Loading...
HomeMy WebLinkAbout2024-04-23 - AGENDA REPORTS - CIRCULATION IMPROV PGM PHASE III CATCH BASIN RELOCATIONO Agenda Item: 7 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: ' DATE: April 23, 2024 SUBJECT: CIRCULATION IMPROVEMENT PROGRAM, PHASE III - CATCH BASIN RELOCATION, PROJECT C0064 - PLANS, SPECIFICATIONS, AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Circulation Improvement Program, Phase III — Catch Basin Relocation, Project C0064. 2. Find the Circulation Improvement Program, Phase III exempt from review under the California Environmental Quality Act pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301. 3. Award the construction contract to Toro Enterprises, Inc., in the amount of $248,402 and authorize a contingency in the amount of $24,840, for a total contract amount not to exceed $273,242. 4. Authorize the transfer of TDA Art 8 - Street & Road (Fund 233) funds in the amount of $300,000 from expenditure account C0072233-516101, Circulation Improvement Program, Phase III, to expenditure account C0064233-516101, Circulation Improvement Program, Phase III — Catch Basin Relocation. 5. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. Page 1 Packet Pg. 40 O BACKGROUND The Circulation Improvement Program, Phase III - Catch Basin Relocation project will relocate an existing storm drain catch basin to allow for the construction of additional circulation improvements at the intersection of Copper Hill Drive and Newhall Ranch Road as shown on the attached Location Map. This project supports the Sustaining Public Infrastructure theme of the City's five-year strategic plan, Santa Clarita 2025. The Circulation Improvement Program, Phase III, including the Catch Basin Relocation project, is not subject to California Environmental Quality Act (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, safety improvements, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographical features, involving negligible or no expansion of existing or former use. Examples include, but are not limited to, existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities. This project meets the criteria for this exemption because the Circulation Improvements Phase III project will be performing minor alterations and safety improvements to existing streets, medians, storm drain, and other public facilities. An invitation to bid was prepared and published twice in The Signal newspaper, on March 28 and April 4, 2024, and posted on BidNet. A total of 21 companies downloaded the bid, and one bid was submitted to the City and opened by Purchasing on April 12, 2024. The results of the bids are shown below: Company Location Bid Amount Toro Enterprises, Inc. Oxnard, CA $248,402 Due to the volatile bidding environment and high construction activity throughout Southern California, the City has experienced receiving fewer project bids. Staff followed up with other plan holders to assess why they did not bid on the project. The feedback included some contractors expressing conflicts with existing project schedules, while others highlighted difficulties in securing subcontractors for bidding due to their full schedules. Staff recommends awarding the construction contract to Toro Enterprises, Inc. Staff evaluated the bid and found it to be responsive and responsible. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it to be complete. The bid proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. The requested construction contingency will cover the cost of unforeseen site conditions, any change orders submitted by the contractor for unforeseen required work, and unanticipated costs associated with the potential nighttime and weekend work to help minimize impacts on motorists. The additional funds will be used for construction support costs, which include labor compliance services, staff oversight, utility fees, construction engineering, inspection, and project Page 2 Packet Pg. 41 O management. ALTERNATIVE ACTION Other actions as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure accounts C0064233-516101 (TDA Art 8 - Street & Road Fund) to support the recommended contract and project administrative costs. ATTACHMENTS Location Map Bid Proposal for Toro Enterprises, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 42 N R city ofSANTA CLARITA � f? ' Location Map for I Circulation Improvement Program, Feet Phase III - Catch Basin Relocation C0064 0 50 100 I i I Legend Street centerlines developed & maintained 4 by City of Santa Clarita GIS Catch basin Relocation C©�164 The City of Santa Clarta does rat warrant the accuracy of the data and assumes no liability for any errors or 0 omissions. Existing Parcel Boundary kN Map prepared by: Gty of Santa Clarity _ - Qs q:NwwaEcrsNPti+l240320a1l030&4e fAkL 4 P Ok 14 /' " lA. OC n# j. ALI- i 7.a CL Qom./y •' `°� 0 :�.i O VIP �+ E .y •�a�r�P 1 ,�+F; i f' p � �9 y�Po � -9.N2 � � GNedlflh' Q ' , Packet Pg. 43 PROPOSAL FORM Bid #CIP-23-24-00064C 2020-21 Circulation Improvement Program, Phase III — Catch Basin Relocation REBID City Project No. C0064B 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: PRESIDENT Signature: Date: i NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-23-24-00064C 2020-21 Circulation Improvement Program, Phase III — Catch Basin Relocation REBID City Project No. C0064B 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. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and 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 pror)ertv only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of 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 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 require ents and agree to be bound by them for any work performed for the City. / 7 Authorized Signature: 1/ G/tl Date: V oM Printed Name: SEAN CASTILLO, PRESIDENT BID SCHEDULE Bid #CIP-23-24-00064C 2020-21 Circulation Improvement Program, Phase III — Catch Basin Relocation REBID City Project No. C0064B City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1. MOBILIZATION/DEMOBILIZATION 1 LS $71 WATER POLLUTION CONTROL, 2. IMPLEMENTATION, & MAINTENANCE OF 1 LS ,�..---- $ .500- $ r®o. y— BMP'S r 3. CONSTRUCTION SURVEY 1 LS $�D $�.� 4. TRAFFIC CONTROL 1 LS 5. SAWCUT PAVEMENT 132 LF $j T $ 6. REMOVE ASPHALT CONCRETE PAVEMENT 363 SF $ f $ �ifrf 7. REMOVE PCC MEDIAN STAMPED CONCRETE 160 SF $ $ 5J 9 8. REMOVE PCC CURB AND GUTTER 111 LF $ 9. LOWER/ADJUST MANHOLE COVER TO FINISHED 1 EA $ �C�t% "" $ SURFACE 10. COLD MILL AC PAVEMENT AND REMOVE 773 SF $ �n;T $ 11. AC B PG 64-10 (BASE COURSE) 22 TN $ $�- 12. AC C2 PG 64-10 (FINISH COURSE) 16.5 TN $0_ $ it S33 13. PCC MEDIAN STAMPED CONCRETE 38 SF $ $ 14. PCC CURB AND 1' GUTTER (TYPE A2-8) 44 LF 1 $ 2 j $ � 15. CRUSH AGGREGATE BASE 30 CY $- 16. REMOVE CATCH BASIN 1 EA $ 17 REMOVE 18" RCP LATERAL AND SEAL MAINLINE (381-2) 1 LS $ 18. PCC CATCH BASIN (300-4) AND LOCAL DEPRESSIONS (313-4) 1 EA $ `�- . $ ©` 19. 18" RCP STORM DRAIN 5 LF $ 20. PIPE CONNECTION TO EXSTING STORM DRAIN (335-2) 1 EA $l-� 1 $ �6 c' 21. REFRESH STRIPING (PAINT WITH BEADS) 1 LS $ ��� .l $ u� 22. BEADS REFRESH PAVEMENT MARKINGS (PAINT WITH 1 LS $ log" $ �00 � 23. REMOVE SIGN & POST 1 EA $ $ ,3� —_- TOTAL BASE BID AMOUNT. $� L ' t rrit�=chC TOTAL BASE BID AMOUNT IN WORDS: ! - 4S l _ 0,_ �1 �'L`a BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-00064C 2020-21 Circulation Improvement Program, Phase III — Catch Basin Relocation REBID City Project No. C0064B City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: TORO ENTERPRISES, INC. Business Address: 2101 E VENTURA BLVD,OXNARD,CA 93036 Telephone No.: 805-483-4515 State CONTRACTOR's License No. & Class: 710580;A,C-31 DIR No.: 1000002410 Original Date: 8/1/95 Expiration Date: 8/31/25 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 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 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: 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 subm of all aforementioned principals this Wu day BIDDER: Signature SEAN CASTILLO, PRESIDENT Name and Title of Signatory TORO ENTERPRISES, INC. Legal Name of Bidder is ppposal with the names, title, hands, and seals 2rX 2024 . 2101 E VENTURA BLVD,OXNARD,CA 93036 Address 805-483-4515 Telephone Number Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #CIP-23-24-00064C 2020-21 Circulation Improvement Program, Phase III — Catch Basin Relocation REBID City Project No. C0064B 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: 0 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 BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-23-24-CO064C 2020-21 Circulation Improvement Program, Phase III — Catch Basin Relocation REBID City Project No. C0064B City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: SEAN CASTILLO, PRESIDENT License number: 710580 Class: A,C-31 Expiration Date: 8/31/25 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 GLENDALE Project Location: VARIOUS LOCATIONS Type of Project: AC PAVING,CONCRETE AND UTILITY WORK B. Owner: CITY OF OXNARD Project Location: ETTING ROAD Type of Project: AC PAVING AND CONCRETE WORK C. Owner: CITY OF SANTA PAULA Project Location: VARIOUS LOCATIONS Type of Project: AC PAVING,WATERAND SEWER REPLACEMENT,CONCRETE WORK CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-00064C 2020-21 Circulation Improvement Program, Phase III — Catch Basin Relocation REBID City Project No. C0064B 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). DESIGNATION OF SUBCONTRACTORS Bid # CIP-23-24-CO064C 2020-21 Circulation Improvement Program, Phase III — Catch Basin Relocation REBID City Project No. C0064B 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 Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1(commencing with section 1720) of the California Labor Code. REFERENCES Bid #CIP-23-24-00064C 2020-21 Circulation Improvement Program, Phase III — Catch Basin Relocation REBID City Project No. C0064B 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 GLENDALE;633 E BROADWAY ROOM 205,GLENDALE CA 91206 Name and Address of Owner / Agency VIKTORIYA PAKHANYAN;818-548-3945 Name and Telephone Number of Person Familiar with Project $3,639,248 AC PAVING,CONCRETE AND CATCH BASIN WORK 9/2021 Contract Amount Type of Work Date Completed 2 CITY OF OXNARD 300 W 3RD ST,OXNARD,CA 93030 Name and Address of Owner / Agency ELLEN NARITA;805-385-8337 Name and Telephone Number of Person Familiar with Project $3,274,470 WATER CAST IRON PIPE REPLACEMENT, INSTALL OF CATCH BASINS 11/2022 Contract Amount Type of Work Date Completed 3 CITY OF THOUSAND OAKS;2100 THOUSAND OAKS BLVD,THOUSAND OAKS,CA 91362 Name and Address of Owner / Agency MASOUD RAZAVI 805-449-2454 Name and Telephone Number of Person Familiar with Project $2,125,518.20 INTERSECTION IMPROVEMENTS AND CATCH BASIN R/R 5/2023 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 CASUALTY AND SURETY COMPANY OF AMERICA;21688 GATEWAY CENTER DR, DIAMOND BAR,CA 91765 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-23-24-00064C 2020-21 Circulation Improvement Program, Phase III — Catch Basin Relocation REBID City Project No. C0064B 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. NON -COLLUSION AFFIDAVIT Bid #CIP-23-24-00064C 2020-21 Circulation Improvement Program, Phase III — Catch Basin Relocation REBID City Project No. C0064B 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 su4oerson or persons as have a partnership or other financial interest with said BIDDER in his general business Bidder: Signature Title SEAN CASTILLO, PRESIDENT