cucamonga, CA Cindy Hackett, Associate Engineer 909-477-2740 City of Hesperia -- Public Works Dept. Hesperia, CA Mike Podegradz, City Manager 760-947-1000 City of Barstow Barstow, CA Mike Stewart, City Engineer 760-255-5154 Updated 2019 Project Experience SULLY- MILLER CONTRACTING CO. A COLAS COMPANY NOVEMBER 19 Sully -Miller Contracting Co. 135 S. State College Blvd., Suite 400 Brea, CA 92821 r l ■ CSULLY -MILLER Project Experience ONA MUSWMPpHYTRACTINGCO. ^d� 7 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(d-).dot.ca.gov john.santosOa dot.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-MillerContracting Company 1 135 SState College Boulevard, Suite 4001 Brea, CA92821 1 714.578.96001 info@sul ly-miller.com I sully-miller.com ni sUL1YMPR CONTRProject Experience ACf1NG CO. Project Location Project Owner Contact Name Contact Role/ Position Telephone Email Project Description Start Date End Date 1 Contract Amount tilt A - �. }6.AIN; L Overlay2020 Pavement 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(a-)toaks.org Joseph.shweitzer(a�_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 sea[ application, a large quantity of striping/marking work. microsurfacing/slurry sea], utility adjusting, striping/marking and some. May 2020 September 2019 December 2020 April 2020 $ 12,995,708 $ 12,448,000 Sully -Miller Contracting Company 1 1 35 SState College Boulevard, Suite 4001 Brea, CA92821 1 714.578.96001 info@sully-miller.com l sully-miller.com �J11. SULLY -MILLER CONTRACTING CO. Project Location Project Experience Castaic, CA Project Owner I Los Angeles County Department of Public Works Contact Name Contact Role/ Position Telephone Email Project Description Start Date End Date Victoria Monteil Project Manager (626) 300 — 3267 vmonteila,d pw.lacou nty.gov This project consists of the design and construction of a Sheriff's 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 city streets. It includes a 5,000 square foot classroom building with offices, locker rooms, storage, a kitchenette, and restroom facilities, a 44 acre high-speed track, with pursuit track area, a skid pan for training personnel on how to operate vehicles in slippery road conditions and a collision avoidance track to practice avoiding other vehicle or objects in emergency situations. There is also a training vehicle parking lot, as well as a separate employee and class attendee parking lot, The 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. March 2020 February 2022 Compton, CA A 112 City of Compton John Strickland Project Manager (310) 605 — 5505 itrickland _comptoncity.org Stretching over seven miles in three separate locations, the second phase of Compton's reconstruction project was completed with a heavy amount of materials and man -power. The scope of work for this job encompassed cold milling and pavement overlay, base application, full depth reconstruction, concrete construction (curb and gutter, sidewalks, driveways, cross gutters, alley intersections, and curb ramps), pavement striping/marking, utility adjusting and traffic loop installation. October 2021 Est, July 2022 GontractAmount I $ 10,790,000 1 $ 6,465,000 1 Sully-MillerContractingCompany 1 135SStateCollegeBoulevard,Suite4001 Brea,CA92821 1714.578.96001 infoC@sully-miller.com l sully-miller.com r5iLl. CONTRACTING CO. SULLYON._I—LLER Project Experience f s` 2020 Spring Pavement Management.. 1 Overlay 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 vzhaoCcDcityoflancasterca.org jregan[a}_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 10ih 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-MiIle rContractingCompan y 1135SState CoIleg eBouievard,Suite400I Brea, CA92821 1 714.578.96001 info@sully-miIIer.com I sully-miIler.com VIAT L CONTRACTING CO. SULLY -MILLER Project A 40Ns [O�PF'+iv Experience 1 of i ion 77Pct Lynwood, CA Santa Fe Springs, CA ct Owner City of Lynwood City of Santa Fe Springs Contact Name Noe Martinez Robert Garcia Contact Rolel Position Public Works Assistant Associate Civil Engineer Telephone (310) 603 — 0220 (562) 868 — 0511 Email nmartinez@lynwood.ca.us robert.garcia c@santafesprings.orq At just over a mile long and exiting in a location With a job 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 -Miller Contracting Company 1 1 35 SState College Boulevard, Suite 400 i Brea, CA 92821 1714.578.9600 1 info@sully-miller.com I sully-miller.com !Z_U! SULLYMvR CON77tACProject Experience t'ING CO.CQ. 71 50 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-lusichp_kerncounty.com mzuber(a)cityofpalmdale.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-Mi IlerContracting Company l 1 35 SState College Boulevard, Suite 4001 Brea, CA 92821 1714.578.96001info@sully-miller.comisully-miller.com SULLY-MILLER O-Y Project Experience cO�r��� �o. � A LOSAS [OMPAN� Project Location Project Owner Contact Dame Contact Role/ Position Telephone Email Project Description Start Date End Date Contract Amount T 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(cb.cityofinglewood.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 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 -Miller Contracting Company 11 35SStateCollegeBoulevard,Suite400I Brea, CA92821 1 714.578.96001 info@sully-miller.com I sully-miller.com SULLY -MILLER CONTRACTING CO. Liceme. 7,17o 1 2.A 13.E S. Sj1ci e fege 3J,1c?., SSE. 400 * Brea, CA 9282, * PHONE 714-578- 600 The Fallowing 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 9731401-5151 FAX 973/401-5045 Contact: Anton Schmitt DocuSign Envelope ID: 29DF7l369-83FF-4C42-R886-0E1BAD62DDCF EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bic! #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California This bidder X , proposed subcontractor , hereby certifies that it has X, has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X , has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: S I i ler Contracting Com an By: J)WP4-& d r Title: Jeff Galterio, Assistant Secretary Date: 04/11 /2023 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-13(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 etseq.) Bid #CIP-22-23-MO1490A 2022-23 Annual Overlay A Project City Project No. M0149 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 of seq.) is true and correct: IX Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20, 000, 000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION 1, 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 )JW 11-L Sully -Miller Contracting Companylo" ` Firm Si n 04/11/2023 Date Jeff Galterio, Assistant Secretary Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT DocuSign Envelope ID: 29DF7669-83FF-4C42-B886-6E16AD62DDCF BIDDER'S BOND Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), 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 fall to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: 2022-23 Annual Overlay A Project Bid No. CIP-22-23-MO1490A Project No. M0149 Bidder's Signature CONTRACTOR/BIDDER Add ress 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. DocuSlgn Envelope ID: 29DF7B69-83FF-4C42-B886,DE16AD62L]DCF PROPOSAL GUARANTEE BID BOND Bid #CEP-22-23-MO1490A 2022-23 Annual Overlay A Project City Project No, M0149 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 t' Percen City of Santa Clarita, as CITY, in the penal sum of Ten dollars ($ 10% ),which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents, *of the total amount bid. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY, IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 5th Day of April 2023. JEFF GALTERIO CONTRACTORASSIST"T SECRETARY SURETY*: Name and Title of Signatory V ��� Signature Sully -Miller Contracting Company Legal Name 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. Liberty Mutual Insurance Company +I J Name Victoria M. Campbell, Attorneyln-Fact 513-792-1862 sarah.keith@libertymutual.com Phone Number and Email 8044 Mantgomery Rd., Ste 150E, Cincinnati, OH 45236 Address r *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 ♦.S�i.A{_A .t�Q.9f •ice ,A A_Gi .9a 'A :^tea .T .A .A{.vim _A _A .A .."] _'7i .9ti. ..A _'i� _A'_S�L.G1 ,'ik .A .At.a ..'1 A _A _A _ _A .P. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Ora On APR 0 5 2023 before me, L. Cla Date personally appeared Victoria M. Campbell lotary 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/tbeq- 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 L' M Notary Public • California z Los Angeles County an�� Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Titie(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual [N Attorney in Fact ❑ Trustee ❑ Guardian or Conservator F1 Other: Signer Is Representing: APR 0 5 2023 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 10- Liberty Mutual. SURETY 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: 8205201-971932 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 tailed the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Khoi Tran; Victoria M. Carru ll _ all of the city of Los Angeles_ state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other 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 P4 1. siry P�qY INS// d 1NSURq The Ohio Casualty fnsurance Company =°nRFO�,�ym 2GORP°aa.o�yn a°oa4OkAroycn West American Insurance Company �1912g0 0Z1919�a a 1991 0 rd4`�S�Icfrus+i�da y0 �'`ha raas`"�,dD YS, �HoiAN1' ,da3 f David M. Carey, Assistant Secretary ro I State of PENNSYLVAMA rn County of MONTGOMERY ss 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 td Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized se 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. i� 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. rLD r�6 .t•� Commonwealth or Pennsylvania - Notary Seai of N E Cz Teresa Fastener Notary Public ��Qp>th Montgomery County OF My commission expires March 28, 2025 By: y `q Ccmm7ssion number 1126044 Member, Pennsylvania Association Nolanes .�hSyU*IPA .,G of r Pastella, Notary Public This Power of Attomey 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 WestAmerican Insurance Companywhich 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 h I 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 be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the 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 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 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 Secretaryto 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 farce and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this Sth day of April , 2023 . 4riSUR Jul INS/p a 441SUR LPC3A„1rQ�n �,Jv'uoaao,gyrR92 `GP GoPoAl rz,q.T G°RP yt� J3 �artt cT� Fo �3 �o 1912 © Q 1919 o 1991 ri 0 �19sS4Cryt19`�1,da �� "6Amvsas rs �kolA++�' d� By: Renee C. Llewellyn, Assistant Secrets &/7 Yn Secretary LMS-12973 LMIC OCIC WAIL Multi Co 02/21 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 Apri[ 12, 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. J. DANIELS 1 _......:',. F Notary Pultilc -California Orange County z r Commission p 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 han -and official seal. Signature Signature of Notary Public 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 Riri i�nnH Title or Type of Document: Number of Pages: 1 Document Date: April 5, 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 ompany 02014 National Notary Association • www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item ##5907 rle&X . Shipment Receipt Address Information Ship to: Danielle Marquez City of Santa Clarita 23920 Valencia Blvd. Ste. 120 SANTA CLARITA, CA 91355 US 6612554936 Ship from: Jessica Daniels 135 S. State College Blvd Suite 400 Brea, CA 92821 US 7145789600 Shipment Information: Tracking no.: 771834028976 Ship date: 04/12/2023 Estimated shipping charges: 71.05 USD Package Information Pricing option: FedEx Standard Rate Service type: First Overnight Package type: FedEx Envelope Number of packages: 1 Total weight: 1 LBS Declared Value: 0.00 USD Special Services: Pickup/Drop-off: Use an already scheduled pickup at my location Billing Information: Bill transportation to: Shipping Admin-473 Your reference: P.Q. no.: 100793.72140.80 Invoice no.: Department no.: ESTIMATING Thank you for shipping online with FedEx ShipManager at fedex.com. Please Note FedEx will not be responsible for any daim in excess of $100 per package, whether the result of loss, damage, delay, non -delivery, misdelivery, or misinformation, unless you declare a higher value, pay an additional charge, document your actual loss and file a timely claim, Limitations found in the current FedEx Service Guide apply. Your right to recover from FedEx for any loss, including intrinsic value of the package, loss of sales, income interest, profit, altorne7fs fees, casts, and otherforms of damage whether direct, incidental, consequential, or special is limited to the greater of $100 or the authorized declared value. Recoverycannot exceed actual documented loss, Maximum for Hems of extraordinary value is $1000. e.g., Jewelry, precious metals, negotiable Instruments and other Items listed In our Service Guide. Written claims must be filed within strict time Ifmfts; Consult the applicable FedEx Service Guide for deta§Is. The estimated shipping charge may be different than the actual charges for your shipment. Differences may occur based on actual weight, dimensions, and other factors. Consult the applicable FedEx Service GLide or the FedEx Rate Sheets for details an how shipping charges are calculated. DANIELS, Jessica (SBREA) From: TrackingUpdates@fedex.com Sent: Thursday, April 13, 2023 7:39 AM To: DANIELS, Jessica (SBREA) Subject: Fed Ex Shipment 771834028976: Your package has been delivered Message sent from Internet with bounce@nds.fedex.com email address Security warning : Do not click on the links or attachments contained in this message unless you are sure of the sender's address. Hi. Your package was delivered Thu, 04/13/2023 at 7:32am. Delivered to 23920 VALENCIA BLVD STE 120, SANTA CLARITA, CA 91355 Received by B.MICHELLE OBTAIN PROOF OF DELIVERY TRACKING NUMBER FROM 77183402.8976 Jessica Daniels 135 S. State College Blvd Suite 400 Brea, CA, US, 92821 TO DEPARTMENT NUMBER PURCHASE ORDER NUMBER SHIP DATE DELIVERED TO PACKAGING TYPE ORIGIN DESTINATION SPECIAL HANDLING NUMBER OF PIECES TOTAL SHIPMENT WEIGHT SERVICE TYPE At . City of Santa Clarita Danielle Marquez 23920 Valencia Blvd. Ste. 120 SANTA CLARITA, CA, US, 91355 ESTIMATING 100793.72140.80 Wed 4/12/2023 04:29 PM Receptionist/Front Desk FedEx Envelope Brea, CA, US, 92821 SANTA CLARITA, CA, US, 91355 Deliver Weekday 1 0.50 LB FedEx First Overnight Get the FedEx® Mobile app '� Create shipments, receive tracking alerts, redirect packages to a FedEx # retail location for pickup, and more wit ��y�'� � � from the Y palm of our hand P - Download now. ig FOLLOW FEDEX V re�), in P 6 y C _i Please do not respond to this message. This email was sent from an unattended mailbox. This report was generated at approximately 9:39 AM CDT 0411312023. All weights are estimated. To track the latest status of your shipment, click on the tracking number above. Standard transit is the date and time the package is scheduled to be delivered by, based on the selected service, destination and ship date. Limitations and exceptions may apply. Please see the FedEx Service Guide for terms and conditions of service, including the FedEx Money -Back Guarantee, or contact your FedEx Customer Support representative. 2023 Federal Express Corporation. The content of this message is protected by copyright and trademark laws under U.S. and international law. Review our privacy policy. All rights reserved. Thank you for your business. 3 DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-oE16AD62DDCF NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, anyfee 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 FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF NON -COLLUSION AFFIDAVIT Bid #CiP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL. CONTRACT STATE OF CALIFORNIA ) COUNTY OFXXXXXXX Orange Jeff Galterio being first duly sworn deposes and says that he/she is the Assistant esreta►�, (sole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid aretrue, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, orthe contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, orto any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Sully-MillergCotracting Company Bidder: Signa ur Title Jeff Galterio, Assistant Secretary CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 X See Attached Document (Notary to cross out lines 1--6 below) Ll See Statement Below (Lines 1-6 to be completed only by document signer(s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange *my J. DAMELS Notary Public - California Orange County Commission # 23779Comm. Expires Oct 9, 2025 Seal Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this 12th day of April 20 23 , by Date Month Year (1) Jeff Galterio (and(2)---------------------------------------------------------------- ), Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person s) who appeared ?fore me. Signature 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: Non Collusion Affidavit Document Date: April 11, 2023 Number of Pages: 1 Signer(s) Other Than Named Above: None 02014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5910 DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF DocuSign Envelope ID: 29DF7B69-83FF-4C42-8886-OE16AD62DDCF SUBCONTRACTORS Bid #CIP-22-23-M01490A 2022-23 Annual Overlay A Project City Project No. M0149 City of Santa Clarita, California 1. SUBCONTRACTORS. The BIDDER performs not less than fifty (50) percent of the original contract work with the bidder's own organization. 2. LIST OF SUBCONTRACTORS. No more than 50% 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 at the place of business. 2.1.4.Work to be performed by each subcontracting firm. 2.1.5.Total approximate dollar amount of each subcontract. 2.2. Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be considered unless such list is submitted as required. 3. PROMPT PROGRESS PAYMENTTO SUBCONTRACTORS. A prime contractor or 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. 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 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 DocuSign Envelope ID: 29DF7B69-83FF-4C42-B886-OE16AD62DDCF shall be ineligible to bid or be awarded a contractor to perform work on any City public works project. In accordance with Section 6109 of the Public Contract Code any subcontractor who is ineligible 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 publicworks 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. 5.1. 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 prior written authorization to perform the work with other forces or to obtain the materials from other sources. 5.2. 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. Balancing the Natural and Built Environment April 27, 2023 Via E-mail. rfuentesnsanta-clarita.com Mr. Ramiro Fuentes City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, CA 91355 (661) 286-4134 Subject: Professional Land Surveying Services The 2021-2022 Overlay Project No. MO142; 2023 Annual Overlay Project Nos. MO149, MO1490A, and MO1490B Dear Mr. Fuentes, We are pleased to submit our scope and budget for the 2021-2022 Overlay Project No. M0142, and for 2023 Annual Overlay/Slurry Seal Project Nos. MO149, MO1490A, and M01490B. We have developed a scope of services and a budget which we feel will be necessary to construct the project based upon the current Request for Proposal. Psomas has a strong reputation for customer service. Psomas' business approach is to focus on the client's long-term goals and guide our own strategic growth to meet those needs. • Psomas' teams utilize state-of-the-art technology to produce innovative solutions. Our professional staff is at the forefront of technology that supports our clients' success. • Psomas is nationally ranked in ENR's top 100 engineering firms. Psomas has achieved an award -winning reputation for innovation, creativity and cutting -edge technical expertise. Our performance on projects for both public sector and private sector clients is a history that can be authenticated, and you have our commitment that this same level of dedication and service will continue on your project. We look forward to working with you on this project and invite any inquiries you may have regarding our proposed services. Sincerely, PSOMAS Daniel Rahe, PLS Vice President DR:rd 555 South Flower Street Suite 4300 Los Angeles, CA 90071-2416 Tel 213.223.1400 Fax 213.223.1444 www.psomas.com 8229 Santa Clarita Mon Pres.docx SCOPE OF SERVICES M0142, M0149, M01490A AND M0190B April 27, 2023 2021-22 OVERLAY M0142 PROECT (26 Corner Records @ $830.00 ea) • Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. • Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. • Field survey to reset centerline monuments lost following street repairs. • Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. • Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. FEE $21,580 2021-22 OVERLAY M0142 PROJECT Recording Fees (26 Corner Records) • Los Angeles County recording fee for Corner Records calculated at $18.00 per. FEE $468 2022-23 SLURRY SEAL M0149 PROJECT (145 Corner Records @ $830.00 ea) • Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. • Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. • Field survey to reset centerline monuments lost following street repairs. • Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. • Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. FEE $120,350 2022-23 SLURRY SEAL M0149 PROJECT Recording Fees (145 Corner Records) • Los Angeles County recording fee for Corner Records calculated at $18.00 per. FEE $2,610 2022-23 OVERLAY M01490A PROJECT (23 Corner Records @ $830.00 ea) • Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. • Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. • Field survey to reset centerline monuments lost following street repairs. • Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. • Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. FEE $19,090 2022-23 OVERLAY M01490A PROJECT Recording Fees (23 Corner Records) • Los Angeles County recording fee for Corner Records calculated at $18.00 per. FEE $414 \\westla 1 \wlashare\ad mi n\RDeloza\Proposals_1- 2020 to Current\8229 Santa Clarita Mon Pres\8229 Santa Clarita Mon Pres.docx SCOPE OF SERVICES cont'd 2022-23 OVERLAY M01490B PROJECT (73 Corner Records @ $830.00 ea) • Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. • Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. • Field survey to reset centerline monuments lost following street repairs. • Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. • Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. FEE $60,590 2022-23 OVERLAY M01490B PROJECT Recording Fees (73 Corner Records) • Los Angeles County recording fee for Corner Records calculated at $18.00 per. FEE $1,314 Total Survey Fee Not to Exceed Total County Filing Fee $221,610 $ 4,806 TOTAL REQUEST: $226,416 EXCLUSIONS NOTE: The following items have been specifically omitted and excluded from this scope of services. A scope and budget will be provided for any of these excluded items upon request. • Record of Surveys and the filing fees associated with recordation. • Topographic surveys, any earthwork removals, bottom elevations, over excavations, quantity verifications and sub drain locations. • Re -staking of any item described in this scope. • All onsite as-builts. • All dry utility staking. • Electrical and telecom staking. • The staking of irrigation water lines. • Replacement of boundary corners destroyed by construction. • Landscape grade staking. • Erosion control staking or maintenance of erosion control devices. • Final boundary corners and final monumentation is not a part of this scope. • Plan revisions, interim plans, or changes to the phasing of work will be considered work outside of the proposed scope. All field time, office support, and reimbursable costs associated with out -of -scope work will be charged on a time and materials basis per the attached fee schedule. These fees have been developed based upon the release of the electronic CADD drawings \\westla 1 \wlashare\ad mi n\RDeloza\Proposals_1- 2020 to Current\8229 Santa Clarita Mon Pres\8229 Santa Clarita Mon Pres.docx Effective through October 31, 2024 Land Use Entitlements, Engineering and Surveying Los Angeles & Valencia Offices Office Services $ 95-$125 $125-$160 $115-$190 $115-$150 $180-$260 $235-$335 Hourly Rates - Administrative and Project Assistants - Drafters and Design Drafters - Surveyors, Project Surveyors - Civil Engineering Designers and Engineers - Project Manager - Principals Field Services Rates are effective from October 1, 2022-September 30, 2023 $445 - Three -Person Survey Party $350 - Two -Person Survey Party $245 - One -Person Survey Party $185 - Field Engineer Hourly rates for field survey parties include normal usage of field equipment and are fully equipped rates. Per Diem is calculated at current State Department of Transportation rates (or other appropriate Agency rate). Special Equipment and Other Costs $270 per day - 3D Laser Scanning $5,500 per day - 3D Laser Scanner (Mobile Mapping System) Standard computer and technology costs are incorporate into the hourly rates shown above. Reimbursables Mileage at current IRS allowable rate and parking expenses incurred by office employees are charged at cost. Prints, plots, messenger service, subsistence, air travel, and other direct expenses will be charged at cost plus ten percent. The services of outside consultants will be charged at cost plus fifteen percent. The above schedule is for straight time. Overtime will be charged at 135 percent of the standard hourly rates. Sundays and holidays will be charged at 170 percent of the standard hourly rates. \\westla 1 \wlashare\ad mi n\RDeloza\Proposals_1- 2020 to Current\8229 Santa Clarita Mon Pres\8229 Santa Clarita Mon Pres.docx EXHIBIT "A" CONDITIONS OF SERVICE April 27, 2023 The attached proposal is valid for 90 (ninety) days, after which time fees will be reevaluated. The fees quoted in this proposal are contingent upon authorization of the full scope of services. Should client choose to make any of the scope items the responsibility of one or more subcontractors the overall cost of the services will be adjusted upward to cover increased administration, insurance and project management time. Contract Upon notice of acceptance, Psomas will resubmit and further define the scope of services as requested by contractor with the intent of incorporating it into a Professional Services Agreement, excluding warranties and guarantees and including an insurable indemnity clause. Payment Costs shown in scope of services are based on progress payments being paid in full within thirty (30) days of invoice with no retention. Work on the project may be halted if invoices are not paid within 45 days of the date of the invoice. Compensation for services covered by this agreement is based on wages from the Professional Services Agreement between The City of Santa Clarita and Psomas. For each of the 12-month periods beginning June 1, 2020, an increase shall be applied to all remaining compensation based on the current rate schedule. Prints, plots, delivery services and other reimbursable expenses, such as the preparation of certified payroll reports, will be billed at cost plus 10 percent. Additional Services All requests for construction staking not specifically covered by the scope of services shall be considered as extra work and shall be approved by the client in writing on a "Field Work Authorization" provided by Psomas' field crews. Such requests will be considered as time and materials items and billed according to the Fee Schedule. Payment terms are as noted under "Payment" section above. Reasonable charges will be made for technical office support, project management, scheduling and coordination. Termination Contractor, or Consultant, may at any time terminate this Agreement for just cause. Such termination shall be effective upon receipt of written notification from the other party. In the event of termination Consultant shall be paid for services completed to the date of termination. Notification It is understood whenever the contractor needs survey staking work done, he will schedule such work in 8-hour increments in an effort to reduce unnecessary travel time and piecemeal work. Extra costs due to piecemeal work will be billed on a Time and Materials basis per the attached Fee Schedule. Contractor will also provide the surveyor with a minimum of 48 hours' notice before such work is to be performed. The following insurance is included in our rates. • General Liability Insurance ($1,000,000.00 each occurrence and aggregate). Automobile Liability Insurance ($1,000,000.00 BI and PD combined). • Workers Compensation Insurance ($1,000,000.00 each accident). Professional Liability Insurance ($1,000,000.00 each claim and $2,000,000.00 aggregate). Insurance in addition to these amounts may require an increase in our fees. \\westla 1 \wlashare\ad mi n\RDeloza\Proposals_1- 2020 to Current\8229 Santa Clarita Mon Pres\8229 Santa Clarita Mon Pres.docx Ghirardelli A S S O C I A T E S 23003.001 April 25, 2023 Ramiro Fuentes Project Manager City of Santa Clarita Department of Public Works, CIP Division 23920 Valencia Boulevard Santa Clarita, CA 91355 Via Email: rfuentes@santa-clarita.com RE: 2023 Staff Augmentation Dear Mr. Fuentes, Ghirardelli Associates, Inc. (Ghirardelli) is pleased to submit this proposal to serve the City of Santa Clarita (City) on an as -needed basis for staff augmentation. Ghirardelli is a proven Southern California leader in effectively/successfully delivering local agency projects and has experienced personnel to deliver quality work on any project. We propose to provide Todd Day, PE, Project Manager for this assignment. Mr. Day, a Newhall resident, is personally committed to support the City in the successful delivery of this project, or any other project thrown his way. He has extensive experience working both with and for local governments and a proven record that will bring added value to your staff. Ghirardelli has the leadership, available resources, proven record, and strong commitment to undertake staff augmentation services for the City of Santa Clarita. The following proposal outlines how our firm will assist the City as needed and deliver on our commitment to meet the City's goals and objectives on any project. Also included for the City's budgeting purposes are our personnel rates as submitted in our 2023 As -Needed Staff Augmentation contract. As a principal of the firm, I have the authority to bind the firm/team. Our Project Manager, Todd Day, PE, can be contacted directly via email at tdav@ehirardelliassoc.com or via cell at 949.466.6552. Sincerely, Ghirardelli Associates, Inc. rr 1J,, . - Raewyn iLelo-Butcher Executive Vice President M 1510.708.7442 El raewvn@I?hirardelliassoc.com Ghirardelli A S S O C I A T E S PROPOSED STAFF AND EXPERIENCE Ghirardelli possesses a highly qualified team of professionals to provide staff augmentation services for the City's Engineering and Public Works Departments. Below is a brief bio for our initial team member, Mr. Day: Todd Day, PE — Project Manager / Engineer Mr. Day is a California Licensed Professional Engineer with over thirty (30) years of civil, structural and municipal engineering experience with a proven record of delivering multiple projects on schedule and within budget. His experience includes working both for and with public works and local agencies, as well as with the State of California. Mr. Day's projects include bridge and roadway design and construction management, structural inspection and evaluation of bridge structures, municipal engineering, site engineering, Public Works and engineering management, drainage and stormwater, utilities, and park projects. He has also served as Municipal Engineer and Planning/Zoning Board Engineer for various municipalities in New Jersey. PROJECT UNDERSTANDING The City is seeking an experienced consultant to provide as -needed staff augmentation engineering services. The specific initial need is for augmentation in the City's CIP Division providing project management assistance on the City's Annual Overlay project. The services are anticipated to be on a part-time basis of approximately forty (40) hours per week for the project duration. SCOPE OF WORK Ghirardelli is proud to bring its experience with similar staff augmentation contracts and project management projects to the City. Our approach for this type of contract is built around the qualifications and experience of our staff and lessons learned from previous contracts. We realize that the success of any project depends on the ability of the team to proactively identify and anticipate problems before they become major issues and to resolve issues promptly before they impact the final outcome of the project. Ghirardelli will provide immediate project management services (part time, as needed) on the contract and is prepared to expand on those services when requested. STAFF BILLING RATE Per our current approved As -Needed Staff Augmentation contract (rates provided below), Mr. Day's billing rate will be $247.20 per hour. This rate includes vehicle, mobile phone, and laptop. Role Straight OT Double OT Project Manager $ 247.20 ST ST Resident Engineer 1 $ 232.22 ST ST Resident Engineer II $ 247.20 ST ST Structure Representative $ 237.24 ST ST Construction Inspector 1 $ 175.83 $ 210.87 $ 245.91 Construction Inspector II $ 199.00 $ 238.66 $ 278.32 Office Engineer 1 $ 154.32 $ 185.07 $ 215.82 Office Engineer 11 $ 195.37 $ 234.30 $ 273.24 Outreach Coordinator $ 94.84 $ 113.74 $ 132.64 ghirardel liassoc.com ig