Loading...
HomeMy WebLinkAbout2024-05-14 - AGENDA REPORTS - 2023 24 OVERLAY SLURRY SEAL PROJ M0153O Agenda Item: 9 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: May 14, 2024 SUBJECT: 2023-24 OVERLAY AND SLURRY SEAL PROGRAM - OVERLAY B AND SLURRY SEAL, PROJECT M0153 - PLANS, SPECIFICATIONS, AND CONSTRUCTION CONTRACTS DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2023-24 Overlay and Slurry Seal Program — Overlay B project, Project MO153. 2. Approve the plans and specifications for the 2023-24 Overlay and Slurry Seal Program — Slurry Seal project, Project MO153. 3. Award the 2023-24 Overlay and Slurry Seal Program — Overlay B construction contract to Toro Enterprises, Inc., in the amount of $7,714,413 and authorize a contingency in the amount of $1,542,883, for a total contract amount not to exceed $9,257,296. 4. Award the 2023-24 Overlay and Slurry Seal Program — Slurry Seal construction contract to American Asphalt South, Inc., in the amount of $852,524 and authorize a contingency in the amount of $170,505, for a total contract amount not to exceed $1,023,029. 5. Award the professional services contract to Twining, Inc., to provide staff project inspection, materials testing, and construction management support services for the 2023-24 Overlay and Slurry Seal Program, Project MO153, in the amount of $1,026,140 and authorize a contingency in the amount of $102,614, for a total contract amount not to exceed $1,128,754. 6. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. Page 1 Packet Pg. 81 O 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 2023-24 Overlay and Slurry Seal Program is divided into five projects, Overlay A, Overlay B, Overlay C, Overlay D, and Slurry Seal to resurface streets, seal cracks, and coat the surface of streets in various areas of the City. 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. The Overlay A project was awarded by City Council at the April 9, 2024, meeting. The Overlay B and Slurry Seal projects, if approved and awarded, are expected to begin construction in various areas of the City (see attached Project Street Lists) in June 2024. The Overlay C and Overlay D projects are projected for award at a future City Council meeting. Construction for this year's projects will be completed concurrently to maximize the work being done during the summer season, and is anticipated to be completed by the end of November 2024. These projects support the Sustaining Public Infrastructure theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2025. On April 9, 2024, the City Council found the 2023-24 Overlay and Slurry Seal Program, Project M0153, categorically exempt from review under the California Environmental Quality Act (CEQA) pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301. Section 15301, exempts from CEQA review projects that consist of the operation, repair, maintenance, 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 2023-24 Overlay and Slurry Seal Program will be performing repairs and maintenance to existing streets and trails. Solicitation Process for the 2023-24 Overlay and Slurry Seal Program - Overlay B Project An invitation to bid was prepared and published twice in The Signal newspaper, on March 7 and 14, 2024, and was posted on BidNet. A total of three bids were submitted to the City and opened by Purchasing on April 10, 2024. Each of the bids included a base bid and three alternates. Purchasing conducted a selection process in accordance with California Public Contract Code section 20103.8 (d) which 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 two bid alternates combined. Page 2 Packet Pg. 82 O The results of the total bids including the bid alternates are shown below: Company Toro Enterprises, Inc. All American Asphalt C.A. Rasmussen, Inc. Location Oxnard, CA Corona, CA Valencia, CA Total Bid $7,714,413 $8,458,283 $10,483,796 Staff recommends awarding the construction contract to Toro Enterprises, Inc., the lowest responsive and responsible bidder, in the amount of $7,714,413, which includes $4,436,360 for the base bid and $3,278,053 for the bid alternates, and authorizing a contingency in the amount of $1,542,883, for a total not to exceed $9,257,296. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it to be complete. The bid proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In this type of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsive and responsible bidder. Solicitation Process for the 2023-24 Overlay and Slurry Seal Program - Slurry Seal Project An invitation to bid was prepared and published twice in The Signal newspaper, on March 21 and 28, 2024, and was posted on BidNet. A total of three bids were submitted to the City and opened by Purchasing on April 16, 2024. The results of the bids are shown below: Company Location Total Bid American Asphalt South, Inc. Riverside, CA $852,524 Pavement Coatings Co. Jurupa Valley, CA $931,973 Roy Allan Slurry Seal, Inc. Santa Fe Springs, CA $1,155,493 Staff recommends awarding the construction contract to American Asphalt South, Inc., the lowest responsive and responsible bidder, in the amount of $852,524, and authorizing a contingency in the amount of $170,505, for a total not to exceed $1,023,029. 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 proj ect's plans and specifications and is available in the City Clerk's Reading File. Solicitation Process for Project Inspection, Materials Testing, and Construction Support Services for the 2023-24 Overlay and Slurry Seal Program The City Council awarded a project inspection, materials testing, and construction support services contract to Twining, Inc., on June 8, 2021. Twining, Inc., was selected through a Request for Proposal (RFP) process, which provided up to three annual renewal options, subject Page 3 Packet Pg. 83 O to City Council approval. Staff recommends using the third renewal option to award the contract for project inspection, materials testing, and construction support services to Twining, Inc., in the amount of $1,026,140 for the 2023-24 Overlay and Slurry Seal Program and a contingency in the amount of $102,614, for a total amount not to exceed $1,128,754. The proposal is available in the City Clerk's Reading File. The requested contingencies for the 2023-24 Overlay and Slurry Seal Program contracts 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. Additional streets from the City's pre - designed inventory and streets that may need treatment due to this year's rain will be added to the project if funds are available after construction of the original scope of work. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure accounts M0153233-516101 (TDA Art 8 - Street & Road Fund), M0153264-516101 (Measure R LR Fund), M0153266-516101 (Measure M LR Fund), and M0153267-516101 (SB1 Fund) to support the recommended contracts and associated project costs. ATTACHMENTS Project Street List - Overlay B Project Street List - Slurry Seal Bid Proposal for Toro Enterprises, Inc. (available in the City Clerk's Reading File) Bid Proposal for American Asphalt South, Inc. (available in the City Clerk's Reading File) Proposal for Twining, Inc. (available in the City Clerk's Reading File) Page 4 Packet Pg. 84 PROJECT STREET LIST — Overlay B 9.a Nbhd Street Name N11 8TH ST Beginning Location VALLEY ST End Locationmm EAST END N11 8TH ST WEST END NEWHALL AVE N11 9TH ST WEST END NEWHALL AVE N11 ACORN CT SOUTH END OAKRUN LN N11 AGRAMONTE DR WEST END CROSS ST N11 ALAMOS LN VALLEY ST EAST END N11 ARCADIA ST 8TH ST LYONS AVE N11 BRECKENRIDGE PL SOUTH END WAYMAN ST N11 BURR CT SOUTH END OAKRUN LN NI I CEDARTOWN ST VALLEY ST EAST END N11 COLWYN AVE SEND MAPLE ST N11 CROSS ST 0105 S AGRAMONTE DR 8TH STREET N11 DAVEY AVE CROSS ST WIL,DWOOD CANYON RD NI I DERIAN DR CEDARTOWN ST NORTH END N11 ELLIOTT LN MAPLE ST NORTH END N11 HADEN CT WAYMAN ST NORTH END N11 HAPPY VALLEY DR VALLEY ST EAST END NI I JANEL AVE MAPLE ST N END NI I LOGDELL AVE SOUTH END MIDDLEBANK DR N11 LOLA LN SOUTH END WAYMAN ST N11 MAPLE ST VALLEY ST CROSS ST N11 MARKET ST WEST END NEWHALL AVE NI I MIDDLEBANK DR CROSS ST EAST END N11 OAKRUN LN VALLEY ST EAST END NI 1 PARKVIEW DR SOUTH END 8TH ST NI I SHADELAND DR MIDDLEBANK DR EAST END NI I TIMON LN MARKET ST NORTH END N11 VALLEY ST 0870 S MAPLE ST LYONS AVE N11 WAYMAN ST 8TH ST LYONS AVE N11 WIL,DWOOD CANYON RD WIL,DWOOD RD DAVEY AVE N11 WIL,DWOOD RD CROSS ST WIL,DWOOD CANYON RD S12 ANGELA YVONNE AVE DIANE MARIE CR EAST END S12 ANNETTE JO CR WEST END DIANE MARIE CR S12 CAROL SUE LN KENFEL DR EAST END S12 DIANE MARIE CR KENFEL DR CAROL SUE LN S12 ELDER CREEK DR SUTTERS POINT DR EAST END S12 GEORGETOWN DR SUTTERS POINT DR EAST END S12 HEIDI JO IN BOUQUET CANYON RD KENFEL DR S12 KENFEL DR ROSE LEE CT CAROL SUE LN S12 LINDA JOYCE DR CAROL SUE LN PEGGY JOYCE LN S12 MILLRIDGE DR SUTTERS POINT DR EAST END S12 NATALIE WY SOUTH END ANGELA YVONNE AVE Page 1 of 2 Packet Pg. 85 PROJECT STREET LIST — Overlay B 9.a S12 PEGGY JOYCE LN LINDA JOYCE DR EAST END S12 ROSE LEE CT KENFEL DR EAST END S12 SUSAN BETH WY PEGGY JOYCE LN BOUQUET CANYON RD S12 SUTTERS POINT DR SOUTH END BOUQUET CANYON RD S12 WINDSONG CT KENFEL DR EAST END S20 APPLEGATE CT END PHANTOM TRAIL S20 BRIDGER CT ROCK CANYON DR END S20 BRUIN PL ROCK CANYON DR END S20 CHISHOLM PL END ROCK CANYON DR S20 CRESTLINE TRAIL ROCK CANYON DR GARNET CANYON DR S20 CYPRESS PL PERSIMMON LN GARNET CANYON DR S20 GARNET CANYON DR CYPRESS PL GOLD CANYON DR S20 GATEWAY CT CHISHOLM PL END S20 GLEN CANYON PL END PHANTOM TRAIL S20 HALF MOON PL CRESTLINE TRAIL END S20 HIGH SIERRA TRAIL END CRESTLINE TRAIL S20 IRON HORSE PL END HIGH SIERRA TRAIL S20 KLAMATH CT END ROCK CANYON DR S20 PACIFICA CT END TRINITY PL S20 PHANTOM TRAIL END COP 340' S/O END S20 PHANTOM TRAIL END ROCK CANYON RD S20 ROCK CANYON DR HIGH SIERRA TRAIL HASKELL CANYON RD S20 SUGAR BLISS PL END ROCK CANYON DR S20 TRINITY PL GARNET CANYON DR END C35 CANYON PARK BLVD JAKES WY LOST CANYON RD C35 ERIK CT END FLYNN DR C35 FLYNN DR CANYON PARK BLVD JASON DR C35 JASON DR CANYON PARK BLVD VIA PRINCESSA C35 KARNS CT FLYNN DR END C35 OAK CANYON RD NORTH END JASON DR C35 OAKMONT DR JASON DR OAK CANYON RD C37 DANIEL DR JAKES WY END C37 FAHREN CT SANDY DR JAKES WY C37 JAKES WY LOST CANYON RD CANYON PARK BLVD C37 JAKES WY SIERRA HIGHWAY CANYON PARK BLVD C37 SANDY DR I EAST END ISIERRAHIGHWAY Page 2 of 2 Packet Pg. 86 9.b PROJECT STREET LIST — Slurry Seal Nbhd Street Name S7 ALAMINOS DR Beginning Location NEWBIRD DR End Location HOB AVE S7 BEN CT WEST END CANTERWOOD DR S7 BENZ RD BOUQUET CANYON RD COPPER HILL DR S7 BRIAN CT WEST END ALAMINOS DR S7 BUD CT ALAMINOS DR EAST END S7 CALWOOD ST WEST END ALAMINOS DR S7 CANTERWOOD DR BENZ RD WEST END S7 CONTESSA AVE FRANWOOD DR CANTERWOOD DR S7 DAN CT BENZ RD EAST END S7 DOT ST BOUQUET CANYON RD ROBIN AVE S7 FAN CT WEST END BOUQUET CANYON RD S7 FRANWOOD DR WEST END ALAMINOS DR S7 HOB AVE BOUQUET CANYON RD ALAMINOS DR S7 JENNY CT WEST END ALAMINOS DR S7 JOEL ST ROBIN AVE EAST END S7 KATHLEEN AVE ALAMINOS DR NORTH END S7 MIST CT FRANWOOD DR NORTH END S7 NEWBIRD DR SHINE DR CALWOOD ST S7 OAKLAR DR SHINE DR CALWOOD ST S7 PAM CT WEST END BOUQUET CANYON RD S7 PIN CT HOB AVE EAST END S7 PLUM CANYON RD WEST END ROBIN AVE S7 PLUM CANYON RD ROBIN AVE BOUQUET CANYON RD S7 RAY CT SOUTH END DAN CT S7 ROBIN AVE SUE DR BENZ RD S7 ROBIN AVE RUSS JAY ST STEVE JON ST S7 ROBIN AVE PLUM CANYON RD NORTH END S7 ROW CT ALAMINOS DR NORTH END S7 RUSS JAY ST ROBIN AVE BOUQUET CANYON RD S7 SHELTER COVE DR SHINE DR CALWOOD ST S7 SHINE DR WEST END ALAMINOS DR S7 STEVE JON ST ROBIN AVE BOUQUET CANYON RD S7 SUE DR ROBIN AVE BOUQUET CANYON RD S7 SUSAN RUTH ST ROBIN AVE EAST END V22S AVENIDA JOLITA END VIA GAVOLA V22S AVENIDA JOLITA VIA GAVOLA VIA JACARA V22S VIA GAVOLA ORCHARD VILLAGE RD EAST END V22S VIA HELINA AVENIDA JOLITA NORTH END V22S VIA IRANA AVENIDA JOLITA EAST END V22S VIA JACARA AVENIDA JOLITA AVENIDA NAVARRE J Q w J 0 z Q m Q J w O Q c� O a J Q w J 0a Q J w O N M N O N a� U) L a Packet Pg. 87 9.b PROJECT STREET LIST - Slurry Seal V22S VIA KANNELA SOUTH END AVENIDA NAVARRE V22S VIA LUPONA SOUTH END AVENIDA NAVARRE V22S VIA MADURO SOUTH END AVENIDA NAVARRE J Q w co J cn a Z Q m Q J W O O w a J Q W cn Q' J cn 08 Q J W O v N M N O N cn L cn r Q Packet Pg. 88 sJiNTe c�� Addendum No. 1 BID # CIP-23-24-MO1530B 2023-24 Overlay and Slurry Seal Program — Overlay B City of Santa Clarita, California Addendum No. 1 April 1, 2024 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 Invitation for Bid (IFB): I. Q&A DEADLINE - EXTENSION The Q&A Deadline has been extended to April 3, 2024 at 2:00 PM (PT). II. CLOSING DATE —EXTENSION The Bid closing date has been extended. Bids are now due before 11:00 AM (PT) on April 10, 2024. END OF ADDENDUM This addendum must be ackn ledged via BidNet and should be included with the response. ContractorO Representative SEAN (�ASTILLO,PRESIDENT TORO ENTERPRISES, INC. Company Name BID # CIP-23-24-M01530B �Iylzq Date wa —W' "nvcwNc w. MaucZZIOU-IUUS-4UZZ-tSU4U-U5400E533289 Addendum No. 2 April 1, 2024 Addendum No. 2 BID # CIP-23-24-MO1530B 2023-24 Overlay and Slurry Seal Program - Overlay B City of Santa Clarito, 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 Invitation for Bid (IFB). I. EXHIBIT A — REVISED PLANS LANGUAGE Please see the attached Plans with updated language. Approved: [jr,,,,S,gnelby}�DiSd96_. City Engineer END OF ADDENDUM This addendum mine acknowledged via BidNet and should be included with the response. Contractor's/Representative Company Name y/s z� Date BID # CIP-23-24-MO1530B DOCUMENT CHECKLIST Bid #CIP-23-24-M0153OB 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 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) a Proposal Form CH Notice to Bidders Regarding Contractual Requirements ® Bid Schedule ® Alternate Bid Schedule #1 9 Alternate Bid Schedule #2 9 Alternate Bid Schedule #3 ® Bid Summary W Bidder's Information and Certification E3 Bidder's Questionnaire If Certification of Non -Segregated Facilities ® Designation of Subcontractors References ® Iran Contracting Act Certification CIE Non -Collusion Affidavit M 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: ❑ Proposal Guarantee Bond/Bidder's Bond (Notarized) The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: JoDee Roth ❑ Capital Improvement Project Agreement ❑ Faithful Performance Bond (Notarized) ❑ Labor & Material Bond (Notarized) ❑ Insurance Required by Contract ❑ W9 ❑ Fringe Benefit Statement SECTION C Bid Submittals PROPOSAL FORM Bid #CIP-23-24-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 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: L Date: / NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-23-24-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 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 property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of 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 requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Printed Name: SEAN CASTILLO, PRESIDENT Date: Ws-h BID SCHEDULE Bid #CIP-23-24-M0153OB 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 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 will be made in accordance with the guidelines set forth in Section B, Bid Instructions. 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. 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 $j%Serc: 3 Storm Water Pollution Control Program G1-8 LS 1 $ f�{�3cy $��(,3 4 1/2" Type A PG 64-28PM G2-8.4 TN 18,056 $��j� ' $?_,y13, 5 AC D2 PG 64-10 G2-8.4 TN 5,445 $ /�j. ' $ g �, 6 Remove and Replace 4" AC G2-6.4 SF 29,147 7 Trim and Prune Tree Root G2-7.3 SF 780 $ 30 $ 23 yea. 8 Keycut Al G2-4.6 LF 21,199 $ 9 Keycut A2 G2-4.6 LF 42,977 $ 40 10 Keycut A3 G2-4.6 LF 3,578 $� $1 I j- 11 Keycut B1 G2-4.6 LF 1,198 $ 12 Keycut B3 G2-4.6 LF 90 $ 2 $ Z 13 Install Shoulder Backing (Allowance) G2-13.4 LF 11,500 $ • r d'�, $��� ��, 14 Install AC Berm (Allowance) G2-8.4 LF 1,500 $ , r $ Ica 15 Install Blue RPM @ Hydrant G2-10.4 EA 73 $ 16 Lower Manhole Covers to Finish Grade G2-9.3 EA 159 $ � $ bod 17 Lower Gas Covers to Finish Grade G2-9.3 EA 62 $ $2�, 18 Lower Water Valve Covers to Finish Grade G2-9.3 EA 168 $ /� f $ ice%D 19 Lower Utility Covers G2-9.3 EA 1 $ t� ,' $ i 20 Adjust Manhole Covers to Finish Grade G2-9.3 EA 159 $ $ 21 Adjust Gas Covers to Finish Grade G2-9.3 EA 62 $' $ S� 22 Adjust Water Valve Covers to Finish Grade G2-9.3 EA 168 $I(,�' 23 Adjust Utility Covers G2-9.3 EA 1 $y'6,� 24 12" White Crosswalk/Limit Line (Thermo) G2-10.4 LF 609 25 12" Yellow Limit Line (Thermo) G2-10.4 LF 32 o $ 214. c% 26 Yellow Continental Crosswalk G2-10.4 SF 950 $L/ qy $�% 27 "STOP" Legend (Thermo) G2-10.4 EA 20 $216 $c/ 2� 28 Striping Detail #1 (Thermo) G2-10.4 LF 4,155 $3 1 29 Striping Detail #12 (Thermo & Markers) G2-10.4 LF 1,047 30 Striping Detail #21 (Thermo) G2-10.4 LF 3,253 31 Striping Detail #22 (Thermo & Markers) G2-10.4 LF 384 $ (Pi 51, 32 Striping Detail #27B (Thermo) G2-10.4 LF 1,683 $(..c $. 33 Striping Detail #31 (Thermo) G2-10.4 LF 3,036 $ 34 Striping Detail #38 (Thermo & Markers) G2-10.4 LF 389 $t $C $ 35 Striping Detail #38A (Thermo) G2-10.4 LF 496 $ 36 Striping Detail #39 (Thermo) G2-10.4 LF 1,425 $1. 30 $ 37 Arrow Type IV (L/R) (Thermo) G2-10.4 EA 9 $ 1411�- $('J,D 38 Arrow Type VI (L/R) (Thermo) G2-10.4 EA 2 $1- Z $ g9ly. 39 "25" Legend (Thermo) G2-10.4 EA 2 $2/ .- $ 9jv . — 40 "AHEAD" Legend (Thermo) G2-10.4 EA 1 $23J.`" $ U - 41 Install Temporary Traffic Loops G2-11.4 EA 22 $ $ 3d 42 Remove and Install Permanent Traffic Loops G2-11.4 EA 22 /TOTAL: $ `7 G � )" TOTAL BASE BID AMOUNT IN WORDS: O1/i✓ pt-r/6,0n I Zoav- kkvlf�y&" . V6' io r ALTERNATE BID SCHEDULE - #1 Bid #CIP-23-24-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 City of Santa Clarita, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. The award of contract will be made in accordance with the guidelines set forth in Section B, Bid Instructions. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT CITY UNIT PRICE TOTAL COST 1 Mobilization, Bonds &Insurance G2-1 LS 2 3 Traffic Control Storm Water Pollution Control Program G2-2.8 G1-8 LS LS 1 1 $a i°. / $ 4 5 6 7 8 9 10 1/2" Type A PG 64-28PM AC D2 PG 64-10 Remove &Replace 4" AC Keycut Al Keycut B1 Install Blue RPM @ Fire Hydrant Lower Manhole Covers to Finish Grade G2-8.4 G2-8.4 G2-6.4 G2-4.6 G2-4.6 G2-10.4 G2-9.3 TN TN SF LF LF EA EA 6,673 2,004 18,8S8 33,314 267 28 86 $ �` $ t $, �w' $K $2�%r $ vy $Sc( s $ 1 i, 11 12 Lower Gas Covers to Finish Grade Lower Water Valve Covers to Finish Gradeleakly G2-9.3 G2-9.3 EA EA 3 98 $ (y v, $ $ $ 13 Adjust Manhole Covers to Finish Grade G2-9.3 EA 86 $ 14 Adjust Gas Covers to Finish Grade G2-9.3 EA 3 $ L`(. ` $_r� . 15 Adjust Water Valve Covers to Finish Grade G2-9.3 EA 98 $ ii I YG 16 12" White Crosswalk / Limit Line (Thermo) G2-10.4 LF 121 17 12" Yellow Limit Line (Thermo) G2-10.4 LF 15 $ $ . 18 "STOP" Legend (Thermo) G2-10.4 EA 7 $I ' $ 19 White Continental Crosswalk G2-10.4 SF 234 $11t6;5 6 (Thermo) 20 Striping Detail #22 (Thermo & G2-10.4 LF 167 $ • , — $;-- :: Markers) 21 Striping Detail #39 (Thermo & G2-10.4 LF 90 $ 14, $ ; ✓ �� . Markers) 22 "25" Legend (Thermo) G2-10.4 EA 5 L TOTAL: $ TOTAL ALTERNATE BID #1 AMOUNT IN WORDS: 60, L>0ye G���n ILJ 6 V Cam- ALTERNATE BID SCHEDULE - #2 Bid #CIP-23-24-M0153OB 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 City of Santa Clarita, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. The award of contract, if made, will be made in accordance with the guidelines set forth in Section B, Bid Instructions. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. BID ITEMS PAYMENT UNIT CITY UNIT TOTAL REFERENCE PRICE COST 1 2 Mobilization, Bonds & Insurance G2-1 LS 1 Traffic Control G2 3 Storm Water Pollution Control G1-8 LS 1 $ � $�,�i�c�. Program 4 5 1/2" Type A PG 64-28PM G2-8.4 TN 6,070 $ i $ i 3� 6 ACD2PG64-10 G2-8.4 TN 1,737 $ 7 Remove & Replace 4" AC G2-6.4 SF 18,137 8 Keycut Al Keycut B1 G2-4.6 9 Install Blue RPM's @ Fire Hydrant Y G2-4.6 G2-10.4 LF EA 456 28 $ �� � $ 10 Lower Manhole Covers to Finish Grade G2-9.3 EA 51 $ $ $ j'LJIS 11 Lower Gas Covers to Finish Grade G2-9.3 EA j't�' Z �.� o $ 12 Lower Water Valve Covers to Finish G2-9.3 EA 9 83 $0 0. $l�� $ $ z Grade 13 Adjust Manhole Covers to Finish Grade G2-9.3 EA 51 $!�' /71- $ 33, K-J 14 Adjust Gas Covers to Finish Grade G2-9.3 EA g $22� 15 Adjust Water Valve Covers to Finish Grade 16 Remove and Install Permanent Traffic Loops G2-11.4 EA 10 $' $ i d ' 17 12" White Crosswalk/Limit Line (Thermo) G2-10.4 LF 495 $) 18 12" Yellow Line (Thermo) G2-10.4 LF 1 19 20 Stop Legend Striping Detail #38 he & Markers) G2-10.4 G2-10.4 EA 8 21 Striping Detail #12 (Thermo &Markers) G2-10.4 LF LF 2,65Z 22 Striping Detail # 22 Thermo & ( G2-10.4 LF 5,418 9,639 Markers) 23 24 Striping Detail #39 (Thermo) G2-10.4 LF 6,336 $ Striping Detail #39A Thermo 25 RR Crossing Symbol G2-10.4 EA 2 $ $ 26 Arrow Type IV (L/R) (Thermo) "STOP" G2-10.4 EA 26 g 27 Legend (Thermo) "AHEAD" G2-10.4 EA 2 $ 28 Legend Thermo 29 Bike Person &Arrow (Thermo) G2-10.4 EA 4 $ boa 30 Install Temporary Traffic Loops$ G2-11.4 EA 10 $ r as $ 31 Remove and Install Permanent Traffic Loops G2-11.4 EA 10 $��� $i 32 SCRRA Flagging (Allowance) G2-14.2 EA 20 $ z/ $ 33 SCRRA Form No. 6 (Allowance) G2-15 LS 1 TOTAL: $ TOTAL ALTERNATE BID #2 AMOUNT IN WORDS: C-) V`e— y �U� �, �; �,—, 4JI,-J-C1 ccuv �c- p,-v vim - vq� / of C4i.tu%-e-, 4/V� ALTERNATE BID SCHEDULE - #3 Bid #CIP-23-24-M01530B 2023-24 Overlay and Slurry Seal Program - Overlay B City Project No. M0153 City of Santa Clarita, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. The award of contract, if made, will be made in accordance with the guidelines set forth in Section B, Bid Instructions. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. BID ITEMS PAYMENT UNIT 4N UNIT TOTAL REFERENCE PPRICE COST 1 Mobilization, Bonds & Insurance G2-1 LS 2 Traffic Control G2-2.8 LS 1�' $ $ 3 Storm Water Pollution Control G1-8 LS 1 $� �. - $ .- Program 4 1/2" Type A PG 64-28PM 5 AC D2 PG 64-10 6 Remove & Replace 4" AC 7 Keycut Al 8 Keycut B1 9 Install Blue RPM's @ Fire Hydrant 10 Lower Manhole Covers to Finish Grade 11 Lower Gas Covers to Finish Grade 12 Lower Water Valve Covers to Finish Grade 13 1 Adjust Manhole Covers to Finish Grade 14 Adjust Gas Covers to Finish Grade 15 Adjust Water Valve Covers to Finish Grade 16 12" White Crosswalk/Limit Line (Thermo) 17 "STOP" Legend (Thermo) °? 40 oo G2-8.4 TN 4,843 $ �6 , $�1g G2-8.4 TN 1,385 0 G2-6.4 SF 84,004 $ $L $ G2-4.6 LF 20,639 $ `, r $ G2-4.6 LF 415 $ 7 r $ G2-10.4 EA 19 $ S $ G2-9.3 EA 35 $` $ G2-9.3 EA 1 $ - $ G2-9.3 EA 59 $ G2-9.3 EA 35 $, t $,2 j G2-9.3 EA 59 $�>`" G2-10.4 LF 451 $�l�� $ G2-10.4 EA 14 $-L16.' 18 Striping Detail #12 (Thermo & G2-10.4 LF 193 $' ,A $ Markers) 19 Striping Detail #22 (Thermo & Markers) G2-10.4 LF 5,853 $ $ 20 21 Striping Detail #31 (Thermo) G2-10.4 LF 2,110 $2 .�� $ Striping Detail #38 & ( Thermo G2-10.4 LF 1,224 $ j p� $tZ,1 Markers) 22 "AHEAD" Legend (Thermo) "SIGNAL" G2-10.4 EA 5 $ Z�2 $ 23 24 Legend Thermo g (Thermo) G2-10.4 EA 2 $2 ? $ !� 25 Arrow Type IV (L/R) (Thermo) G2-10.4 EA 16 $ l $ RR Crossing Symbol G2-10.4 EA 2 $ � �, - $ . 26 Install Temporary Traffic Loops G2-11.4 EA 6 $ 27 Remove and Install Permanent Traffic Loops G2-11.4 EA 6 $l(�5.' C $2, �(►a ,. TOTAL: $ TOTAL ALTERNATE BID #3 AMOUNT IN WORDS: h BID SCHEDULE SUMMARY Bid l-24-M015306 2023-24 Overlay andSlurry Seal Program — Overlay B City Project No. M0153 City of Santa Clarita, California TOTAL PRICE BASE BID IN FIGURES TOTAL PRICE IN WORDS TOTAL PRICE ALTERNATE IN FIGURES BID #1 TOTAL PRICE IN WORDS TOTAL PRICE ALTERNATE IN FIGURES BID #2 TOTAL PRICE IN WORDS TOTAL PRICE ALTERNATE IN FIGURES BID #3 TOTAL PRICE IN WORDS TOTAL OF TOTAL PRICE BASE BID PLUS ALL IN FIGURES ALTERNATE TOTAL PRICE IN BIDS WORDS BID SUMMARY Ufa, t G�v�l AJ VV'- t7 c�lfl�r5 cctu_j.�,' 3 0`0VLi'Ak- ttkt, L i6ill BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: TORO ENTERPRISES, INC. Business Address: 2101 E VENTURA BLVD,OXNARD,CA 93036 Telephone No.: 805-483-4515 State CONTRACTOR's License No. & Class: 710580;A,C-31 DIR No.: 1000002410 Original Date: 11/3/14 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 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 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 submits th of all aforementioned principals this Sfh -0ey of'A BIDDER: Signature SEAN CASTILLO PRESIDENT Name and Title of Signatory TORO ENTERPRISES, INC. Legal Name of Bidder )posal with the names, title, hands, and seals 20 2A. 2101 E VENTURA BLVD,OXNARD,CA 93036 Address 805-483-4515 Telephone Number 77-0396663 Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #CIP-23-24-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 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-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 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 OXNARD Project Location: ETTING ROAD IN THE CITY OF OXNARD Type of Project: AC PAVING,CONCRETE WORK B. Owner: CITY OF PASADENA Project Location: VARIOUS LOCATIONS Type of Project: STREET RESURFACING AND CONCRETE IMPROVEMENTS C. Owner: CITY OF GLENDALE Project Location: VARIOUS LOCTIONS Type of Project: PERMEABLE CONCRETE,AC PAVING CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 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-MO1530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 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. 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-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 City of Santa C/arita, 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: CITY OF PASADENA;100 GARFIELD AVE,PASADENA,CA 91101 Name and Address of Owner / Agency JAMES TONG;661-510-2312 Name and Telephone Number of Person Familiar with Project $5,446,684.77 STREET RESURFACING AND ADA IMPROVEMENTS Contract Amount 7/2023 Type of Work Date Completed 2. CITY OF GLENDALE-633 E BROADWAY ROOM 205,GLENDALE CA 91206 Name and Address of Owner / Agency ARMOND SIMONIAN-818-548-3945 Name and Telephone Number of Person Familiar with Project $4,324,521.28 AC PAVING AND CONCRETE REHAB 7/2023 Contract Amount Type of Work Date Completed CITY OF SANTA BARBARA;735 ANACAPA ST,SANTA BARBARA,CA 93101 Name and Address of Owner / Agency ADAM ZIETS; 805-897-1981 Name and Telephone Number of Person Familiar with Project $5,098,139 GRIND AND OVERLAY AND STRIPING 4/2023 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 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 etseq.) Bid #CIP-23-24-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 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: 12; 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 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 Ids of tl�e State of California. Contractor TORO ENTERPRISES, INC. Firm 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 $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT BIDDER'S BOND Bid #CIP-23-24-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: N/A dollars N/A ($ ), 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: 2023-24 Overlay and Slurry Seal Program — Overlay B Bid No. CIP-23-24-MO1530B Project No. M0153 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. NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-23-24-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 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-M01530B 2023-24 Overlay and Slurry Seal Program — Overlay B City Project No. M0153 City of Santa Clarita, California TO BE EXECUTED By EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) § SEAN CASTILLO the PRESIDENT being first duly sworn deposes and says that he/she is TORO ENTERPRISES, INC. (sole owner, a partner, president, etc.) of bid is not made in the interest of or behalf of any undisclosedhperson,arty making the foregoing bid; that such organization or corporation, that such bid is genuine and not collusive oar sham, hat said BIDDER has rtnership, cmpany,associatlnot directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Signature Title SEAN CASTILLO, PRESIDENT FRAN FW1 Key Qualifications Military Experience. Barracks Projects Ft Irwin, Flight -line Fire Station Beal Air Force Base, Medical Center Edwards Air Force Base, Street Improvements Point Mugu Naval Base, Building Renovations Ft Irwin, C-17 Hanger Alter, March Air Force Base. VA Medical Center.(USACE) 29 Palms MCAGCC • CPR and First -AID OSHA 10 Hour Certification • OSHA 30 Hour Certification 40 Hour,EM 385-1-1 Certification • Range Safety Officer(RSO) Camp Pendleton, S.D. Environmental • Knowledge in Storm Water Pollution Programs MAINTAIN O.S.H.A. 300 LOG • A.G.C. San Diego Ca. / Chapter Construction Project Engineering 15+ years of Quality Control Experience • NAVFAC; Quality Control Management • (ASHE)American Society of Healthcare Engineers -"Infection Control' Certification • (ASHE)American Society of Healthcare Engineers -"Healthcare Construction" Certification • Competent person scaffolding, powder actuated tools, trenching, fall protection, confined space, traffic control, accident investigation, mobile equipment, aerial work platform work, fire safety... • Dale Carnegie Institution Graduate; Highest Achievement Award • Experienced in high rise concrete and steel structure buildings, pour in place concrete decks, concrete tilt up buildings. Employment February 2009 - present EAGLE ENGINEERING & DEVELOPMENT, INC. POMONA, CA C.Q.C. Manager/Supt/SSHO Various Government Projects, Barstow Marine Corps Base, Camp Pendleton Participate in the Post Award Kick-off, Partnering, Design Development and coordination Meetings and Production Meetings. Ensure that no construction begins before the DOR has signed and stamped the design for that segment of work, and design and construction submittals are approved as required in Attachment A and the QC Plan. Immediately stop any work that does not comply with contract plans and specifications, and direct the removal and replacement of any defective work. Prepare QC Reports. Hold biweekly QC meetings with DOR, Superintendent and Government technical team; participation shall be suitable for the phase of work. Ensure that safety inspections are performed. Attend weekly Toolbox Safety meetings. Maintain submittal log. Maintain updated as -built drawings on site. Maintain testing plan and log. Ensure that all testing is performed per contract. Maintain deficiency log on site, noting dates deficiency identified, and date corrected. Certify and sign statement on each invoice that all work to be paid under the invoice has been completed in accordance with contract requirements. Perform Punch -Out and Pre -final inspections, and participate in Final Inspections. Establish list of deficiencies; correct prior to the Final inspection. Ensure that all required keys, operation and maintenance manuals, warranty certificates, and the As -built drawings are submitted to the Contracting Officer. Review and certify all submittals. Currently Assigned to 29 Palms, Marine Corps Air Ground Combat Center (USACE). August 2005 to 2009 COX CONSTRUCTION CO. - VISTA, CA Superintendent/C.Q.C. Manager • Vehicle Maintenance Facility Upgrade, USPS Midway, San Diego, CA. • Roof Replacement Project, USPS Midway, San Diego, CA. • C-17 Alter Maintenance Facility, March ARB, CA. May 2004 to July 2005 BAUM CONSTRUCTION CO. - ATASCADERO, CA Concrete Superintendent/Safety Officer Building 577 Maintenance Facility, Fort Irwin, CA May 2004 to July 2005 SOLID ROCK CONSTRUCTION Concrete Superintendent/C.Q.C. Manager • Whole Barracks Project, Ft Irwin, CA. • Medical Dental clinic, Edwards AFB, CA. • Flight -line Fire Station, Beal Air Force Base, CA. • Street Improvements Project, PT Mugu Naval Base, Oxnard, CA. 1989 to 1999 DENNCO CONSTRUCTION CO. Concrete Foreman • Glendale Athletic Facility • Aquarium of the Pacific • Camarillo Community Center • Navel Housing Project • Ventura County Jail • Cement Masons Union Member 1983-1999 References available upon request Contract W912PL-10-D-0065 0001 Client: US Army Corps of Engineers Project Location: VA Medical Center (Long Beach, CA) Project Name: Site Repair Resurface Phase #1 Contract Amount: S3,325,100.59 Contract Position: SSHO/CQM Project Start Date: 1/19/2011 Project Completion Date:10/312012 Comments: CCASS Performance Evaluation Rating of "Outstanding" Contract W912PL-10-D-0123 0001 Client: US Army Corps of Engineers Project Location: VA Medical Center (Long Beach, CA) Project Name: Repair Roads & Parking Phase #2 Contract Amount: $1, 586,144.00 Contract Position: SSHO/CQM Project Start Date: 1/192011 Project Completion Date: 8/16/2012 Comments: CCASS Performance Evaluation Rating of "Outstanding" Contract W912PL-1 1 -D-0056 0001 Client: US Army Corps of Engineers Project Location: VA Medical Center (Long Beach, CA) Project Name: Resurface Parking Lots "AA" Contract Amount: $2,200,000.00 Contract Position: SSHO/CQM Project Start Date: 11/42011 Project Completion Date: 10/31/2012 Comments: CCASS Performance Evaluation Rating of "Outstanding" Contract W912PL-11-113-0056 0002 Client: US Army Corps of Engineers Project Location: VA Medical Center (Long Beach, CA) Project Name: Site Resurface Roads Contract Amount: $1,468,056.76 Contract Position: SSHO/CQM Project Start Date: 11/2/2011 Project Completion Date: 11/16/2012 Comments: CCASS Performance Evaluation Rating of "Outstanding" Contract N62473-10-G-5440 0003 Client: US Navy (NAVFAC SOUTHWESTO Project Location: Naval Weapons Station (Sea] Beach, CA) Project Name: Parking Lots for Building 10 & Building 239 Contract Amount: $258,288.84 Contract Position: SSHO/CQM Project Start Date: 6/292011 Project Completion Date: 10/14/2011 Comments: Received NAVFAC START SAFETY AWARD Contract N62473-10-G-5440 0004 Client: US Navy (NAVFAC SOUTHWEST) Project Location: Naval Base San Diego (32nd Street Ship Yard) Project Name: Captains Corner Road Contract Amount: $79,700.00 Contract Position: SSHO/CQM Project Start Date: 8/222011 Project Completion Date: 10/72011 Comments: NAVFAC Performance Evaluation of "Outstanding" Contract N62473-12-C-4224 0001 Client: US Navy (NAVFAC SOUTHWEST) Project Location: Tvventynine Palms Marine Air Ground Task Force Training Center (Twentynine Palms, CA) Project Name: Repair Erosion at Building #2044 Contract Amount: $490,317.40 Contract Position: SSHO/CQM Project Start Date: 11/5/2012 Project Completion Date: 12/31/2012 DOORS - Compliance Snapshot SALIFORNIA • iV•GOV:,Esouxces oonao COORS If— Message Center Olher T.N a -ROAR Hi Carlos, Log OW 0­., Information Vahide & Engine VDECS Compliance Snapshot Engine Repo Low -Use Agncul;uml Vehlcle Funding Na. Standard Engine Non Clesel Engine Long -Term Rental DOORS ID: 1748 Company Name: O & C TORO CORPORATION Fleet Type: Off -Road Diesel -11 DOORS Disclaimer Fleet Compliance Snapshot As of Today (December 12, 2023) RVf h nem 0,t Your fleet, as currently reported, has met the off -road regulation performance requirements through the January 1, 2025 compliance date. Please see the Compliance Summary table below for details. 'This determination is based on the make up of your CURRENT fleet in DOORS. which includes age and horsepower of engines, retrofits (if any), vehicles sold (credits, if any). exempt vehicles such as Low -Use (if any). subfleets (if any). and other credits (if any). Current Fleet Statistics Fleet Size: Large (based on parent, DOORS ID 1744)" Number of Vehicles In Fleet Average: 83 Low -Use: 0 Exempt Not Low -Use: 0 Vehicles in Funding Contracts: 0 Vehicles in Fleet: 83 Vehicles with Non -diesel or Non-standard engines in fleet 1 average: Horsepower (in fleet average): 11,774 Total Fleet Horsepower: 11,774 Family Horsepower (including all child fleets)"'' 13,172 First Compliance Date: January 1, 2014 " A fleet is part of a fleet family if there are subfleets (Parent and Child fleets) which connect fleets together See Reporting Multiple Fleets, Private Fleet Size, Public Fleet Size FAQs for more explanation of subfleets Actually, the term "subfleets" is the commonly used term, however "fleet portions" is the specific term in the Off -Road regulation (the term "subfleets" is not in the Off -Road regulation) "' Total family horsepower is the sum of the horsepower of any parent company subsidiary, or other fleet related to the current fleet. Click the "Show Fleet Family" option button on the reporting home page for more information. Fleet Target and Average Emission Rates (g/bhp-hr) January 1, Year 2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 Target na na 5.6 5.0 4.4 3.7 3.1 2.5 1.9 1.5 Average na na 2.0 1 1.7 1.5 1.2 1.0 0.9 0.8 0.8 beyond zuz3, t-leet i arget Kates will no longer decrease each year, but will still be recalculated using the final year target values to account for changes in fleet composition. Requirements 'our Current Fleet Average: 0.8 To be In compliance each year. the fleet average must be lower than or equal to the fleet target. OR the fleet must meet the required BACT amount For more information. please see the FAQs on Fleet Average and BACT Compliance Summary Compliance Date Begin Credit Credit Use/Expired End Credit In Compliance? Compliance Method BACT Requirement littps:Hssl.arb.ca.gov/ssldoors/doors_reporting/perm/compliance_snapstiot.plip[12/12/2023 9:11:30 AM] DOORS - Compliance Snapshot 2014-01-01 0 0 0 na na na 2015-01-01 91 0 91 na na na 2016-01-01 91 0 91 yes met fleet average na 2017-01-01 91 0 91 yes met fleet average na 2018-01-01 91 0 91 yes met fleet average na 2019-01-01 91 0 91 yes met fleet average na 2020-01-01 91 0 91 yes met fleet average na 2021-01-01 1,019 0 1,019 yes met fleet average na 2022-01-01 1,157 0 1,157 yes met fleet average na 2023-01-01' 1,469 0 1,469 yes met fleet average na All existing BACT credits expire after the 1/1/2023 compliance date. 2024-01-01 73 0 73 yes met fleet average na 2025-01-01 73 0 73 yes met fleet average na Recent Year Fleet Size Year 2013 2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 Fleet Size Small Large Large Large Large Large Large Large Large Large Large View Snapshot Calculation Detail View Sold Vehicles With No Credit The Early Credit FAQ provides an explanation of the early credits (which are credits 2449.1(b)l3 - 18), and shows example calculations If you have questions about this page, please contact ARB at doors@arb.ca.gov or call 1(877) 59-DOORS. littps:Hssl.arb.ca.gov/ssldoors/doors_reporting/penn/compliance_ snapshot php[12/12/2023 9:11:30 AM] PROPOSAL FORM Sid #CIP-23-24MO153SS 2023-24 Slurry Seal Project City Project No. M0153 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 projeLes duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern osier 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_A-_ .` Al Company Address: r,S Phone: -- Email: �r'CIi/JQIr Print Name Title: 146wW11 Signature: Date: .I/— I5-r.2t' NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid ##CIP-23-24-MO153SS 2023-24 Slurry Seal Project City Project No. M0153 City of Santa Cfarita, Cafifomia 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 attorneys 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 per�frtiing 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 cof4era e. Policy shall specifically e g Y p y provide for a duty to defend"oi-i 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 Ciarita. 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 Clanta 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 Extendgd Coverage 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. 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 Uabi_l_ity (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,0001 combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation againstthe CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability -The policy(ies) shall not contain any cross -liability exclusions. Pass Throush 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 fk6ntlorts must be declared to and approved by the CITY. The Cl7Y eserves 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 Za 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 Cty'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: .. e Pl 4{-/.5-zy BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-M0153S5 2023-24 Slurry Seal Project City Project No. M0153 City of Santa Clarita, CA Bidder certifies thatthe 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 Biddercertifies that affirmative action has been taken to seekout and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect forthe 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:l�� 1a Business Address: / r ,We e-,I 4�du? Telephone No.:. State CONTRACTOR's License No. & Class: 1 DIR No.: 114iq�W Original Date: Expiration Date:�� Vd.. The following are-i ie names,'titles, addresses, and phone numbers of all individu"a'fs; 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 or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjointventure are as follows: All current and prior FBAs, 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 �� day of APl l 20 �.�f Name and Titleof Signatory Legal Name of Address Telephone Dumber Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #CIP-23-24-M0153SS 2023-24 Slurry Seal Project City Project No. M0153 City of Santa Clarita, California 1. Submitted by:- ►? l/ . � ik Telephone: [i'�% �•r�%��� Principal Office Address: 2. Type of Firm: ❑ C Corporation S Corporation 13 Individual/Sole Proprietor or Single--MemberLLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp CI Limited liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. if a corporation, answer these questions: Date of Incorporation: �%I//-/ State of Incorporation: President's Name:1`7` Vice -President's Name: Zrw �r 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. HIDDEWS QUESTIONNAIRE (coned) Bid #CIP-23-24-MO153SS 2023-24 Slurry Seal Project City Project No. M0153 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: Ovatwo License number: 01no Class: "0/ Expiration pate: D.I.R. Registration A /[r'C.{•M!; 4 CONTRACTOR's//Representative:'t7` /1~T Representative - Title: $rG( Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: A. Owner: .�iG'CC off r Project Location: Type of Project: B. Owner. Project Location: Type of Project; C, Owner: Project location: Type of Project: BONDED WORK ON HAND SLURRY C.SEAL BID DATE AGENCYIPROJECT SLURRY CONTRACT $ TIME PROFIT DAYS DAYS PROFIT TOTAL PROFIT 3128/2023 CITY OF FONTANA $706,000.00 11 9 $0.00 5/912023 CITY OF ARRCWO GRANDE $637,483.45 $1,737,575.49 60 WD 12 8 $0.00 9/1312023 CITY OF LAKE FOREST $409.816.75 $1,401,467.50 50WD 10 8.5 $0.00 112 done 911912023 CITY OF TEMECULA $1,655.722.1 t $2,236,747.11 75WD 37,5 25 $0.00 213 complete 912112023 CITY OF PASO.ROBLES $142,700.00 $165,004,50 30WD 3 0 $0.00 9/2112023 CITY OF EASTVALE $1,356,545.96 $2,837,744.46 60WD 32 0 $0.00 213 complete 11/712023 CITY OF LA MESA $625.715.54 $1,463,066.98 30WD 13 21 $0.00 1211412023 CITY OF SAN FERNANDO $465,143.00 $1,204,535.80 90WD 10 1 $0.00 211512024 TOWN OF YUCCA VALLEY $1,035,965.00 $1,715,165.00 60CD 18 10 $0.00 212012024 CITY OF ARCADIA $903,430.00 $1,201,535.00 60CD 22 14 $0.00 3/512024 CITY OF RIVERSIDE -TAXIWAY A $274,676.00 $592,270.70 87CD 4 0 $0.00 3/612024 CITY OF SAN JACINTO $998,230.80 $2,495,489.60 90WD 22 20 $0.00 3/512024 CITY OF POMONA $665,098.75 $1,355,328.76 40WD 14 0 $0.00 CITY OF FONTANA CITY OF HUNTINGTON BEACH CITY OF POWAY CITY OF EL CAJON CITY OF GARDEN GROVE $1,400,000.00 $750,000.00 $1,200,000.00 $850,000.00 $700,000.00 $9,160,527.36 $24,011,930.89 22 18 12 9 243 144 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-M0153SS 2023-24 Slurry Seal Project City Project No. M0153 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. BIDDER Jeff A4 �j — �rel/ de,? i 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). Bid # CIP-23-24-MO1535S 2023-24 Slurry Seal Project City Project No. MQ153 City Of Sanity Ciarita, 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 X 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 adds_ sheets if needed. Subcontractor D1R Registration No.* '&.- 4c/'er 9ell Dollar Value of Work ,/"OlII Location and Place of Business /� �891� �5"�'/� � a� r� �1) i%Ip B- 5 he�I ule Item o's: li a/ ts.t��,Q Description of Work rA p .ZQ arl i 1 License No. - �RRox Exp. Date: / / I Phone ( } Subcontractor /1 DER Registration No.` DollarValue of Work Location and Place of Business ,,� /w �co ."her, e-� Bid Schedule Item No : Description of Work License No. Exp_ Date: / / Phone ( } IiSubcontractor e DIR Registration No.* DollarValue of Work Location and Place of Business pr Bi Sc ed 1 It EYo's: i % Description of Work /'f A1rp1 /ifClO E 4xAf f ,ntl/�frr^ 9� 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. tt is not -a violation of this section for an unregistered MODER to submit a bid that is authorized by Section 7029.1 of -the Business and Professions Code or by Section 10164 ar 201035 of the Public Contract Code, provided the BORtR 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 Catifomia Labor Code. DESIGNATION OF SUBCONTRACTORS Bid # CIP-23-24-MO153SS 2023-24 Slurry Seal Project City Project No. M0153 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 fi€I out the form with NA. Add addt. sheets if needed. Subcontractor Ted'®rb+r,.A&c, DIR Registration No.* /DDD 9975� Dollar Value of Work '�6GDD Location and Place of Business 9"/4' Bid Schedule Item No's: / D�esscription of Work + mp& G"Nd �A�I�6��1C/�6t%dhr'i�►��Rtr�r </D 1 License No. Exp. Date: 1 I Phone { ) Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item Ws: Description of Work License No. Exp. hate: J I Phone ( } Subcontractor i 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 1725L 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 70M of the Business and Professions Code or by Section 10164 or 201035;pf°the'Public Contract Code, provided the BIDi�registered to perform public work pursuant to Section 1725.5 of the Labor Cade at the fie the contract is awarded. *PursuaAfto Division 2, Part 7, Chapter 1(commencing with section 1720) of the California Labor Code. REFERENCES Bid #CIP-23--2-4--MO153SS_ 2023-24 Slurry Seal Project City Project No. M4153 City of Santa Cfarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. if the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. c aarli.e.- Name ed Address of Owner / Agency 9d,►c Iro �Ierl�CS Coto ! - S5 - --721 f Name and Telephone Number of Person Familiar with Project eIr OSQ.r2 Contract Amount 2. O� I' Name and Address / Agency Type of d S 5+. Coo - 'T o9 l 222 Name anc7Telephorie Number of Person Familiar with Project M Amount Type of Name and Address of Owner / Agency -f46t 05 ltldkZ 4= Name aT18 Telephone Number of Person Familiar with Project Date 1112612:2-- Date Completed ,50 SS 1 r S f ( t I t Amount ype of Wok Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: V BROKERS & SURETIES FROM WHOM THE BIDDER INTENDS TO PROCURE INSURANCE AND BONDS BONDING AGENT: INTERWEST INSURANCE SERVICES, INC. 1357 E. L4SSEN AVENUE CHfCO, CA 95973 (530)897-39 54 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 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CIP-23-24M0153SS 2023-24 Slurry Seal Project City Project No. M0153 City of Santo Clarlta, 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: 10 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 (H) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any ether 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. Las 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 Firm Signe /ems: A,w.l 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:i?f.$250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years_ END OF DOCUMENT PROPOSAL GUARANTEE BID BOND Bid #CIP-23-24-M0153SS 2023-24 Slurry Seal Project City Project No. M0153 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that American Asphalt South, Inc. as BIDDER, and Everest National Insurance Company as SURETY, are held and firmly bound unto the Ten percent City of Santa Clarita, as CITY, in the penal sum of of amount bid dollars ($ 10% of Amount Bid) which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 2nd Day of April 2024 CONTRACTOR: Name./nd Titlee o Signatory American Asphalt South, Inc. Legal Name of Bidder 2990 Myers Street, Riverside, CA 92503 Bidder Address 909-427-8276 Telephone Number Signature Federal Tax I.D. No. 10-1 _�5� SURETY*: Everest National Insurance Company Name Kathleen Le, Attorney -In. Fact 908-604-3000 Kevin.Chambers@everestgiobal.com Phone Number and Email 100 Everest Way. Warren Corporate Center, Warren, NJ 07059 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 Treasuy Department's most c-Lt�fe nt list (,Circular 570, as amended) and be authorized to transact llui n4ss- i} the State where the project is located. Surety signatures must be notarized prior tO submittal. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside On April 3, 2024 before me, personally appeared Jeff Petty Rosa Maria Arteaga- Notary (insert name and title of the officer) , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is subscribed to the within instrument and acknowledged to me that he executed the same in hisauthorized capacity(+es), and that by his'he0hem 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. * ��RnSA MARIA ARTEAGA; WITNESS my hand and official seal. COMM #23 CALIFORNIA`f it e� NOTARY PU611C ALIFQn SAN BERNARDINO COUNTY * -'My Cor -i- /kqug 25. 2025 • Signature `, G G J rG'lfaod,�l {.Teal ACKNOWLEDGMENT A notary public or other officer completing this 1 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 Sacramento ) On April 2, 2024 before me, S. Smith, Notary Public (insert name and title of the officer) personally appeared Kathleen Le who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that 4e/she/ executed the same in 4+is/her/t4eif authorized capacity(ies)-, and that by 44s/her/t4e# signature(6) on the instrument the person(s� or the entity upon behalf of which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. - -- '�`"` S. SMITH rn ^ .. COMM. # 2442257 D WITNESS m hand and official seal. =" ": T NOTARY PUBLIC CALIFORNIA � y Q •" COUNTY OF SACRAMENTO w ,. Comm, Expires APR. 22, 2027 Signature (Seal) h. everest'" POWER OF ATTORNEY EVEREST REINSURANCE COMPANY and EVEREST NATIONAL INSURANCE COMPANY KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company and Everest National Insurance Company, corporations of the State of Delaware ("Company") having their principal offices located at Warren Corporate Center, 100 Everest Way, Warren, New Jersey, 07059, do hereby nominate, constitute, and appoint: Elizabeth Collodi, John Hopkins, John Weber, Joseph H. Weber, Renee Ramsey, Sara Walliser, Mindy Whitehouse, Jennifer Lakmann, Deanna Quintero, Bill Rapp, Jason March, Matthew Foster, Tony Clark, Samantha Watkins, Phil Watkins, Brad Espinosa, Paula Senna, Pam Sey, Breanna Boafright, Kathleen Le, Sharon Smith, Cassandra Medina its true and lawful Attorney(s)-in-fad to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed UNLIMITED, reserving for itself the full power of substitution and revocation Such bonds and undertakings, when duly executed by the aforesaid Attorneys) -in -fad shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company ("Board") on April 21, 2016: RESOLVED, that the President any Executive Vice President, and any Senior Vice President are hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co -surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co -surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co -surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co -surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company and Everest National Insurance Company have caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 101' day of October 2023 surary�P (SEAL Ins&rr09 Everest Reinsurance Company and Everest National Insurance Company �QaPO a 1 �SEAL '� 19as Ca uwnl By: Anthony Romano, Senior Vice President On this 22^1 of March 2023, before me personally came Anthony Romano, known to me, who, being duly sworn, did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto; and that he executed said instrument by like order LINDA ROBINS Notary Public, State of New York No 01 R06239736 Qualified In Queens County _ Term Expires April 26, 2027 Linda Robins, Notary Public I, Sylvia Semerdjian, Assistant Secretary of Everest Reinsurance Company and Everest National Insurance Company do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporation as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATION, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, this 2nd day of April 2024 q�¢,�Suranr� ttk3p�o* d0�po 'e o w`D onp0aqr 0- m SEAL `ia SEAL 01 — t9�3 19es 3� By: Sylvia Semerdjian, Assistant Secretary ES 00 01 04 16 E STATE OF CALIFORNIA DEPARTMENT OF INSURANCE N4 0 8 9 6 9 SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY THAT, Pursuant to the Insurance Code of the State of California, Everest National Insurance Company Of Delaware , organized under the laws of Delaware subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within the State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, 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 2nd day of November 1 2011 , I have hereunto set my hand and caused my official seal to be affixed this 'n l dc2 y i,f November 2011 Dave Jones --- T:r.:F.=ceCnrvniseinavr By Valerie J. Sarfaty for Nettie Hoge Rspi¢rp Chief Deputy NOTICE: Qualification with the Secretary of State must be accompllsbed as required by the California Corporations Code p:amptly afros issuance of this Cerufieste of Authority. Fatiure ro do so will he a violation of dnsurance Code Section 701 and will be grounds for revoking this Certificate of Authority pmsuant to the conveamts made in the application th=fot and zbe conditions contained herein. Foxmca ® 0SP00 NMI Everest National Insurance Company (NAIC #10120) BUSINESS ADDRESS: 100 Everest Way, Warren Corporate Center, Warren, NJ 07059. PHONE: (908) 604-3000. UNDERWRITING LIMITATION b/: $20,494,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Delaware. NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-23-24-M0153SS 2023-24 Slurry Seal Project City Project No. M0153 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 share; 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, oragreed 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-MO153SS 2023-24 Slurry Seal Project City Project No. M0153 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA } COUNTY OF LOS ANGELES '� being first duty sworn deposes and says that he/she is � the me�s (sole owner, a partner, president, etc.) of ,r3f l�A �;G _ 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, thatsaid BIDDER has not, directly orindirectiy, 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, onto any other individual, except to such person or persons as have a partnership or otherfinancial interest with said BIDDER in his general business. Bidder: �;� Signat e Title i` BID SCHEDULE Bid #CIP-23-24-MO153SS 2023-24 Slurry Seal Project City Project No. M01S3 City of Santa Clari€a, 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, Bonds & Insurance 1 L5 $ $©�� 2 Traffic Control 1 LS $/"Gb $/l.D d0 3 Storm Water Pollution Control Program 1 LS /."LeY�% DD $ 4 Crack Seal & Slurry Seal (Type 11) 1,193 TN S. 4" Remove and Replace 9,188 SF $ �i p $ O©✓/7 t 6. Prim and Prone Tree Root 53 SF $ tit`/ /,�� ' $ 9 7 Speed Hump (Traffic Calming System) 14 EA Lower and Adjust Manhole Covers to Finish g Grade $ $ 6 EA9. 12" White Crosswalk / Limit Line (Thermo) f 10 24" Yellow Crosswalk Line (Thermo) 428 LF Ls 11. Install Blue RPM @,Fire Hydrant / 12 Striping Detail #22 (Thermo & Markers) 2,152 LF $ �F lq � $ 13 Striping Detail #39 (Thermo) 525 LF $'zx $ � o. 14 Remove and instal[ Permanent Traffic Loops 4 EA $ � $ /f�Q 7 15 "AHEAD" Legend (Thermo) 29 EA $ $ 16. "RUMP" Legend (Thermo) 29 EA $ VOW�9'�4D $ /11V-IkrQo 17. "STOP" Legend (Thermo) TOTAL BASE BID AMOUNT. $ ,� %•�7,�Y TOTAL BASE BID AMOUNT IN WORDS: 'arc .. �. �• , � .._.. T.. _ • �: �-+� T r ��. 11 IN M C�� --`" s -L L k *-I _ - i •i a, j , 0 TWINING 1879 Portola Road, Suite G Ventura CA 93003 April 3, 2024 Proposal No. 24-0659 Ramiro Fuentes City of Santa Clarita Public Works - Capital Improvement Projects 23920 Valencia Boulevard, #120 Santa Clarita, CA 91355 Subject: Materials Testing and Inspection Services for Overlay and Slurry Seal Projects (Annual Overlay 2023-2024) Dear Mr. Fuentes: Tel 805.644.5100 Fax 562.426.6424 Twining, Inc. (Twining) is pleased to present our proposal and qualifications for the 2023-2024 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 testingas well as project inspection services. We also understand that, due to federal funding on this project, our work must comply with materials and testing and inspection as per the project plans and specifications, the City's Quality Assurance Program (using CT methods), the latest edition of Caltrans Construction Manual, and Public Works Construction Green Book. We will work closely with the City's Project Manager and staff to successfully complete the project and protect the interest of the City. Our History and Knowledge of the City Twining has been the City's trusted advisor for over a decade. We are honored to have a strong partnership and committed to providing the high -quality work you've come to expect from us. We are aware that time is of the essence and that the selected consultant will be expected to start providing services as soon as the City contract is executed. We are ready and confident that we can hit the ground running, meeting the project goals effectively and efficiently. Our history of working with the City points to other benefits to selecting Twining as the consultant for this project. We continue to find ways to save the City time and money that benefit the community you serve. The City is an important client to us and is a critical part of our business. Twining is an Equal We strive to strengthen our partnership with the City for these projects and beyond. Opportunity Employer Our continuous collaboration with the City on these projects and beyond has saved the City and we have reviewed hundreds of thousands of dollars over the better part of the past decade. We understand that this the insurance contract has core projects as well as alternate options. requirements outlined Being that this is a major project, we understand that this project will require a greater inspection by the City in its RFP staff. We vow to provide the City access to whatever resources they need to accomplish these and can comply. 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. Twining, Inc. I City of Santa Clarita 2 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 thank the City for the opportunity to present our proposal. Twining's expertise, leadership, technical resources, and commitment to 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 Rh rer Vice President of Client Development Twining, Inc. I City of Santa Clarita 3 1. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Twining's legacy dates back 125 years. What started as a family business in 1898 has evolved into one of California's largest service providers of geotechnical, materials testing, and construction inspection services. Highly regarded by state and local agencies, developers, contractors, consultants, and industry for providing high -quality services that are reliable, timely, and compliant, Twining has been a central part of some of California's most regionally significant construction projects. We employ some of the industry's most well-known construction experts who perform research as well as consult with regulatory agencies to shape the future of construction standard practices. Twining is a full -service engineering and quality control company with unmatched technical expertise. As detailed below, our services span from QA/QC, materials testing, and inspection, to highly technical capabilities in applied engineering and integrated disciplines. With laboratories throughout California and more than 150 inspectors, we are unequaled in our core competencies to work on vertical as well as horizontal construction projects: Geotechnical engineering Asphalt pavement quality assurance services Asphalt pavement design and materials evaluations Soils and materials testing and inspection Specialty testing Mobile laboratory services Roofing and waterproofing consultation and inspection Applied engineering and research Forensic evaluation Twining has developed a strong reputation by providing sound engineering, testing, and inspection services on every project we undertake. We earned this reputation knowing that the true measure of our performance rests in the satisfaction of our clients. We approach each project with the understanding that we are evaluated on the safety and durability of the structures and pavements we test and inspect. Twining has the unparalleled ability to service even the most complex projects from inception through completion. Starting with the initial subsurface investigation and continuing through the inspection and laboratory testing required during construction, we have the engineering staff, experienced inspectors, and state- of-the-art laboratory facilities to meet all of your project needs. This experience, along with our proven project management system, results in a seamless flow of communication during the entire scope of your projects and provides you with a single point of contact to ensure that all of your project needs are met. Twining, Inc. I City of Santa Clarita 4 SECTION 1: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF `-TWINING 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 public works dollar spent on capital improvement than today. The quality assurance programs that Twining has established for public agencies throughout the state emphasize the most cost-effective practices utilizing industry best practices. Whether it is a major water/wastewater project, bridge or roadway improvement, underground utility work, airport improvement, or goods movement project, Twining has the requisite expertise and capabilities to effectively establish and maintain a quality assurance program that is in strict compliance with the local assistance procedures manual (LAPM) as well as state and federal mandates. Twining provides the following services for local agencies: Initial engineering design and evaluation Specification development and review Materials review and verification for acceptance Public works inspection Source inspection Acceptance laboratory testing and evaluation Federal compliance Final quality assurance report and project closeout Twining, Inc. I City of Santa Clarita 5 SECTION 1: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF TWINING 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 by Twining's sophisticated laboratories, our expert staff has the ability to design asphalt concrete mixtures to meet either state or local specification requirements. We routinely develop hot mix asphalt designs consisting of the following materials: » Polymer -modified binders » Rubberized hot mix asphalt » Warm mix asphalt research and development » Hot mix asphalt using high amounts of recycled asphalt concrete » FAA Marshall designs » Superpave designs Twining also performs production quality and strength and mix for: » Asphalt content » Gradation » Stability » Hamburg wheel tracking » Project specific volumetrics The proper structural section design for flexible pavement, as well as the asphalt concrete mixture type, is crucial to its performance and longevity. Poor design can result in early failures, substandard performance, and repairs that can quickly become costly. At Twining Infrastructure, we are committed to helping agencies design and implement the most appropriate, durable pavement solutions. Our extensive experience providing quality assurance and quality control services in the field gives us unique insight and allows us to provide recommendations that are easily implemented and reliable. Twining professionals are members of the American Public Works Association, the Asphalt Pavement Association, the Rubber Pavements Association, the National Asphalt Pavement Association, and the Caltrans expert task group on flexible pavements. They have vast knowledge of hot mix asphalt materials and the constraints during production, as well as experience managing comprehensive quality assurance and quality control programs. Twining, Inc. I City of Santa Clarita 6 SECTION 1: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF 0 TWINING - _ J Laboratory Testing Capabilities. All laboratory testing operations are overseen by a registered geotechnical engineer. With the large amount of construction -related, time - sensitive work that Twining performs, our laboratories understand the importance of and effectively accomplishes efficient turnaround times for testing. Materials Testing Laboratory Twining maintains a network of state of the art laboratories throughout California. In addition to our permanent laboratories, we own and operate a fleet of mobile laboratories that allow us to conveniently service projects throughout the state. Our fully - accredited geotechnical engineering laboratories are equipped to perform the standard tests needed in geotechnical engineering evaluations, including but not limited to: In situ density and moisture content Atterberg limits Sieve Analysis Maximum Dry Density Direct Shear Consolidation Expansion Index Sand Equivalent Cleanness Value Soundness R-Value Materials Testing and Inspection Expertise With our state-of-the-art equipment and conveniently located laboratories, we are able to perform the necessary testing on projects throughout California. We maintain a rigorous training program for our experienced staff of testing technicians, and are recognized by numerous agencies including Caltrans, Army Corps of Engineers, American Association of State Highway and Transportation Officials (AASHTO), Cement and Concrete Reference Laboratory (CCRL) and International Accreditation Service, Inc. (IAS) along with many cities and counties. Our expert professionals continue to work with Caltrans to define effective applications of construction materials for roadway projects and revise standard specifications for proportioning concrete for pavements and other elements of transportation infrastructure. Our clients depend on us to reliably deliver services that strictly follow Green Book and Caltrans and FHWA regulations. We are proud of our legacy of delivering high -quality services that subscribe to all applicable standards. We have held multiple on -call contracts representing Caltrans providing materials testing services on behalf of the State. Twining, Inc. I City of Santa Clarita 7 SECTION 1: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF 0,0 TWINING Public Agency Name » City of Santa Clarita Location » Santa Clarita, CA Year Completed » Ongoing Reference » Robert Newman » 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 CITY OF SANTA CLARITA Annual Overlay and Slurry Seal Projects Twining has held the Annual Overlay and Slurry Seal contract with the City for multiple fiscal year. Under these agreements, we perform construction materials testing and inspection services for the annual overlay and slurry seal program. Twining performs construction materials testing and inspection at various project sites and as well as the batch plant. Our firm performs mix design verification and laboratory testing. Twining also assists the City in performing slurry seal placement inspection and testing. During plant inspection services for this 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 public works 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. Twining, Inc. I City of Santa Clarita 8 SECTION 1: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF 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 Twining Staff » Amir Ghavibazoo, PhD » Jeff Tawakoli, PE Eddie Perez CITY OF SIMI VALLEY Annual Maior Streets Pavement Proaram 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. Twining, Inc. I City of Santa Clarita 9 SECTION 1: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Public Agency Name City of Thousand Oaks Location Thousand Oaks, CA Year Completed Ongoing Reference Mike Tohidian CITY OF THOUSAND OAKS Annual Rubberized Asohalt Concrete Rehab The City of Thousand Oaks is responsible for maintaining approximately 380 miles of streets, and is a leader in exploring the use of innovative pavements with emphasis towards utilizing recycled crumb rubber in asphalt concrete pavements. 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 studies, implement quality assurance programs, perform construction inspection and testing, and perform pavement destructive testing and assist with pavement deflection testing for future pavement designs. 2100 Thousand Oaks The City used Terminal Blend Rubberized Emulsion Aggregate Slurry Seal (REAS), Boulevard, Thousand Oaks, using black rock source. The black rock will help the slurry seal to retain its black CA 91362 color for a longer period of time and the rubberized emulsion will add to the 805.449.2516 durability of the slurry seal product. Type Project T e 1 Twining has also provided annual materials certifications and labor compliance interviews throughout the projects. Street Rehabilitation Awards Twining Staff » 2019 Construction Management Association of America, Southern California Chapter Amir Ghavibazoo, PhD Public Works Project Achievement Award Jeff Tawakoli, PE Eddie Perez Twining, Inc. I City of Santa Clarita 10 SECTION 1: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF TWINING Project Manager/ Engineering Oversight Amir Ghavibazoo, PhD Jeff Tawakoli, PE MMM Laboratory Manager Glenn Taylor* Firm's principal contact FV Resumes available upon request * Additional Public Works Inspectors Alexandra Brown* _,Jack Gains* Twining, Inc. I City of Santa Clarita 11 SECTION 1: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF AMIR GHAVIBAZOO 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. City of Santa Clarita, Annual Overlay & Slurry Seal Overview (Multiple Years) Years' Experience: 2014 — Present Each year, streets are evaluated and identified for their need for rehabilitation or maintenance treatments. These projects include Education asphalt overlay, micro -surfacing, and slurry seal treatments to streets PhD, Civil and Environmental in various areas of the City. Twining performed quality assurance Engineering, North Dakota State testing and inspection, Amir serves as project manager for this job, University coordinating all required testing and inspection and reviewing test results. MS, Railways Engineering, Iran City of Simi Valley, Erringer Road at Cochran Street University of Science and Technology, Tehran, Iran This project consisted of the construction of a northbound right BS, Industrial Engineering, University turn lane on Erringer Road at Cochran Street. Twining performed of Technology, Tehran, Iran surface and subsurface 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 SECTION 1: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF JEFF TAWAKOLI Jeff Tawakoli, PE, is a professional engineer with over 36 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. Overview City of Santa Clarita, Annual Overlay & Slurry Seal » Years' Experience: 1988 — Present (Multiple Years) Education Each year, streets are evaluated and identified for their need for rehabilitation or maintenance treatments. These projects include » BS, Civil Engineering, University of asphalt overlay, micro -surfacing, and slurry seal treatments to streets in Utah various areas of the City. Twining performs quality assurance testing and inspection, Jeff serves as quality control manager throughout this Current Licenses Held program, providing engineering support out of our local Ventura office. City of Calabasas, Lost Hills Road Interchange » Professional Engineer, Civil, CA, 51883 Improvement Project » ICC Reinforced Concrete This $25 million project included the expansion of the existing Lost » ICC Structural Masonry Hills Road/US-101 overcrossing from two lanes to five lanes. Jeff » ICC Fireproofing 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 for the project team. City of Simi Valley, Erringer Road at Cochran Street This project consisted of the construction of a northbound right turn lane on Erringer Road at Cochran Street. Twining performed surface and subsurface soils investigation, testing, evaluation, geotechnical inspection, materials testing for conventional and rubberized asphalt concrete pavement, structural section evaluations for pavement deflection testing and laboratory testing services. Jeff served as the project manager, providing oversight of materials testing for both laboratory and field services. He was responsible for coordinating schedules, managing budgets, reviewing inspection in the field, reviewing and approving all field inspection and laboratory reports, and attending all project meetings with City. Twining, Inc. I City of Santa Clarita 13 SECTION 1: QUALIFICATIONS OF FIRM AND ASSIGNED STAFF EDDIE PEREZ Eddie Perez brings over 13 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. City of Santa Clarita, Annual Overlay & Slurry Seal Overview (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 Current Licenses Held seal program. Twining performs construction materials testing and inspection at various project sites and the batch plant. Our firm Concrete Field Testing Technician performs mix design verification and laboratory testing. Twining also Grade Grade I assists the City in performing slurry seal placement inspection and Nuclear Density Gauge Operator testing. Eddie serves as the lead public works inspector. He attends Caltrans Certifications 125 construction progress meetings, and review and ensures adherence OSHA Safety 10 Hour 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 (Multiple Years) 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 2. WORK STATEMENT It is our understanding that the project consists of providing quality assurance construction materials testing and inspection services for the City's overlay programs as outlined in the RFP's scope of work per the following standards: City of Santa Clarita QAP; Construction Manual, current edition; CALOSHA Construction Safety Orders, current edition; Standard Specifications of Public Works, Greenbook current edition; Standard Plans of Public Works, current edition; and exhibits attached to the City's RFP. Twining understands that we will be responsible for the testing of asphalt and concrete as well as providing project inspection. The following is our proposed plan of study. Task 1: Engineering Support During Overlay Project Subtask 1: On -call support to the City's project manager Output: Available from project's inception through completion via phone, email, and in -person meetings in order to provide the City's project manager answers to questions that come up during the project. These services are provided through Twining's project manager and lead public works inspector. Subtask 2: Submittal review for materials to be used by the contractor on the project Output: Timely turnaround of materials submittal reviews. The City's project manager provides contractor submittals to Twining's project manager for review and acceptance with respect to the project specifications and plans. Subtask 3: Attend meetings throughout the project Output: Twining's project manager and senior field inspector will be available and will attend meetings with the City's project team whenever requested during the project. Subtask 4: Timely review of inspection and testing results during the project; preparation of daily reports for the City's project manager Output: Twining's project manager will schedule laboratory tests promptly and will review and provide testing and inspection reports to the City's project manager. Any non -compliant results will be highlighted, and discussion/recommendations will be provided to the City when requested or when necessary. Task 2: Field Support During Overlay Project Subtask 1: Public works inspection services 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 4 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 Twining, Inc. I City of Santa Clarita 15 SECTION 2: WORK STATEMENT TWINING of the asphalt will be obtained at coordinated intervals from both the plant and the field and transported to our lab for all the necessary testing. Plant inspection will ensure that production of asphalt is being conducted per the project specifications and meets Greenbook and Caltrans standards. Subtask 3: Asphalt Coring and Testing Output: Twining will provide a technician to core the asphalt once per 250 tons and transport the cores to the laboratory for timely testing to calculate the daily compaction of the asphalt material being placed. Task 3: Materials Testing During Overlay Project Subtask 1: Laboratory testing of asphalt material Output: Twining's certified laboratory will be responsible for providing testing of the asphalt material to ensure it meets the specifications of the project. The material will be tested for asphalt content, gradation, moisture content, density, stability, air voids, and sand equivalency (raw aggregate at the plant). Acceptance of the material is typically based on asphalt content, gradation, and stability testing. Core testing will be provided daily to ensure that asphalt compaction requirements are being met. Task 4: QA 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 report will be prepared and provided to the City for its records. 3. -CONSULTANTS Twining is able to self -perform all work identified in the RFP and does not anticipate the use of subconsultants for this contract. Twining, Inc. I City of Santa Clarita 17 Thank you for your consideration. _ "rT } , } f 'V IL gir, t r a i�4 City of Santa 1 1 Materials Testing and Inspection Overlay and Slurry 1 Projects (Annual Overlay 2023-2024) COST FILE .r F i;" 4 Aw Ir ! i be r • � 4 R a 'ja - ' _- �r . x . �, �• � � ,�'� ar � , f' , �.' as w r �*• is 3 • COST FILE STATEMENT OF ^EFER This proposal is a firm offer for a 90-day period, and the proposed work will be performed at a "not -to -exceed" price. Twining has reviewed the City's professional services agreement (Exhibit 2) and finds the agreement acceptable as written. Twining's A.M Best Rating is A.M. Best Rating is A -/IX (a point below your requirement). Mariel Attento Rhorer Vice President of Client Development (Authorized to bind the firm) Twining, Inc. I City of Santa Clarita 2 COST FILE City of Santa Clarita - 2023 -24 Annual Overlay Cost Estimate Summary Sub Project Name 2400490verlay A_QA Testing Program Engineering Inspection Material - $89,910.00 Testing $6,268.00 Total $96,178.00 2400490verlay B_QATesting Program - $183,010.00 $53,278.00 $236,288.00 2400490verlay B_QA Testing Program - Alt 1 - $19,581.00 $10,605.00 $30,186.00 2400490verlay B_QATesting Program - Alt 2 - $19,581.00 $10,787.00 $30,368.00 240049 Overlay C_QA Testing Program - $183,010.00 $36,041.00 $219,051.00 2400490verlay D_QATesting Program - $74,170.00 $41,763.00 $115,933.00 240049_Slurry_QATesting Program - $114,380.00 $15,856.00 $130,236.00 240049 - Traffic Engineering Services $167,900.00 $167,900.00 $1,026,140.00 Twining, Inc. I City of Santa Clarita COST FILE City of Santa Clarita 2023-24 Annual Overlay A Project City Project No. M0153 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Base Bid Position a Estimated Double Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 50 $180.00 - - $9,000.00 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 110 $128.00 $192.00 $256.00 $14,080.00 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 70 $152.00 - - $10,640.00 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat 100 $118.00 $177.00 $236.00 $11,800.00 inspection and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 100 $118.00 $177.00 $236.00 $11,800.00 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 100 $118.00 $177.00 $236.00 $11,800.00 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat 45 $118.00 $177.00 $236.00 $5,310.00 inspection and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 45 $118.00 $177.00 $236.00 $5,310.00 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 45 $118.00 $177.00 $236.00 $5,310.00 sampling of aggregates, binders, and hot mix asphalt. Clerical 30 $104.00 - - $3,120.00 Coring Technician°: Responsibilities include the extraction of cores and 5 Daysd $348.00 --- --- $1,740.00 the filling of holes following extraction. a All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. b Total Cost $89,910.00 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. d Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 4 COST FILE City of Santa Clarita 2023-24 Annual Overlay A Project City Project No. M0153 Quality Assurance Testing Program Materials Testing - Base Bid Minimum Sampling R&R Test Method(s) Quality Characteristic and Testing Location of Sampling a Areas D2 AC Total Unit Cost Extended Cost Fre uenc CT 202 Aggregate Gradation 1 Per 750 Tons, At Plantb 2 2 4 $235 $940 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plantb 2 2 4 $177 $708 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Per Day Mat Behind Paver 2 2 4 $235 $940 Cores° Percent Compaction d,e 1 Per 250 Tons, Minimum 3 Per Day Compacted Mat 6 6 12 $91 $1,092 CT 309 Rice Density 1 Per Day Mat Behind Paver 2 2 4 $177 $708 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 2 2 4 $0 CT 366 Stabilometer Valuef 1 Per Day Mat Behind Paver 2 2 4 $235 $940 CT 367' Air Voids Contentf 1 Per Day Mat Behind Paver 2 2 4 $235 $940 a Sample digout material at the regular frequency. Total Cost $6,268 b 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. d Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). f Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. h Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal Twining, Inc. I City of Santa Clarita 5 COST FILE City of Santa Clarita 2023-24 Annual Overlay B Project City Project No. M0153 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 2 Position a Estimated Double Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 15 $180.00 - - $2,700.00 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 20 $128.00 $192.00 $256.00 $2,560.00 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 15 $153.00 - - $2,295.00 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 18 $118.00 $177.00 $236.00 $2,124.00 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 18 $118.00 $177.00 $236.00 $2,124.00 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 18 $118.00 $177.00 $236.00 $2,124.00 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 9 $118.00 $177.00 $236.00 $1,062.00 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 9 $118.00 $177.00 $236.00 $1,062.00 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 9 $118.00 $177.00 $236.00 $1,062.00 sampling of aggregates, binders, and hot mix asphalt. Clerical 7 $104.00 - - $728.00 Coring Technician°: Responsibilities include the extraction of cores and 5 Daysd $348.00 --- --- $1,740.00 the filling of holes following extraction. bAll inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $19,581.00 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. d Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 6 COST FILE City of Santa Clarita 2023-24 Annual Overlay B Project City Project No. M0153 Quality Assurance Testing Program Materials Testing - Alt 2 Estimated Number of Tests 112" R&R Minimum Sampling and Test Methods) Quality Characteristic Testing Frequency Location of Sampling HMA D2 AC Areasa Total Unit Cost Extended Cost CT 202 Aggregate Gradation 1 Per 750 Tons, At Plantb 2 1 4 7 $235 $1,645 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plantb 2 1 4 7 $177 $1,239 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paver 2 1 4 7 $235 $1,645 Minimum 1 Per Day Cores' Percent Compaction d,e 1 Per 250 Tons, Compacted Mat 6 3 10 19 $91 $1,729 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 2 1 4 7 $177 $1,239 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 2 1 4 7 $0 CT 366 Stabilometer Valuef 1 Per Day Mat Behind Paver 2 1 4 7 $235 $1,645 CT 3679 Air Voids Contentf 1 Per Day Mat Behind Paver 2 1 4 7 $235 $1,645 a Sample digout material at the regular frequency. b Total Cost $10,787 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. d Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). f Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. h Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal Twining, Inc. I City of Santa Clarita 7 COST FILE City of Santa Clarita 2023-24 Annual Overlay C Project City Project No. M0153 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Base Bid Estimated Double Position a Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 110 $180.00 - - $19,800.00 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 230 $128.00 $192.00 $256.00 $29,440.00 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 140 $153.00 - - $21,420.00 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat 200 $118.00 $177.00 $236.00 $23,600.00 inspection and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 200 $118.00 $177.00 $236.00 $23,600.00 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 200 $118.00 $177.00 $236.00 $23,600.00 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat 85 $118.00 $177.00 $236.00 $10,030.00 inspection and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 85 $118.00 $177.00 $236.00 $10,030.00 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 85 $118.00 $177.00 $236.00 $10,030.00 sampling of aggregates, binders, and hot mix asphalt. Clerical 60 $104.00 - - $6,240.00 Coring Technician°: Responsibilities include the extraction of cores and 15 Daysd $348.00 --- --- $5,220.00 the filling of holes following extraction. a All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. b -7 Total Cost $183,010.00 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. d Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 8 COST FILE City of Santa Clarita 2023-24 Annual Overlay C Project City Project No. M0153 Quality Assurance Testing Program Materials Testing - Base Bid Estimated Number of Tests Minimum Sampling R&R Test Method(s) Quality Characteristic and Testing Location of Sampling ARHM a C2 AC D2 AC Total Unit Cost Extended Cost FrequencyAreas CT 202 Aggregate Gradation 1 Per 750 Tons, At Plantb 8 5 8 2 23 $235 $5,405 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plantb 8 5 8 2 23 $177 $4,071 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paver 8 5 8 2 23 $235 $5,405 Minimum 1 Per Day Cores' Percent Compactiond,e 1 Per 250 Tons, Compacted Mat 24 15 24 6 69 $91 $6,279 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 8 5 8 2 23 $177 $4,071 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 8 5 8 2 23 $0 CT 366 Stabilometer Valuef 1 Per Day Mat Behind Paver 8 5 8 2 23 $235 $5,405 CT 3671 Air Voids Contentf 1 Per Day Mat Behind Paver 8 5 8 2 23 $235 $5,405 a Sample digout material at the regular frequency. Total Cost $36,041 b 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. d Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). f Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. h Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal Twining, Inc. I City of Santa Clarita 9 COST FILE City of Santa Clarita 2023-24 Annual Overlay D Project City Project No. M0153 Quality Assurance Testing Program Inspection, Sampling, and Quality Assurance Management - Alt 1 Position' Estimated Double Number of Hours Unit Costb Overtime Rate Time Rate Extended Cost Project Management/Engineering Oversite: Responsibilities include 60 $180.00 - - $10,800.00 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 90 $128.00 $192.00 $256.00 $11,520.00 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 60 $152.00 - - $9,120.00 Assurance operations and review of test results. Laydown Inspector (8 hour day) : Responsibilities include mat inspection 70 $118.00 $177.00 $236.00 $8,260.00 and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 70 $118.00 $177.00 $236.00 $8,260.00 compaction and temperatures behind the roller. Plant Inspector (8 hour day): Resonsibilities include inspection and 70 $118.00 $177.00 $236.00 $8,260.00 sampling of aggregates, binders, and hot mix asphalt. Laydown Inspector (4 hour day) : Responsibilities include mat inspection 35 $118.00 $177.00 $236.00 $4,130.00 and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 35 $118.00 $177.00 $236.00 $4,130.00 compaction and temperatures behind the roller. Plant Inspector (4 hour day): Resonsibilities include inspection and 35 $118.00 $177.00 $236.00 $4,130.00 sampling of aggregates, binders, and hot mix asphalt. Clerical 20 $104.00 - - $2,080.00 Coring Technician°: Responsibilities include the extraction of cores and 10 Days $348.00 --- --- $3,480.00 the filling of holes following extraction. a All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. b Total Cost $74,170.00 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. d Rate for coring technician is based on a per day basis. Twining, Inc. I City of Santa Clarita 10 COST FILE City of Santa Clarita 2023-24 Annual Overlay D Project City Project No. M0153 Quality Assurance Testing Program Materials Testing - Base Bid Estimated Number of Tests Minimum Sampling R&R Test Method(s) Quality Characteristic and Testing Location of Sampling ARHM a Areas C2 AC D2 AC Total Unit Cost Extended Cost Frequency CT 202 Aggregate Gradation 1 Per 750 Tons, At Plantb 8 5 12 2 27 $235 $6,345 Minimum 1 Per Day CT 217 Sand Equivalent 1 Per 750 Tons, At Plantb 8 5 12 2 27 $177 $4,779 Minimum 1 Per Day CT 382 Asphalt Content 1 Per 750 Tons, Mat Behind Paver 8 5 12 2 27 $235 $6,345 Minimum 1 Per Day Cores' Percent Compactiond,e 1 Per 250 Tons, Compacted Mat 24 15 30 6 75 $91 $6,825 Minimum 3 Per Day CT 309 Rice Density 1 Per Day Mat Behind Paver 8 5 12 2 27 $177 $4,779 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver 8 5 12 2 27 $0 CT 366 Stabilometer Valuef 1 Per Day Mat Behind Paver 8 5 12 2 27 $235 $6,345 [CT 3679 Air Voids Contentf 1 Per Day Mat Behind Paver 8 5 12 2 27 $235 $6,345 a Sample digout material at the regular frequency. b Total Cost $41,763 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. d Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). f Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. h Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal Twining, Inc. I City of Santa Clarita 11 COST FILE City of Santa Clarita 2023-24 Annual Slurry Seal Project City Project No. M0153 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 80 $180.00 - - $14,400.00 project oversite and engineering support. Public Works Inspection: Responsibilities include providing full-time 320 $128.00 $192.00 $256.00 $40,960.00 inspection to the City. QC Manager/Engineer: Responsibilities include oversight of Quality 100 $153.00 - - $15,300.00 Assurance operations and review of test results. Slurry Inspector (8 hour day) : Responsibilities include crackfill, mat 160 $118.00 $177.00 $236.00 $18,880.00 inspection and sampling Compaction Inspector (8 hour day): Responsibilities include monitoring 40 $118.00 $177.00 $236.00 $4,720.00 compaction and temperatures behind the roller. Slurry Inspector (4 hour day) : Responsibilities include crackfill, mat 80 $118.00 --- --- $9,440.00 inspection and sampling. Compaction Inspector (4 hour day): Responsibilities include monitoring 20 $118.00 --- --- $2,360.00 compaction and temperatures behind the roller. Clerical 80 $104.00 - - $8,320.00 a All inspectors, samplers, testers, and labs must posess all current Caltrans certifications relevant to their position. Total Cost $114,380.00 b 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 12 COST FILE City of Santa Clarita 2023-24 Annual Slurry Seal Project City Project No. M0153 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 Areas' Total CT 202 Aggregate Gradation 1 Per Week Stock Pile 6 2 8 $177 $1,416 CT 217 Sand Equivalent 1 Per 750 Tons, Minimum 1 Per Day At Plantb 24 8 32 $177 $5,664 CT 382 Asphalt Content 1 Per 750 Tons, Minimum 1 Per Day Mat Behind Paver --- 8 8 $177 $1,416 Cores' Percent Compaction d,e 1 Per 250 Tons, Minimum 3 Per Day Compacted Mat --- 24 24 $91 $2,184 CT 309 Rice Density 1 Per Day Mat Behind Paver --- 8 8 $177 $1,416 CT 226 or CT 370 HMA Moisture Content 1 Per Day Mat Behind Paver --- 8 8 $0 $0 CT 366 Stabilometer Valuef 1 Per Day Mat Behind Paver --- 8 8 $235 $1,880 CT 3679 Air Voids Contentf 1 Per Day Mat Behind Paver --- 8 8 $235 $1,880 AASHTO R 29 Asphalt Binder 1 Per Day' At Plant --- --- --- a Sample digout material at the regular frequency. b Exact tonnage and location of sample to be determined by the materials sampling Random Sampling Plan and coring Random Sampling Plan. Total Cost $15,856 ° Item includes the cost of testing core specimens in the lab. d Though core samples are used for acceptance testing, monitoring of compaction by use of a nuclear gauge shall be required throughout the paving day. e Compaction shall be determined using the formula 100 x (Bulk Specific Gravity (CT 308)) / (Maximum Theoretical Specific Gravity (CT 309)). f Report the average of 3 tested briquettes from a single sample. 9 Use CT 309 to determine maximum theoretical specific gravity in place of the CT 367 calculated maximum theoretical specific gravity. h Test must be performed by an AASHTO certified laboratory. ' No testing of binder will be required except at the discression of the engineer, sample and store all material until the engineer approves disposal. Twining, Inc. I City of Santa Clarita 13 Thank you for your consideration.