Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2024-05-28 - AGENDA REPORTS - 2023 24 OVERLAY SLURRY SEAL PROJ M0153
Agenda Item: 12 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: May 28, 2024 SUBJECT: 2023-24 OVERLAY AND SLURRY SEAL PROGRAM - OVERLAY C AND D, 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 C project, Project MO153. 2. Approve the plans and specifications for the 2023-24 Overlay and Slurry Seal Program — Overlay D project, Project MO153. 3. Award the 2023-24 Overlay and Slurry Seal Program —Overlay C construction contract to Toro Enterprises, Inc., in the amount of $3,266,861 and authorize a contingency in the amount of $653,372, for a total contract amount not to exceed $3,920,233. 4. Award the 2023-24 Overlay and Slurry Seal Program —Overlay D construction contract to Sully -Miller Contracting Company, in the amount of $6,527,408, and authorize a contingency in the amount of $1,305,482, for a total contract amount not to exceed $7,832,890. 5. Award the professional services contract to Psomas for surveying and monument preservation services for the 2023-24 Overlay and Slurry Seal Program, Project M0153, in the amount of $298,635 and authorize a contingency in the amount of $29,864, for a total contract amount not to exceed $328,499. Page 1 Packet Pg. 181 6. Authorize the transfer of project savings in the amount of $2,913,240 to the 2023-24 Overlay and Slurry Seal Program, Project M0153, expenditure accounts M0153260-516101, M0153264-516101, M0153266-516101, and M0153267-516101 from the following accounts: • $476,140 in Prop C Local Return (Fund 260) from expenditure account M0149260- 516101, 2022-23 Overlay and Slurry Seal Program, Project M0149; and • $965,900 in Measure R Local Return (Fund 264) from expenditure account M0149264-516101, 2022-23 Overlay and Slurry Seal Program, Project M0149; and • $1,277,200 in Measure M Local Return (Fund 266) from expenditure account M0149266-516101, 2022-23 Overlay and Slurry Seal Program, Project M0149; and • $194,000 in Senate Bill 1 RMRA (Fund 267) from expenditure account M0149267- 516101, 2022-23 Overlay and Slurry Seal Program, Project M0149. 7. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The annual overlay and slurry seal projects are an integral part of the City of Santa Clarita's (City) Overlay and Slurry Seal Program. Each year, streets are evaluated and identified for the need for pavement preservation and rehabilitation treatments. The 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 were awarded by City Council at the May 14, 2024, meeting. The Overlay C and Overlay D projects, if approved and awarded, are expected to begin construction in various areas of the City (see attached Project Street List) in June 2024. 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 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 (State Clearinghouse #2024041266), 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. Page 2 Packet Pg. 182 Solicitation Process for the 2023-24 Overlay and Slurry Seal Program - Overlay C Project An invitation to bid was prepared and published twice in The Signal newspaper, on March 22 and 29, 2024, and was posted on BidNet. A total of five bids were submitted to the City and opened by Purchasing on April 16, 2024. Each of the bids included a base bid and one alternate. 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 for the base bid only. The results of the bids are shown below: Company Toro Enterprises, Inc. Granite Construction Company C.A. Rasmussen, Inc. Sully -Miller Contracting Company All American Asphalt Location Total Bid Oxnard, CA $3,266,861 Ventura, CA $3,424,244 Valencia, CA $3,652,954 Brea, CA $3,970,865 Corona, CA $5,205,268 Staff recommends awarding the construction contract to Toro Enterprises, Inc., the lowest responsive and responsible bidder, in the amount of $3,266,861 for the base bid, and authorizing a contingency in the amount of $653,372, for a total not to exceed $3,920,233. 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. Solicitation Process for the 2023-24 Overlay and Slurry Seal Program - Overlay D Project An invitation to bid was prepared and published twice in the Signal newspaper, on March 22 and 29, 2024, and was posted on BidNet. A total of three bids were submitted to the City and opened by Purchasing on April 16, 2024. Each of the bids included a base bid and one alternate. 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 for the base bid only. The results of the bids are as follow: Page 3 Packet Pg. 183 Company Location Total Bid Sully -Miller Contracting Company Brea, CA $6,527,408 C.A. Rasmussen, Inc. Valencia, CA $7,214,691 All American Asphalt Corona, CA $8,998,593 Staff recommends awarding the construction contract to Sully -Miller Contracting Company, the lowest responsive and responsible bidder, in the amount of $6,527,408 for the base bid, and authorizing a contingency in the amount of $1,305,482, for a total not to exceed $7,832,890. 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 Project Surveying and Monument Preservation Services for the 2023-24 Overlay and Slurry Seal Program A Request for Proposal (RFP) for surveying and monument preservation services for the project was prepared and posted on BidNet on March 28, 2024. The RFP asked firms to identify their relevant experience with similar projects and demonstrate their approach for this project. On April 23, 2024, four firms submitted proposals. Staff reviewed the proposals and, based on their evaluations, scored the firms on a 100-point scale as follows: Rank Company Location Score 1. Psomas Los Angeles, CA 99 2. GUIDA Irvine, CA 94 3. COAST Surveying, Inc. Tustin, CA 93 4. D. Woolley & Associates, Inc. Tustin, CA 90 The scoring system was based on the following criteria: recent experience with similar projects, qualification of team and resources, understanding of key development items, quality of proposal, proposed services in relation to the project's scope, scheduling, availability, and references. Psomas demonstrated an in-depth understanding of the project needs and provided a detailed scope of work and approach to the project. Based on their experience with similar projects, and the completeness of their proposal for this project, staff recommends awarding the contract for surveying and monument preservation services to Psomas in the amount of $298,635 and authorizing a contingency in the amount of $29,864, for a total amount not to exceed $328,499. The proposal is available in the City Clerk's Reading File. Page 4 Packet Pg. 184 California Government Code 4526 prescribes selection of architectural and engineering services to be based on demonstrated competence and professional qualification necessary for the satisfactory performance of the services required and does not authorize the selection of professional architectural and engineering services based on cost. City staff was able to reach an agreement with Psomas at a fair and reasonable price for the services requested in the RFP. The requested contingency 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. The remaining project funds will cover all anticipated project administrative costs, including staff time, project management, public works inspections, materials testing, environmental inspections and support, utility fees, and labor compliance monitoring. 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 Upon approval of the recommended actions, adequate funds will be available in expenditure accounts M0153233-516101 (TDA Article 8 Fund), M0153260-516101 (Prop C Local Return), M0153264-516101 (Measure R Local Return), M0153266 (Measure M Local Return), and M0153267-516101 (SB1 RMRA Fund) to support the recommended contracts and project administrative costs. ATTACHMENTS Project Street List - Overlay C and D Bid Proposal for Toro Enterprises, Inc. (available in the City Clerk's Reading File) Bid Proposal for Sully -Miller Contracting Company (available in the City Clerk's Reading File) Proposal for PSOMAS (available in the City Clerk's Reading File) Page 5 Packet Pg. 185 PROJECT STREET LIST — Overlay C and D 12.a OVERLAY C 1' Street Name Beginning • •1 End Location ARTERIAL WHITES CANYON SOLEDAD CANYON RD DELIGHT ST RD OVERLAY D ARTERIAL BOUQUET CANYON SOLEDAD CANYON RD BRIDGE DECK RD NORTH OF ESPUELLA Packet Pg. 186 OF ShNTA kc v�> Addendum No. 1 BID # CIP-23-24-MO1530C 2023-24 Annual Overlay C Project City of Santa Clarita, California Addendum No. 1 April 11, 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. BID CLOSING - EXTENSION The closing deadline has been extended. Bids are now due before 2:00 PM on April 16, 2024. II. INSERT SECOND MODIFICATION HERE See the updated Alternate Bid Schedule on Page 2. Please complete the updated Alternate Bid Schedule and submit this with your bid submittal. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Contractor's Representative Date SEAN CASTILLO,PRESIDENT TORO ENTERPRISES, INC. Company Name BID # CIP-23-24-MO1530C DOCUMENT CHECKLIST Bid #CIP-23-24-M0153OC 2023-24 Annual Overlay C Project 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) U Proposal Form lJ Notice to Bidders Regarding Contractual Requirements Bid Schedule a Alternate Bid Schedule Bid Summary Bidder's Information and Certification Bidder's Questionnaire Certification of Non -Segregated Facilities a1 Designation of Subcontractors CJf References L!f Iran Contracting Act Certification © Non -Collusion Affidavit All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet Deli ve d 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: Ramiro Fuentes ❑ Capital Improvement Project Agreement ❑ Faithful Performance Bond (Notarized) ❑ Labor & Material Bond (Notarized) ❑ Insurance Required by Contract ❑ W9 ❑ Fringe Benefit Statement PROPOSAL FORM Bid #CIP-23-24-M01530C 2023-24 Annual Overlay C 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 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-M01530C 2023-24 Annual Overlay C Project 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 involvine 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 Liabilitv and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required 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: = t✓✓'� Date: r I� Printed Name: SEAN CASTILLO, PRESIDENT BID SCHEDULE Bid #CIP-23-24-M0153OC 2023-24 Annual Overlay C Project 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, 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 QTY UNIT UNIT PRICE TOTAL 1. Mobilization, Bonds & Insurance 1 LS I- 2. Traffic Control 1 LS $� �� $ r�! 3 Storm Water Pollution Control Program 1 LS 4 AC C2 PG 64-10 6,374 TN $ 5 ARHM GG-C PG 64-16 2,648 TN $ // $ r �� 6 AC D2 PG 64-10 754 TN $ $136�3�� 7 Remove and Replace 4" (Wedge 4" to 6") 83,950 SF 8 Remove and Replace 9" (Wedge 9" to 11") 37,950 SF $ 9 Cold Plane & Remove 14-1/2" 77,250 SF $ /� d $ 10. Keycut B1 160 LF $ Z O _- $ 3 11. Install Blue RPM's @ Fire Hydrant 10 EA $ (/ 12. Lower and Adjust Manhole Covers to Finish Grade 2 EA $ 9 $ 13. Lower and Adjust Water Valve Covers to Finish Grade 2 EA $�.� $ c 14. Lower and Adjust Survey Monument Covers to Finish Grade 2 EA $ $(� 15. Remove and Install Permanent Traffic Loops 42 EA $ 57 16. Install Temporary Video Detection System 2 EA 17 Remove and Install Traffic Nodes 12 EA $ t I I Je— J $12+ fir , 18 12" White Crosswalk/Limit Line (Thermo) 380 LF $ 19 12" Yellow Crosswalk/Limit Line (Thermo) 565 LF $ V , /�% $ 2 6q. zo 20 12" Yellow Line (Thermo) 30 LF 21 Striping Detail #9 (Thermo & Markers) 1,435 LF $ o, $ j 22 Striping Detail #12 (Thermo & Markers) 5,535 LF $�1 $ 23 Striping Detail #22 (Thermo & Markers) 3,250 LF $�� 7 $ J� 24 Striping Detail #25 (Thermo & Markers) 400 LF $ 25 Striping Detail #38 (Thermo & Markers) 2,430 LF $ 26 Arrow Type IV (L/R) (Thermo) 18 EA $ /, s'2 27 Arrow Type VI (Thermo) 3 EA $ 2 �s $�v TOTAL BA5E BID AMOUNT. ALTERNATE BID SCHEDULE Bid # CIP-23-24-M0153OC City Project No. M0153OC M0153 2023-24 Overlay C Project 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 to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1 Mobilization, Bonds & Insurance 1 LS $ 2 Traffic Control I r 3 Storm Water Pollution 1 LS Prevention - BMP Plan $L(' $ �U. 4 AC D2 PG 64-10 2,298 TN ,� 5 ARHM GG-C PG 64-16 4,038 TN $ !l �( . r $i�i�,��/ 6 Remove & Replace 6" AC 14,376 SF i I/ 7 Wedge -Cut, Remove & Replace 62,601 SF 6" AC $ 5 $ �41/7 8 Wedge -Cut, Remove & Replace 11-1/2" AC 24,970 SF 9 Keycut Al 6,164 LF _ $� 7� $ Z 10 KeycutBl 294 LF $ Z '� $O-� 11 Lower Manhole Covers to Finish Grade 9 EA $ 12 Lower Water Valve Covers to Finish Grade 45 EA r . $ --- $ G� V , 13 Lower Gas Valve Covers to Finish Grade 11 EA $� r 14 Lower Utility Vault Covers to 2 EA Finish Grade $r,l�,� 15 Lower Drain Inlets Covers to Finish Grade 1 EA $Vr J ��_� $ 16 Adjust Manhole Covers to Finish Grade 9 EA $Q; 17 Adjust Water Valve Covers to Finish Grade 45 EA r 18 Adjust Gas Valve Covers to Finish Grade 11 EA Cam-' $� ✓ . $ ! 3� r 19 Adjust Utility Vault Covers to Finish Grade 2 EA $ �� $ 20 Adjust Drain Inlets Covers to Finish Grade 1 EA rr $4 ®� $ 2, -D 21 Install Blue RPM's @ Fire Hydrant 40 EA s//%%�� 22 12" White Crosswalk/Limit Line 2,160 LF (Thermo) 23 Striping Detail #12 (Thermo & Markers) 9,430 LF $ �3 $ W 24 Striping Detail #21 (Thermo) 165 LF $ � . �� $ 25 Striping Detail #24 (Thermo) 4,010 LF $ $ 26 Striping Detail #276 (Thermo) 125 LF $ 27 Striping Detail #29 (Thermo & Markers) 330 LF $r $ �C 28 Striping Detail #3713 (Thermo & Markers) 830 LF $ ���� $ 29 Striping Detail #38 (Thermo & Markers) 5,261 LF ,/; $ Y r -5 $ 30 Striping Detail #40 (Thermo & Markers) 335 LF $►�� $ 31 Arrow Type I I I (L/R) (Thermo) 1 EA 32 Arrow Type IV (L/R) (Thermo) 36 EA 6, 33 "ONLY" Legend (Thermo) 1 EA $ �� d 34 "FWY" Legend (Thermo) 1 EA $ ,7 -57 $ 3,2 35 AROW TYPE 1 10'-0" 3 EA $�. - $ s,01 ; 36 Remove and Install Permanent Traffic Loops 70 EA $ �(� $ � q101 V G TOTAL ALTERNATE BID AMOUNT: $2 o�� ON TOTAL ALTERNATE BID AMOUNT IN WORDS: " *C, O r BID SUMMARY Bid #CIP-23-24-M01530C 2023-24 Annual Overlay C Project City Project No. M0153 City of Santa Clarita, California BID SUMMARY TOTAL PRICE IN FIGURES � � /r $ �r !�/ f/ ✓ C� BASE BID TOTIN WORDSE @C�►hly�CO1� ISO CJ�'�'Sf�( /ACV.&r,,Z ALTERNATE TOTAL PRICE IN FIGURES BID TOTE IN «v8 (� WORDS 1,12 TOTAL OF BASE BID TOTAL PRICE IN FIGURES $� PLUS ALTERNATE TOTAL PRICE IN �I�C 1�17 (x d& ` f/ /I) Ali BID WORDS 1 RI'll `�� ' �eJ� ` �� 3 i e, BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-M01530C 2023-24 Annual Overlay C Project 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 930361-805-483-4515 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint venture are as follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and s mits this proposal with the names, title, hands, and seals of all aforementioned principals this day of z4LriL 2024 . BIDDER: Signature SEAN CASTILLO, PRESIDENT Name and Title of Signatory TORO ENTERPRISES, INC. Legal Name of Bidder 2101 E VENTURA BLVD,OXNARD,CA 93036 Address 805-483-4515 77-0396663 Telephone Number Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #CIP-23-24-M01530C 2023-24 Annual Overlay C Project 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: ® 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-M01530C 2023-24 Annual Overlay C Project City Project No. M0153 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: License number: 710580 Class: A,C-31 D.I.R. Registration # 1000002410 5. SEAN CASTILLO,PRESIDENT Expiration Date: 8/31 /25 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 ADA IMPROVEMENTS C. Owner: CITY OF GLENDALE Project Location: VARIOUS LOCATIONS Type of Project: PERMEABLE CONCRETE,AC PAVING CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-M01530C 2023-24 Annual Overlay C 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. 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-MO1530C 2023-24 Annual Overlay C 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 fill out the form with NA. Add addt. sheets if needed. SubcTtrac`or ,`% �: t DIR Registration No.* Dollar Value of Work Location a lace of Budness Bid Schedule Item No's: V � � � ✓ � Description of Work 2j r. �-- Y ��i Gi i/f J License No. ° i�V� Exp. Date: / Phone Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. REFERENCES Bid #CIP-23-24-M01530C 2023-24 Annual Overlay C Project City Project No. M0153 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. CITY OF 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 7/2023 Contract Amount 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 3 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,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 DRDIAMOND BAR.CA 9176S IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CIP-23-24-M01530C 2023-24 Annual Overlay C Project 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: Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of California. Contractor TORO ENTERPRISES, INC. Firm Signed Date SEAN CASTILLO, PRESIDENT Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT BIDDER'S BOND Bid #CIP-23-24-M01530C 2023-24 Annual Overlay C Project City Project No. M0153 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: N/A dollars ($ 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 Annual Overlay C Project Bid No. CIP-23-24-MO1530C 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-M0153OC 2023-24 Annual Overlay C 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 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-M01530C 2023-24 Annual Overlay C 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 ) SEAN CASTILLO being first duly sworn deposes and says that he/she is the PRESIDENT sole owner, a ( partner, president, etc.) of TORO ENTERPRISES, INC. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person/ or persons as have a partnership or other financial interest with said BIDDER in his general business. / Bidder: Signature Title SEAN CASTILLO, PRESIDENT PROPOSAL GUARANTEE BID BOND Bid #CIP-23-24-M01530C 2023-24 Annual Overlay C Project City Project No. M0153 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that TORO ENTERPRISES, INC. , as BIDDER, and Travelers Casualty and Surety Company of America as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of dollars ($ "* ), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this Ten Percent of the Total Amount Bid '�10% of the Total Amount Bid 11th Day of April CONTRACTOR: SURETY*: Name and Title of gignatory TORO ENTERPRISES, INC. Legal Name of Bidder 2101 E VENTURA BLVD. OXNARD, CA 93036 Bidder Address 805-483-4515 � -� -- 123 q41,61, 3 Telephone Number Federal Tax I.D. No. Travelers Casualty and Surety Company of America Name— Ethan Spector, Atto 909-612-3030, TCHRIST4@travelers.com Phone Number and Email 655 N. Central Ave., Suite 1100, Glendale, CA 91203 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Surety signatures must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 .�',crcc;�'�.cS�C�c-rcCcS cr_.�.�.�C.cY>c�'.cC.cr��.orcrti�c�c�cres�.crc('.c�.c��'L-�c-r�c_cse�.i�rn:.c=rc�`.crecc;�.cecr�^c`sr� A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California, County of Ventura, On � � (VZ_ before me, Tyson Rising, Notary Public Date Here Insert Name and Title of the Officer personally appeared Sean Castillo Name�4 of Signer who proved to me on the basis of satisfactory evidence to be the person(sj whose name(4 is/fie subscribed to the within instrument and acknowledged to me that he/sl6/th6y executed the same in his/he'r/thpfr authorized capacity(igs), and that by his/I ehr/their signature(g) on the instrument the person(s!), or the entity upon behalf of which the person(?f 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. 0___M TYSON RISING COMM.#2388737 Z Notary Public - California oSignature Ventura County Comu of tary Publicm. Expires Dec. 31, 2�25+ Place Notary Seal Above - - - - - - - - -OPTIONAL--------------------Veration ---------------------- Though this section is optional, completing this information can deter alof the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Date: Number of Pages: _1 _ Signer (s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name Sean Castillo Signer's Name: 0 Corporate Officer — Title(s): President ❑ Corporate Officer — Title(s []Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑Guardian or Conservator ❑ Other: Signer Is Representing: Toro Enterprises, Inc. Signer Is Representing: 02014 National Notary Association - www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On APR 1 1 2024 Date before me, Personally appeared Ethan Spector B. Aleman, Notary Public Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person( whose namek) is/XT subscribed to the within instrument and acknowledged to me that he/*ice executed the same in his/)pXk cp r authorized capacity), and that by his/kXr#W signatureO on the instrumentthe person), or the entity upon behalf of which the person(k) acted, executed the instrument. $. ALc Notary Public- California •• Los Angeles County > COmmiS510r = 2460658 My Comm, expires Aug 24, 2027 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offici I seal. Signature (� Signature of Notary Public -------------------------------------------------------------------- OPTIONAL ------------------------------------------------------------------ Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Number of Pages Document Date Signer(s) OtherThan Named Above Capacity(ies) Claimed by Signer(s) Signer's Name Fj Corporate Officer —Titles) ® Partner ® Limited Q General Individual Q Attorney in Fact [Trustee Q Guardian or Conservator ❑ Other Signer's Name ❑ Corporate Officer—Title(s) © Partner ® Limited ©General 0 Individual ® Attorney in Fact Q Trustee © Guardian or Conservator ® Other Signer Is Representing Signer Is Representing Travelers Casualty and Surety Company of America AW Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Ethan Spector of LOS ANGELES , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. E^ qJ fL R MUMl � ��cerwr. f R W cow0:1:�_11"�t It State of Connecticut X By: a� City of Hartford ss. Robert L. Raney4tenior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. •t; r ='woq^.�.. /may! IN WITNESS WHEREOF, I hereunto set my hand and official seal. �r`'• �' � /;�� Q/`� i NOTARY My Commission expires the 30th day of June, 2026 * -j+ Anna P. Nowik, Notary Public S This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of APR 1 1, go- ��wwatry�`L hJp,IV AMpt9 cow iv- Q �e—, Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Powerof Attorney is attached, No. 6516 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Travelers Casualty and Surety Company of America of Hartford, Connecticut, organized under the laws of Connecticut, subject to its Articles oflncorporation or other./undamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lmvful 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 In day of July, 1997, I have hereunto set my hand and caused my official seal to be affixed this 161, day of June, 1997. Fee: $ 92.00 Chuck Quackenbush Rec. No. Insurance Commissioner Filed: 5/28/97 By Victoria S. Sidbury Deputy Certification I, the undersigned Insurance Commissioner of the State of California, do hereby certify that I have compared the above copy of Certificate of Authority with the duplicate of original now on file in my office, and that the same is a fill, true, and correct transcript thereof and of the whole of said duplicate, and said Certificate ofAuthority is now in fidl force and effect. IN WITNESS WHEREOF, I have set my hand and caused my official seal to be affixed this 29#n day of September, 2020. Ricardo Lara `Insurance Commissioner By Magnolia Gutierrez-' GENERAL ENGINEERING CONTRACTORS Certificate of Corporate Authority I hereby certify that Toro Enterprises, Inc. is a duly organized and existing California corporation, which has the power to take the action called for by the following resolution. I further certify that Sean Castillo is President, Jerry Hannigan is Secretary and Trent Royle is Vice President of Operations and all have the authority individually to execute bid bonds, bid submittals, contract documents and change orders on behalf of the corporation as stated in the minutes of the Board of Directors' Meeting of Toro Enterprises, Inc. held July 15, 2016. In witness whereof, I have affixed by hand and seal of said corporation this 15'h day of July 2016. JerPHannigan Secretary JH/rc Equal Opportunity Employer PO BOX 6285, OXNARD, CA 93031 PHONE: (805) 483-4515 FAX: (805) 483-3635 DOCUMENT CHECKLIST Bid #CIP-23-24-M01530D 2023-24 Annual Overlay D Project 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) la Proposal Form 64 Notice to Bidders Regarding Contractual Requirements 14 Bid Schedule Alternate Bid Schedule Bid Summary 1$� Bidder's Information and Certification �411 Bidder's Questionnaire Certification of Non -Segregated Facilities 1 Designation of Subcontractors References Iran Contracting Act Certification Non -Collusion Affidavit All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet Delivered to City Hall, Attn: Purchasing, Suite 120 prior to bid closing: ❑ Proposal Guarantee Bond/Bidder's Bond (Notarized) The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Ramiro Fuentes ❑ 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-2.3-24-MO1530D 2023-24 Annual Overlay D Project. City Project No. M0153 City of Santa Clarita, California TO THE CITY OF SANTA CLARIITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: Sully —Miller Contracting Company Company Address: 135 S. State Coileae Blvd. , Suite 400 Brea CA 92821 Phone: 71 4-578-9600 Email: Bids@sully-miller.com By: Jeff Galterio Print Name Title: Assistant,Secretary Signature: MiA Date: Ap r i 9, 2024 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 �rcrcr.�=ccrc=c,�c�.crcr„�=c�.c-ctr.�=cc,norcrc:cryc.�rrxx�.n^.c�.�c�.c=c�,c-ca=acx^.c r.;cardc�rc:c.�-ccr.Mt-cc-rcr�rc,rc-�rc-�^.cr.�-r�c.�;e�.�cc A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) on April 09, 2024 before me, Monica Baldacci, Notary Public Date Here Insert Name and Title of the Officer personally appeared Jeff Galtedo Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. MONICA MAI211E BALBACCI COMMISSION #2447801 = Notary Public California ORANGE COUNTY v My Commission Expires MAY 25, 2027 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Si g nature Signature of Notary Public Monica Baldacci, Notary Public Place Notary Seal Alcove OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Proposal Form Document Date: April 9, 2024 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterio Signer's Name: IN Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): 1-1 Partner — ❑ Limited ❑ General ❑ Partner -- ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contrac ing ompany 02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-23-24-M01530D 2023-24 Annual Overlay D Project 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. H.INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liabilitv Insurance Curing 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 „anclZor 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: Abate: April 9, 2024 Printed Name: Jeff Galtero Assistant Secretary BID SCHEDULE Bid #CIP-23-24-MO1S300 2023-24 Annual Overlay D Project City Project No. M0153 City of Santa Clarita, Californian 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 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 QTY UNIT UNIT PRICE TOTAL 1 Mobilization, Bonds & Insurance 1 LS $ 620,000.00 $ 620,000.00 2 Traffic Control 1 LS $ 550,000.00 $ 550,000.00 3 Storm Water Pollution Control Program 1 L5 $ 15,000 $ 15,000 4 AC D2 PG 64-10 1348 TN $ 191.00 $ 257,468.00 5 ARHM GG-D PG 64-16 4735 TN $ 166.00 $ 786,010.00 6 AC C2 PG 64-10 12555 TN 137.00 $ $ 1,720,035.00 7 Cold Plane & Remove 2-1/2" 224398 SF $ 0.85 $ 190,738.30 8 Cold Plane & Remove 14-1/2" 167389 SF $ 5.00 $ 836,945.00 9 Micromill Concrete and Concrete Overlay to a Depth of 1/2" 69S23 SF $ 0,75 $ 52,142.25 10 Place Polyester Concrete Overlay 3/4" 4345 CF $ 220.00 $ 955,900.00 11 Remove & Replace 4" AC 33660 SF $ 8.91 $ 299,910.60 12 Remove and Replace Concrete (Allowance) 2000 SF $ 40.00 $ 80,000,00 13 Install Blue RPM's @ Fire Hydrant 24 EA $ 7.75 $ 186.00 14 Lower Manhole Covers to Finish Grade 25 EA $ 600.00 $ 15,000.00 15 Lower Gas Covers to Finish Grade 16 Lower Water Valve Covers to Finish Grade 17 Adjust Manhole Covers to Finish Grade 18 Adjust Gas Covers to Finish Grade 19 Adjust Water Valve Covers to Finish Grade 20 Remove and Install Permanent Traffic Loops 21 Install Temporary Video Detection System 22 Remove and Install Traffic [Nodes 23 12" White Crosswalk/Limit Line (Thermo) 24 Striping Detail #9 (Thermo & Markers) 25 Striping Detail #13 (Thermo) 26 Striping Detail #24 (Thermo & Markers) 27 Striping Detail #2713 (Thermo) 28 Striping Detail #38A (Thermo) 29 Striping Detail #39 (Thermo) 30 Arrow Type 1(10') (Thermo) 31 Arrow Type 1(18') (Thermo) 32 Arrow Type IV (L/R) (Thermo) 33 Legend "NO" (Thermo) 34 Legend "TRUCKS" (Thermo) 1 EA $ 500.00 500.00 23 EA $ 500.00 $ 11,500.00 25 EA $ 610.00 $ 15,250.00 1 EA $ 505.00 $ 505.00 23 EA $ 505.00 $ 11,615.00 39 EA $ 460.00 $ 17,940.00 4 EA $ 7,200.00 $ 28,800,00 12 EA $ 1,750.00 $ 21,000.00 1290 LF $ 3.60 $ 4,644.00 2185 LF $ 0.85 $ 1,857.25 14101 LF $ 0.95 $ 13,395.95 5809 LF $ 0.85 $ 4,937,65 1783 LF $ 0.85 $ 1,515.55 8749 LF $ 1..00 $ 8,749.00 862 LF $ 0.85 $ 732.70 6 EA $ 90.00 $ 540.00 3 EA $ 100.00 $ 300.00 45 EA $ 77.00 $ 3,465,00 2 EA $ 103.00 $ 206.00 2 EA $ 310.00 $ 620.00 TOTAL BASE BID AMOUNT., $ 6,527,408.25 TOTAL BASE BID AMOUNT IN WORDS; Six Million Five Hundred Twenty -Seven Thousand Four Hundred Eight Dollars and Twenty -Five Cents ALTERNATE BID SCHEDULE Bid #CIP-23-24-M01530D 2023-24 Annual Overlay D Project City Project No, M0153 City of Santa Clarlta, Caiffarnfar 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 BldNet. 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, DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1 Mobilization, Bonds & 1 LS Insurance $ 200,000 $ 200,000 2 Traffic Control 1 LS $ 150,000 $ 150,000 3 Storm Water Pollution 1 LS Prevention - BMP Plan $ 15,000 $ 15,000 4 AC D2 PG 64-10 1,379 TN $ 200 $ 275,800 5 ARHM GG-D PG 64-16 4,845 TN $ 148 $ 717,060 6 Remove & Replace 6" AC 37,521 SF $ 7,5a $ 281,407.50 7 Remove Roots Under Concrete 3,201 SF or Pavement Repairs $ 10.50 $ 33,610.50 8 Cold Plane & Remove 2-1/2" 400,943 SF $ •85 $ 340,801.55 9 Lower Manhole Covers to Finish 14 EA Grade $ 600 $ 8,400 10 Lower Water Valve Covers to 14 EA Finish Grade $ 500 $ 7,000 11 Lower Gas Valve Covers to 2 EA Finish Grade $ 500 $ 1000 12 Adjust Manhole Covers to Finish 14 EA Grade $ 610 $ 8,540 13 Adjust Water Valve Covers to 14 EA Finish Grade $ 505 $ 7,070 14 Adjust Gas Valve Covers to 2 EA Finish Grade $ 505 $ 1,010 15 Install Blue RPM's @ Fire 19 EA Hydrant $ 8 $ 152 16 6" YELLOW Line (Thermo) 67 IF $ .85 $ 56.95 17 12" White Crosswalk/Limit Line 1,893 LF (Thermo) $ 3.75 $ 7,098.75 18 Striping Detail #12 (Thermo & 9,809 LF Markers) - $ .85 $ 8,337.65 19 Striping Detail #24 (Thermo) 7,305 LF $ .85 $ 6,209.25 20 Striping Detail #2713 (Thermo) 455 LF $ .85 $ 386.75 21 Striping Detail #3713 (Thermo & 1,095 LF Markers) $ 1 $ 1,095 22 Striping Detail #38 (Thermo & 2,878 LF Markers) $ 1 $ 2,878 23 Striping Detail #38A (Thermo) 1,658 LF $ 1 $ 1,658 24 Striping Detail #38C (Markers) 250 LF $ 4.10 $ 1,025 25 Striping Detail #39A (Thermo) 1,095 LF $ $ .80 876 26 Striping Detail #40 (Thermo & 1,334 LF Markers) $ 2.60 $ 3,468.40 27 Chevron Striping 128 LF $ 3.60 $ 460.80 28 Arrow Type IV (L/R) (Thermo) 30 EA $ 80 $ 2,400 29 "KEEP" Legend (Thermo) 6 EA $ 205 $ 1,230 30 "CLEAR" Legend (Thermo) 6 EA $ $ 260 1,560 31 Install Temporary Video 5 EA D Detection System $ 7,200 $ 36,000 32 Remove and Install Permanent 65 EA Traffic Loops $ 460 $ 29,900 TOTAL ALTERNATE BID AMOUNT: $2,151,492.10 TOTAL ALTERNATE BID AMOUNT IN WORDS, Two Million, One Hundred fifty one thousand four hundred ninety-two dollar & ten cents. BID SUMMARY Bid i#CIP-23»24-M01530D 2023-24 Annual Overlay D Project City Project No. M0153 City of Santa Clarita, California BID SUMMARY TOTAL PRICE $ 6,527,408.25 IN FIGURES BASE BID TOTAL PRICE IN Six Million five hundred twenty seven thousand four hundred eight WORDS dollars & twenty five cents TOTAL PRICE $ 2,151,492.10 ALTERNATE IN FIGURES BID TOTAL PRICE IN Two Million, One Hundred fifty one thousand WORDS four hundred ninety --two dollar & ten cents. TOTAL OF TOTAL PRICE $ 8,678,900.35 BASE BID IN FIGURES PLUS TOTAL PRICE IN Eight million, six hundred & seventy eight thousand, ALTERNATE BID WORDS nine -hundred dollars & thirty-five cents BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-MO1530D 2023-24 Annual Overlay D Project 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: Sull -Miller Contracting Company Business Address: 135 S. State College Blvd, Suite 400, Brea. CA 92821 Telephone No.: 714-578-96000 State CONTRACTOR's License No. & Class: 7 4 7 612 —A DIR No.: 1000003664 Original Date: 12 . 10 . 2 014 Expiration Date: 6 . 3 0 .2 0 2 4 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: Please see attached Certificate of Incumbency and Resolution 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: All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 9th day oQipri120 04. ign Jeff Galterio, Assistant Secretary Name and Title of Signatory Sully —Miller Contracting Company Legal Name of Bidder 135 S. State College Blvd. Suite 400 Brea CA. 92821 Address 714.578,9600 33-0787630 Telephone Number Federal Tax I.D. No. SULLY -MILLER CONTRACTING CO. L;747-�1 A 5 S. t fe Cefj'e> ±e 3)vd., .S` E. 400 Brea, CA 282 s °+'ONE 1 4-,57 8-9600 License Certificate I certify under penalty of perjury under the laws of the State of California that the following is true and correct: CSLB: a h lam""", 747612-A A CONTRACTORS STATE LICENSE BOARD Jeff Galterio, Assistant Secretary Consumers Licensees Applicants 01 SULLY •MILLER CONTRACTING CMWANY 135 SOUTH STATE COLLEGE BLVD SUITE400 BREA, CA92821 Business Phone Number:(714j 578-9600 Entity Corporation Issue Date 03; 30;`1998 Expire Date 0313112026 This license is current and active. All information below should be reviewed. CiasSif Cafions A - GENERAL ENGINEERING CERTWICATE OF INCUMBENCY AND RESOLUTION I, Anthony L. Martino, II, do hereby certify that I am the Secretary of Sully -Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute books of said corporation. And I do hereby further certify that the following persons are duly elected officers of said corporation. TITLE Chairman Of The Board President Vice President, CFO, Treasurer and Assistant Secretary Vice President and Assistant Secretary Secretary Assistant Secretary Assistant Secretary NAME Marcus Leavitt William Joseph Thomas Boyd Jae Won Scott Bottomley Anthony L. Martino, lI Jeff Galterio Mark Pachura I further certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said Company at a meeting held on December 14, 2023, and that this resolution has not been in any way rescinded, annulled, or revoked but the same is stilt in full force and effect: BID TENDERS: GENERAL RESOLVED, that any officer of the Corporation be and they hereby are authorized in the name and on behalf of the Corporation, under its corporate seal or otherwise (i) to prepare proposals and bids for the supplying of construction materials and the performance by itself or in joint venture, of work of whatsoever nature in connection with the construction or paving of highways, roads and airports and in connection with earthworks and civil engineering projects of all kinds, together with all work incidental thereto, (ii) to execute and submit any and all such proposals and bids to any governmental authority, instrumentality, or agency of the United States, its several states, territories and possessions, including without limitation, any municipality or other political or corporate subdivision thereof, and to any corporation, partnership, sole proprietorship, or other business entity, (iii) in connection with any such submission, to deliver bid deposits or bonds as may be required and (iv) to execute and deliver definitive agreements binding the Corporation to perform work in accordance with any proposals and bids authorized hereby. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 8th day of April 2024. } ` " By: Or (SEAL) Antho . Martino, II Secretary Sully -Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 DIRState of California Department of Industrial Relations Contractor Information Legal Entity Name SULLY -MILLER CONTRACTING COMPANY Legal Entity Type Corporation Status Active Registration Number 1000003664 Registration effective date 7/1/2022 Registration expiration date 6/30/2024 Mailing Address 135 5 STATE COLLEGE BLVD, SUITE #400 BREA, CA 92821 Physical Address 135 S STATE COLLEGE BLVD, SUITE #400 BREA, CA 92821 Email Address bids@sully-miller.com Trade Name/DBA License Number (s) CSLB-747612 BIDDER'S QUESTIONNAIRE Bid #CIP-23-24-M0153O1) 2023-24 Annual Overlay D Project City Project No, M0153 City of Santa Clarita, California 1. Submitted by: sully -Roller contracting company Telephone: 719 . 578. 9600 Principal office Address: 135, S State College Blvd 2. Type of Firm: ® C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC 0 Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp LJ Limited Liability Company "P" Partnership ❑ other Suite 400. Brea CA 92821 3a. If a corporation, answer these questions: Date of Incorporation: 6.16.1997 State of Incorporation: Delaware President's Name: William J.T. BoVd. Vice -President's Name: See attached Certificate of Incumbency and Resolution Secretary or Clerk's Name: Treasurer's Name: 3 artnership, answer these questions: Date of organization: Name of all partners holding more than a Designate which are General or Managing Partners. organized in: t: CERTIFICATE OF INCUMBENCY AND RESOLUTION 1, Anthony L. Martino, 11, do hereby certify that I am the Secretary of Sully -Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute books of said corporation. And I do hereby further certify that the following persons are duly elected officers of said corporation. TITLE Chairman Of The Board President Vice President, CFO, Treasurer and Assistant Secretary Vice President and Assistant Secretary Secretary Assistant Secretary Assistant Secretary NAME Marcus Leavitt William Joseph Thomas Boyd Jae Won Scott Bottomley Anthony L. Martino, II Jeff Galterio Mark Pachura I further certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said Company at a meeting held on December 14, 2023, and that this resolution has not been in any way rescinded, annulled, or revoked but the same is still in full force and effect: BID TENDERS: GENERAL RESOLVED, that any officer of the Corporation be and they hereby are authorized in the name and on behalf of the Corporation, under its corporate seal or otherwise (i) to prepare proposals and bids for the supplying of construction materials and the performance by itself or in joint venture, of work of whatsoever nature in connection with the construction or paving of highways, roads and airports and in connection with earthworks and civil engineering projects of all kinds, together with all work incidental thereto, (ii) to execute and submit any and all such proposals and bids to any governmental authority, instrumentality, or agency of the United States, its several states, territories and possessions, including without limitation, any municipality or other political or corporate subdivision thereof, and to any corporation, partnership, sole proprietorship, or other business entity, (iii) in connection with any such submission, to deliver bid deposits or bonds as may be required and (iv) to execute and deliver definitive agreements binding the Corporation to perform work in accordance with any proposals and bids authorized hereby. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 8th day of April 2024. By: (SEAL) Antha . Martino, II Secretary Sully -Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 BIDDER'S QUESTIONNAIRE cont'd Bid #CIP-23-24-M01530D 2023-24 Annual Overlay D Project City Project No. M0153 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: William J . T . Boyd License number: 747612 Class: A Expiration Date: 3 . 31 . 2 6 D.I.R. Registration 1000003664 5. CONTRACTOR's Representative: Jeff Galterio Title: Assistant Secretary Alternate: Anthony Lino Title: Pre —Construction Manaqer 6. List the major construction projects your organization has in progress as of this date: A. Owner: Please see attached List of Active Projects Project Location: Type of Project: _ B. Owner: Project Location: Type of Project: _ C. Owner: Project Location: Type of Project: _ i � O < V m' at OO g r [.Z-- F? 9 R'g 9 $ S TY: ��---- - Y"r- x,• Y;7T, Y_ F_Z"Z yIy- -I - nR d��d fN1@4 Vid 1 I Mum N%9d AL dddMS -- T f Y A Y Y z >- Y > f Y Y z Y T Z Y Y i T al�nu°]6l L-®V f Y Y'T a uappgn5 zlz z.z z z z z z z1a1 z z! z z ziz z0 z�z z z Z z z z z z z z z z a aenn zz z z z z zz z1 z zHzzzzazz Y z z > z z z z z z z z T z z z z z z z z z .31"s ca v vI� of s v ♦ v v r <v v LL v wNm a c a ac a� ac a `" Oj oo G�� a'O o Y oo 4� alv G R rr.t_11 Oa sQ aaii o o m _ m N fY 1 1m° b N o m b m N 8 Vs vYi O N N U N 1� wi ry 6 � rli Y b Y� N W 4Y {V N 0: O qq n 9 w. E ° e e r ° p JU.> 3 3 In 4 m a �' �'� Y 44 22 EK � 2q < 3 < 3 3 III Q 3 3 < 1 3 4< �3 Q 3 a E � E P E E 3 E E p E m E E u°p� C7 Q 'v gig �YS UP gal A 8 �L @ lei [> u u' u UU O Y == g$ tg a qq g c o a c s c gF O i E a� a Ea mn z E a ifl °ceo rc4a F ''rii .rem o^ z 315 S2 a v �q " < !m 3z Q �v ale a�c m� oz°. > rco �� °' B x o a t3�'e oc.p `oa u wu �$ nz� i �z5'� u _0 ` 40 ooxo ooa � LL oaa o 9j s a EONo°� _ � E&a a= zn ° $�Q be �wrc u QY g� Fgh2g ¢ ❑�apntx°U ES�c.a 53�p <w o�`-g"V Tm �.4o i+a 'c�ry PE LL cV-Pi�Vy En °ICYp 4E u$a'>an z— �p@rG`rvxE$3t`® [� d�g gif p �ry"ryz3n L udas �(]yy rvr �rE dr EEa� pp jn^o t �a 9 n y ��Sw EEw4 4f4 GmK 04«-a.s Cf r�LLOm' ta>K��noufLLK-o�r•S�a-OKiL O.S.O 0 O oa ltlOdiUQ��E 4A amRGaa"<auigr�OF-N� uc O g O_ O_ y u.� °a s s_ o � m m N N A W W 9 N HN ems ss ao z i—p II v v Z O no Hm llVV vrvi O m M �' p p p uo ��pp o n OO -nMs EIE -C < < < < << < < 4' < << < << 4 << 6 4 < < < < < 4 « < SULLY -MILLER CONTRACTING PI=PATTI IBARRA 31812024 PROJECT LIST -ACTIVE JOBS MK=MAVIS KNOX 7 OIRNO. JOEJOEP AGENCY JOB NAME l LOCATION EST. PM At.t SUPT. P.E. FOREMAN CONTRACT EST. EST. LL w 9` m u a z o a g g a c J n n S i COMMENTS N PM AMOUNT START FINISH a FE p Vo, of Subs smNs :•MaM�n � 3-0.nua iG Co oL e, wrvn�. ACTIVE JOBS -PAGE 2 OF 2 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-M01530D 2023-24 Annual Overlay D 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. Sully —Miller Contracting Co. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DESIGNATION OF SUBCONTRACTORS Bid # CIP-23-24-MO1530D 2023-24 Annual Overby D 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 X of I percent, or $10,000 (whichever Is greater) of the prime contractor's total bid, If no Subcontractors will be used fill out the form with NA. Add addt, sheets If needed. Subcontractor DIR Registration No.* Dollar Value of Work r. 1 D Location and Place Business Riv&r ijk Bid Schedule Item Nos: 113, 23-3y, AI+ tS 30 Description of Work License No. Exp. Date: / one ( ) 7-2-(�3-31-Z4 7,31-1012 Subcontractor DIR Registration No.* dollar Value of Work Location and Place of Busi ss Bid Schedull�e�Item D scrlption of Work� /No's: 7— ? r' AL4 + g J ,� C A t.(, *W, License No. Exp. Date: / / Phone { } .51a93:'g I 06-w-ems' Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of BusinLIss Bid Schedule Item No's: Description of Work Jq-►q 41 License No. Exp. Da t / /�/} Phone ( } NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed In a bid proposal, subject to the requirements of Sectlon 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 172S.S of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter I (commencing with section 1720) of the California Labor Code, DESIGNATION OIL SUBCONTRACTORS Bid # CIP-23-24.-MO1530D 2023-24 Annual Overlay D Project City Project No, MOIS3 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 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 addt. sheets If needed. €{bco tractor a � rvrwc:� Q.i►.� SSicota/ DIR Registration No.* Dollar Value of Work - 1 Dao 377l 30. D47G . Da Location and Plac f usiness X4_ AYX& Bid Schedule Ite[m►/��No's: Description of Work �Jy� /g License No. Exp. Date: / / I Phone ( y 7 f 3*7 0Al- 340 I'14--/3se Sjjbcontcactor ,d• t D1R Registration No.* Dollar Value of Work Location and Place of Business 5t* tj,�, Bid Schedule Item No's: Description of Work 10 P 4U, License No. Exp. Date: J / ne ( ) I,W511f 03--31-2( GA97-7AI�-Vba;7 Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item Nc's: Description of Work License No. lxp, Date: / / Phone ( j NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage In the performance of any contract for public work, as defined In this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that Is authorized by section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER Is registered to perform public work pursuant to Section 1725.5 ofthe LaborCode 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 #C]P-23-24-MO1530D 2023-24 Annual Overlay D Project City Project No. M0153 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1 Please see attached list of references Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: Please see attached Suretv/Insurance Information Sheet i Project Experience FAT"fini'l SULLY —MILLER CONTRACTING CO. A COLAS COMPANY CONTRACUNG CO.Project Experience V � aw Project Full Name > Construction on State Highway Route 15 from Oak Hill Rd. toBear Valley! Route 210 ADA Curb Ramp Upgrade Project LA County from the Sunland Blvd. crossing Project Location San Bernardino County CA (Tujunga CA) to Baseline Rd. crossing (Upland CA Project Owner CALTRANS CALTRANS Contact Name John Santos Jahn Santos Contact Role/ Position Project Manager Project Manager Telephone (951) 538 - 5315 (951) 538 - 5315 Email john.santos6dWot.ca.gov Lo-h-n-.santosCcDdot.ca.gov Reaching a project boundary length of almost ten This 23-million-dollar project wasn't just a "run of miles, the amount of unique worked that is the mill" construction project, this project was a required by this project is on an immense scale. design -build project that required all of the curb The scope of work consists of scheduling; ramps on the on/off ramps and frontage roads mobilization and demobilization; traffic control; along the 210 freeway to be reconstructed to temporary barricade and fencing placement; comply with current ADA standard codes. The temporary and permanent striping/marking; project limits extended a total of approximately 41 temporary crash cushion installation; landscaping miles that begun 1.4 miles west of the Sunland that included clear and grubbing, roadside Boulevard undercrossing and ended just 0.1 miles Project clearing and over two million square feet of east of the Baseline Road undercrossing. The Description hydroseeding; over 110,000 cubic yards of projects scope of work consisted of upgrading 264 aggregate base placement; cold milling; HMA ADA curb ramps, installation of accessible application; concrete work which included pedestrian signal systems, and the installation of flatwork, curb and gutters, and sidewalks; pedestrian countdown timers. This project, due to striping/marking; electrical work that involved its vast length along the 41 mile stretch of the 210 signal construction, ramp metering construction, freeway, creates unique challenges that are and lighting system installation; as well as a currently being overcome by the Sully -Miller considerable amount of underground work such team's resilience and desire to challenge the as pipe culvert construction, pipe and down drain ordinary. construction, and pipe liner application. Start Date November 2021 January 2022 End Date Est. December 2024 Est. January 2024 Contract Amount $ 121,672,000 $ 23,680,000 Sully-MillerContractingCompany 1135SState College Boulevard, Suite 4001 Brea,CA92821 1 714.578.96001 info@sully-miller.com I sully-miller.com M SULLY -MILLER CONTRProject Experience ACCWG CO. Project Location Project Owner Contact Name Contact Rolef Position Telephone Email Project Description Start Date End Date Contract Amount oil r- _. 2020 Overlay and Resurfacing Spring Valley Lak ADA ProgramOverlay Spring Valley Lake, CA Thousand Oaks, CA City of Thousand Oaks County of San Bernardino Michelle McCarty Joseph Schweitzer Project Manager Supervising Engineer (805) 449 — 2477 (909) 387 — 7936 mmcartV(@toaks.orq joseph.shweitzeradpw.sbcountV.qov This almost $13 million dollar job was for Thousand Oaks' annual pavement rehabilitation program. This project's boundaries covered an The Spring Valley Lake project was a vast -scale extremely large area, just over 63 square miles, project that required the cold milling and re -paving which presented a unique challenge for overall of over 120 separate locations within a 2.25 construction planning. The scope of work for this square mile project boundary. The project's scope project covered a majority of cold milling and hot of work included minor concrete work (such as mix asphalt and rubberized hot mix asphalt ADA curb ramp, curb and gutter, spandrel, paving, but also included an enormous amount of driveway and retaining curb construction), cold full section removal and replace (almost 142,000 milling (over 2,000,000 square feet worth), square feet), the removal and replacement of over grading, placing asphalt concrete (including 200 curb ramps, over 8,000,000 square feet of asphalt rubberized hot mix), utility adjustment and crack seal application, a large quantity of striping/marking work. microsurfacinglslurry seal, utility adjusting, striping/marking and some. May 2020 September 2019 December 2020 April 2020 $ 12,995,708 $ 12,448,000 Sully -Miller Contracting Company I 13 S S State College Boulevard, Suite 400 I Brea, CA 92821 1 714.578.9600 1 infor�Dsully-miiler.com I sully-miller.com MEW sULYt�PE Proect'ExpariancecoNT��NG Co.J J w � -L N 7 Project Location Ca talc, CA Compton, CA Project Owner Los Angeles County Department of Public Works City of Compton Contact Name Victorio Monteil John Strickland Contact Role/ Position Project Manager Project Manager Telephone (626) 300 — 3267 (310) 605 — 5505 Email vmonteiB(d)dpw.lacounty.gav jstricklandp_comptoncity. orq This project consists of the design and construction of a Sheriffs Department Emergency Vehicle Operation Center (EVOC) which will be used to train Sheriffs personnel on safe operation of vehicles operated at high speed and on normal stretching over seven miles in three separate city streets. It includes a 5,000 square foot locations, the second phase of Compton's classroom building with offices, locker rooms, reconstruction project was completed with a heavy storage, a kitchenette, and restroom facilities, a 44 amount of materials and man -power. The scope of acre high-speed track, with pursuit track area, a work for this job encompassed cold milling and Project skid pan for training personnel on how to operate pavement overlay, base application, full depth Description vehicles in slippery road conditions and a collision reconstruction, concrete construction (curb and avoidance track to practice avoiding other vehicle gutter, sidewalks, driveways, cross gutters, alley or objects in emergency situations. There is also intersections, and curb ramps), pavement a training vehicle parking lot, as well as a separate striping/marking, utility adjusting and traffic loop employee and class attendee parking lot. The installation. itemized scope of work includes the design and construction of grading, base and asphalt concrete construction, civil construction work, structural work, electrical, underground firelwater system construction, demolition and landscaping. Start Date March 2020 October 2021 End Date February 2022 Est. July 2022 Contract Amount $ 10,790,000 $ 6,465,000 Sully -Miller Contracting Company 1 13S SState College Boulevard, Suite 400 1 Brea,CA92821 1 714.578.96001 info0sully-miller.com I sully-miller.com MULD stY�MR Project Experience jA 2020 Spring Pavement Management Program 2018-19 Overlay Project A Project Full Name > Project Location Lancaster, CA Santa Clarita, CA Project Owner City of Lancaster City of Santa Clarita Contact Name Vickie Zhao Julia Regan Contact Role/ Position Assistant Engineer Project Manager Telephone (661) 945 — 6869 (661) 255 — 4301 Email vzhao(@cityoflancasterca.org iregan(bsanta-clarita.com Totaling to a distance of over four miles, this project not only included the rehabilitation of almost a one -mile portion of two-lane arterials, but With a proposal plan of a base bid and seven also encompassed the reconstruction of over three alternates, the shear breadth of the Santa Clarita miles of 101h Street West in Lancaster CA, which is one of Lancaster's largest arterial roadways. annual overlay project had its initial challenging Sitting at six lanes wide, the reconstruction called elements. Not only did the scope of work include Project for a mass amount of hot mix asphalt concrete, general key -cut grinding, cold planning and overlay Description over 12,000 tons, and asphalt rubber hat mix of various hat mix asphalts, but there was also a concrete, over 13,000 tons. However, this project significant amount of full depth removal and did not only include the planning and paving of replace, as well as utility adjusting, traffic loop asphalt, the scope of work also included curb ramp installation, striping/marking and some minor reconstruction, minor electrical work, slurry seal concrete work. application, aggregate base application, and signing, striping, and marking. Start Date September 2020 July 2019 End Date December 2020 December 2019 Contract Amount $ 6,252,000 $ 4,480,399 Sully-WerContracting Company I 1 3S SStateColIege Boulevard, Suite 400 ] Brea, CA92821 1 714.578.9600 I info@suIly-miller.com I sully-miIler.com MIM SULLY-MILLER Project Experience �4NTW1C[1NG CD. 6� M1 •_ ar ,F Yy Project Location • Lynwood, CA Santa Fe Springs, CA Project Owner City of Lynwood City of Santa Fe Springs Contact Name Noe Martinez Robert Garcia Contact Dole/ Position Public Works Assistant Associate Civil Engineer Telephone (310) 603 — 0220 (562) 868 — 0511 Email nmartinez Cblynwood.ca.us robert.garcia(bDsantafesprings.org At just over a mile long and exiting in a location With a job location spanning overfive square miles within a heavy industry district in Santa Fe Springs, in six different unique locations, this project proved Greenstone Avenue needed an overhaul to say to have challenging aspects not only from its the least. The full scope of work included with this location, but also with its broad scope of work. This project was cold milling of asphalt concrete, job included level work such as street resurfacing, applying a new layer of asphalt rubber hot mix Project various types of concrete work, traffic signing and asphalt, application of roller compacted concrete, Description striping; as well as underground work at the utility adjustment, signing, striping and the various locations, which incorporated sanitary construction of PCC curb and gutters, curb ramps, sewer system repairs {with CIPP lining}, new driveways, cross gutters and sidewalks. The city of water mainline installation including the service Santa Fe Springs provided an offsite (yet close to laterals, smart metes, fire hydrants and the jobsite) lot that contained a mobile asphalt appurtenances. plant to induct and mix the materials needed for the roller compacted concrete, which was then transported to the job site. Start Date October 2020 June 2019 End Date February 2021 January 2020 Contract Amount $ 3,468,000 $ 3,444,361 Sully-MiIIerContractingCompany1135SState CoIlegeBoulevard,Suite400I Brea, CA92821 1 714.578.96001 info@sully-miIIer.com I sully-miIler.com m "�'=° CO.project Experience i Project Location Inglewood, CA Reseda, CA Project Owner City of Inglewood City of Los Angeles Contact Name Hunter Nguyen Courtney Luc Contact Role/ Position Associate Engineer Project Manager Telephone (310) 412 — 5333 (213) 847 — 2354 Email hhunter(ftityofinglewood.org courtnev.luc(a)_lacity.org Located directly off of Prairie Avenue sits the At just under a mile, this four lane arterial required Forum, an iconic entertainment venue, and the (at more than just a standard grind and overlay. On the time) currently under construction Sofi top of the cold planning, hot mix asphalt Stadium. Both of which bring heavy traffic to this placement, base application and minor concrete two mile stretch of a six lane arterial. The scope of work, this job's scope of work also included, traffic Project work for this improvement project included signal construction/relocation, minor electrical Description surveying, traffic control, over 500,000 square feet work, utility adjustment and a large amount of of cold planning, construction of hot mix asphalt beautification work. The beautification work and asphalt rubber hot mix, placement of base encompassed the construction of tree wells, tree material, almost 1000 cubic yards worth of planting, mulch placement, top soil furnishing, concrete improvements, utility adjustment, almost 10,000 square feet of landscaping and the signing, striping, and traffic loop restoration. application of cobblestone. Start Date February 2020 April 2020 End Date .July 2020 May 2021 • Contract Amount $ 3,258,000 $ 2,623,000 Sully -Miller Contracting Company 1 135SStateCollegeBoulevard,Suite4001 Brea,CA92821 1 714.578.96001 info@sully-miller.eom I sully-miller.com MEO SLtLLY-MT1.IF.V Project Experience CDNTRACT[NG Co. . � coMow Project Location Boron, CA Palmdale, CA Project Owner County of Kern City of Palmdale Contact Name Michelle Burns-Lusich Marc Zuber Contact Role/ Position Public Works Manager Public Works Project Manager Telephone (661) 882 — 8861 (661) 267 — 5300 Email burns-lusich(cDkerncounty.com mzuber(a)cityofpalmdale.orq To preserve the historical significance of the Twenty Mule Team Road, where a majority of the work for this project had been done, constructing and/or reconstructing the pedestrian pathways This project called for a mass amount of pavement and the asphalt of the road itself was completed to be cold planed and repaved, over one million with much care and respect. Adding up to almost square feet, and required a polymer modified Project four miles in distance, the job itself had notable asphalt concrete instead of conventional hot mix Description concrete and asphalt quantities for a two-lane asphalt or rubberized hot mix asphalt. This project road, consisting of over 1000 cubic yards of also included surveying, striping, marking, utility Portland cement concrete and over 5000 tons of adjusting, and traffic control within its scope of asphalt cement. The complete scope of work for work. this project included constructing Class 1 bike paths, multi -use paths, sidewalks, curbs, gutters, curb ramps, drive approaches and paving hot mix asphalt concrete. Start Date May 2020 July 2021 End Date November 2020 August 2021 _ Contract Amount $ 2,536,331 $ 2,067,000 Sully-MillerContracting Cam pany I 135SState Cal leg e6ouIevard,Suite 400J Brea, CA92821 J 714.578.96001 infoC&sully-miller.com I sully-miIIer.com SILLY -MILLER CONTRACTING NG CO. Lj'c&n5- 747612A 135 S. State Coollege B,Ivcl., STE. 400 * Brea, LA 92821 t PHONE 7 ) 4-578-9600 The Following are the names, addresses, and telephone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds: Agent for Surety: Willis Risk & Insurance Services 2010 Main Street, Suite 1050 Irvine, CA 92614 Phone 949/885-1206 FAX 949/885-1225 Contact: Victoria Campbell Surety : Liberty Mutual Insurance Co. 8044 Montgomery Road Suite #137 Cincinnati, OH 45236 Phone 513/984-2222 X 321 FAX 513/984-3165 Contact: Kelley Brown Surety: Berkshire Hathaway Specialty Insurance 1314 Douglas Street Omaha, NE 68102 Phone 770/625-2509 Contact: D.J. Conroy Insurance: Liberty Mutual Group 1133 Avenue of America New York, NY 10036 Phone 800/227-9887 Ext 443 FAX 2121391-1954 Insurance: Marsh USA 445 South Street Suite 210 Morristown, NJ 07962 Phone 973/401-5151 FAX 973/401-5045 Contact: Anton Schmitt IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CIP-23-24-M01530D 2023-24 Annual Overlay D Project 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 etseq.) is true and correct: E3 Proposer is not: 0) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. 11 Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. © The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of California. Contractor Sully -Miller Contracting Company Firm April 9, 2024 Date A.N AmA ' Jeff Galterio, Assistant Secretary Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT Not Applicable BIDDER'S BOND Bid #CiP-23-24-M01530D 2023-24 Annual Overlay D Project City Project No. M0153 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10✓) of the total amount of the bid. The proceeds of this check shall become the property of said CITY provided this Proposal shall be accepted by said CITY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: 2023-24 Annual Overlay D Project Bid No. CIP-23-24-MO1530D Project No. M0153 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. PROPOSAL GUARANTEE BID BOND Bid #CIP-23-24-M01530D 2023-24 Annual Overlay D Project City Project No. M0153 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that Sully -Miller Contracting Company as BIDDER, and Liberty Mutual Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of Ten Percent* dollars ($ 10% ), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. *of the total amount bid THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 4th Day of April ZO 24 CONTRACTOR: SURETY*: Sully -Miller Contracting Company Legal Name of Bidder 135 S State College Blvd., Ste 400, Brea, CA 92821 Bidder Address 714-578-9600 33-0787630 Telephone Number Federal Tax I.D. No. Liberty Mutual Insurance Company A I Name Victoria M. Campbell, 714-578-9600 Sarah.Keith@libertymutual.com Phone Number and Email 8044 Montgomery Rd., Ste 150E, Cincinnati, OH 45236 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current fist (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Surety signatures must be notarized prior to submittal, CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 �r.�=rc=cc�.c�[".crc�.rrs=fc-rc-rcrrrt-r.�-rc=�^.c�cc�C.rcc,rccr,�=rcr,�-r.�=r;�-c�.carc=C.�=rcif'.c�f'.c�C`.i-crcc-e�.i=�rc�".c�'�rrn^,f-c�rc�trc.rr�e`,r-fi� A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange } On April O9, 2024 before me, Date personally appeared Monica Baldacci, Notary Public Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. , . a- _00",c MONICA MARIE BALDACCI COMMISSION #2447801 a •"`�` m Notary Public - California Z ORANGE COUNTY v My Commission Expires MAY 25, 2027 i certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. � '37 Signature Signature of Notary Public Monica Baldacci, Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: April 4, 2024 Number of Pages: 1 Signer's) Other Than Named Above: Capacity(ies) Claimed by Signer(a) Signer's Name: Jeff Galterio Signer's Name: IN Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contracting Company 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On A P R 0 4 2024 Date personally appeared before me, L. Clark, Notary Public Here Insert Name and Title of the Officer Victoria M. Campbell Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that +Te/shelthey- executed the same in hji ;/herfteir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. L. CLARK WITNESS my hand and official seal. Notary Public - California Z_ Los Commission es Country Commission fl 2338y30 My Comm. ExpiresNow28.2024 J Signature - Signature of Notary Public Place Notary Sea! Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: APR 0 4 nn Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) (tern #5907 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company SURETY POWER OF ATTORNEY Certificate No: 8205201-971932 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duty organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Klioi Tian-, Victoria M. Campbell all of the city of Los Angeles state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5th day of April 2021 Liberty Mutual Insurance Company P4 inisu� a��x INS&�p� lxsugq The Ohio Casualty Insurance Company �J 4oRP°�vr tin y`} oo�POlZ9r�y GQ'ooRP°'R5r y� West American Insurance Company LU 1912 a p 1919 n 1991 0 rt�TA+D*iFda By: ca David M. Carey, Assistant Secretary cu State of PENNSYLVANIA v � County of MONTGOMERY ss 74:)s On this 5th day of April 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o iE Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes �::' therein contained by signing on behalf of the corporations by himself as a duly authorized officer. v ca IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. ut t� p Commonwealth of Pennsylvania Notary Sea[ Teresa Pa5oNotary Public N O Montgomery Mom % 6 expires Marc My commission expires h 28, 2025 By• C Commission number 1126044 _ Member. Pennsylvania Association of Netauee Teresa Pastella, Notary Public >� This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance E• Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: -21 ARTICLE IV —OFFICERS: Section 12. Power of Attorney. o Any officer or other official of the Corporation authorized far that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President -0 may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full o power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall Z be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 4th day of April 2024 . 1'11 INS+& ;y 1NSIJ.0 aPGORPO�4 QQr oi`l¢o°�`p°r�r `9y IGP o°F�°RgrRy� 1912 Q 1919 n LU 1991}� o B. d� ssacwus� da y0a Haxl2sa '�S �N61jANP �a y Renee C. Llewellyn,Assistant Secrets IY LMS-12873 LMIC OCIC WAIL Multi Co 42P21 d V R1 ■i 1 NON -COLLUSION AFFIDAVIT =Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-23-24-M01530D 2023-24 Annual Overlay D 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 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-M01530D 2023-24 Annual Overlay D Project City Project No. M0153 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNPA ) COUNTY OF L ) ORANGE Jeff Galterio being first duly sworn deposes and says that he/she is the Assistant Secretary (sole owner, a partner, president, etc.) of Sully —Miller Contracting Company the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Ali Bidder: Signat Title Jeff Galterio, Assistant Secretary - O CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On April 09, 2024 before me, Monica Baldacci, Notary Public Date Here Insert Name and Title of the Officer personally appeared Jeff Galterio Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. MONICA MARIE BAf_DACCI COMMISSION #2447801 Notary Public - California ORANGE COUNTY G My Commission Expires MAY 25, 2027 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. v�Signature's Signature of Notary Public Monica Baldacci, Notary Public Place Notary Seat Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Non -Collusion Affidavit Document Date: April 9 2024 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeff Galterio Signer's Name: X Corporate Officer — Title(s): Assistant Secretary❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Sully -Miller Contracting Company @2014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 BALDACCI, Monica (SBREA) From: TrackingUpdates@fedex.com Sent: Friday, April 12, 2024 9:56 AM To: BALDACCI, Monica (SBREA) Subject: FeclEx Shipment 775916812990: Your package has been delivered Warning : Message sent from Internet with visible sender address not matching real one bounce@nds.fedex.com Do not click on the links or attachments unless you are sure of the sender's address. Hi. Your package was delivered Fri, 04/12/2024 at 9:47am. 0 Delivered to 23920 VALENCIA BLVD 120, Santa Clarita, CA 91355 Received by O.MARCO OBTAIN PROOF OF DELIVERY How was your delivery ? 1 191 El a 191 R1 TRACKING NUMBER FROM TO DEPARTMENT NUMBER PURCHASE ORDER NUMBER SHIP DATE DELIVERED TO PACKAGING TYPE ORIGIN DESTINATION SPECIAL HANDLING NUMBER OF PIECES TOTAL SHIPMENT WEIGHT SERVICE TYPE 775916812990 Jessica Daniels 135 S. State College Blvd Suite 400 Brea, CA, US, 92821 City of Santa Clarita Purchasing 23920 Valencia Blvd. Ste. 120 Santa Clarita, CA, US, 91355 ESTIMATING 100783.72140,80 Thu 4/11/2024 03:06 PM Receptionist/Front Desk FedEx Envelope Brea, CA, US, 92821 Santa Clarita, CA, US, 91355 Deliver Weekday 1 0.50 LB FedEx Priority Overnight ►7 x FOLLOW FEDEx FedEx Delivery Manager® puts you in control Enroll for free and get more visibility and control for your deliveries from start to finish. And if you need to make a return, our network of 10,000+ locations makes drop off easy. ENROLL NOW 191 F19. 191191 F0 -1 FE -191 Ep- Please do not respond to this message. This email was sent from an unattended mailbox. This report was generated at approximately 11:55 AM CDT 04/1212024. All weights are estimated. To track the latest status of your shipment, click on the tracking number above. Standard transit is the date and time the package is scheduled to be delivered by, based on the selected service, destination and ship date. Limitations and exceptions may apply. Please see the FedEx Service Guide for terms and conditions of service, including the FedEx Money -Back Guarantee, or contact your FedEx Customer Support representative. O 2024 Federal Express Corporation. The content of this message is protected by copyright and trademark laws under U.S. and international law. Review our privacy policy. All rights reserved. Thank you for your business. 3 Address Information Ship to: Purchasing City of Santa Clarita 23920 Valencia Blvd. Ste. 120 Santa Clarita, CA 91355 US 6612554936 Shipment Receipt Ship from: Jessica Daniels 135 S. State College Blvd Suite 400 Brea, CA 92821 US 7145789600 Shipment Information: Tracking no.: 775916812990 Ship date: 04/ 11 /2024 Estimated shipping charges: 16.73 USD Package Information Pricing option: FedEx Standard Rate Service type: Priority Overnight Package type: FedEx Envelope Number of packages: 1 Total weight: 1 LB S Declared Value: 0.00 USD Special Services: Pickup/Drop-off: Use an already scheduled pickup at my location Billing Information: Bill transportation to: Shipping Admin-473 Your reference: P.O. no.: 100783.72140.80 Invoice no.: Department no.: ESTIMATING Thank you for shipping online with FedEx ShipManager at fedex.com, Please Note FedEx will not be responsible for any claim in excess of $100 per package, whether the result of loss, damage, delay, non -delivery, misdelivery, or misinformation, unless you declare a higher value, pay an additional charge, document your actual loss and file a timely claim. Limitations found in the current FedEx Service Guide apply. Your right to recover from FedEx for any loss, including intrinsic value of the package, tars of sales„ income interest, profit, attorney's fees, costs, and other forms of damage whether direct, incidental, consequential, or special Is limited to the greater of $100 or the authorized declared value. Recovery cannot exceed actual documented loss. Maximum for items of extraordinary value is $1000, e.g., jewelry, precious metals, negotiable instruments and other items listed in our Service Guide. Written claims must be filed within strict time limits; Consult the applicable FedEx Service Guide for details. The estimated shipping charge may be different than the actual charges for your shipment. Differences may occur based on actual weight, dimensions, and other factors. Consult the applicable FedEx Service Guide or the FedEx Rate Sheets for details on how shipping charges are calculated. Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program CITY OF SANTA CLARITA w• " _ a.--�.._ fir...--..����; � -« .. .. .r 6 Proposal Response File # CIP-23-24-M0153 1 04.23.2024 P S 0 M A S Balancing the Natural and Built Environment April 23, 2024 City of Santa Clarita 23920 Valencia Boulevard Suite 300 Santa Clarita, CA 91355 Mariela Delgado 661.286.4066 mdelgado(a)santa-clarita.com Subject: Proposal Response File I Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program I CIP-23-24-M0153; City Project #M0153 Dear Ms. Delgado: As a part of the Southern California community for over 78 years, Psomas has proven to be a reliable and valuable partner to many municipalities. We look forward to developing a more dynamic supportive relationship with the City of Santa Clarita in its execution of the Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program We feel that our demonstrated experience and qualifications could be an asset to the City's staff and citizens, so we sincerely appreciate your consideration. If selected for this 2023-24 Annual Overlay and Slurry Seal Program, the Psomas Survey group will strive to exceed the City's expectations while delivering consistent quality for all stakeholders. This proposal and all conditions contained within are valid for a period of 90 days. If you have any questions regarding this proposal, please do not hesitate to contact me directly at 213.223.1566 or daniel.raheOpsomas.com. Sincerely, PS O M/AS �r.If1�..cr Daniel Rahe, PLS Vice President/Contract Manager/Principal-in-Charge 213.223.1566 daniel.rahena psomas.com 27220 Turnberry Lane, Suite 190 Valencia, CA 91355 Tel 661.219.6000 www.Psomas.com COVER LETTER INTRODUCTION 1 3 QUALIFICATIONS OF FIRM AND ASSIGNED STAFF a WORK STATEMENT 12 SCHEDULE 12 COST FILE (TO BE SUBMITTED SEPARATELY) 15 STATEMENT OF OFFER AND SIGNATURE 16 APPENDIX Required Forms 0 17 Project Understanding The Psomas team understands that the City of Santa Clarita is soliciting the services of a certified professional Land Surveying firm who has experience with survey monuments on pavement preservation projects. All work under this contract will comply with the latest edition of Public Works Construction Green Book. We will work closely with the City's Project Manager and staff to successfully complete the project, protect the interest of the City, and meet the anticipated construction schedule (Winter 2024). The Psomas team will provide professional land surveying services consisting of all items of work necessary to complete survey monument preservation and restoration, as per the enclosed plans and specifications and in accordance with the latest edition of Public Works Construction Green Book. Project Objectives ► The Psomas team will research for maps, centerline ties, corner records, and any pertinent information which is needed for survey calculations for field locations of existing centerline monuments. ► Office calculations and setup for field recovery of existing centerline monuments ► Field survey for recovery and tie -outs of existing centerline monuments before street repairs. ► Office mapping, preparation, processing and recording of Records of Survey or separate Corner Records showing recovered centerline monumentation with tie -outs. ► Field survey to reset any lost centerline monumentation after street repairs. ► Office mapping, preparation, processing and rerecording of Records of Survey or separate Corner Records showing reset centerline monumentation with tie -outs ► Project management and coordination. Including but not limited to: Construction Coordination meetings, tracking and communication with City Staff and contractor before and after work on each location. The work to be performed by the Psomas team will be based on the procedures, guidelines, standards, and the code contained in the CALOSHA Construction Safety Orders, current edition; Standard Specifications of Public Works, Greenbook current edition; Standard Plans of Public Works, current edition; and exhibits provided by the City. In the following pages, we will discuss recommendations, actions, and procedures to accomplish the objects set forth above. The Psomas team is committed to providing high - quality work in a reasonable time -frame that meets all applicable regulations. The Psomas Project Manager will work closely with the City's Project Manager to coordinate this Project. The Psomas Project Manager will receive, coordinate, and transmit reports and documents to and from the City's Project Manager. The use of Eadoc construction management software will be the form of communication for all coordination and document control. 78 I00% YEARS EMPLOYEE OWNED EXPERIENCE ENRCalifornia TOP DESIGN FIRMS Psomas is No. 17 Overall Psomas is No. 1 in Surveying & Mapping Firm Profile Dramatic advances in technology have transformed the surveying profession. This technological explosion has produced some very real advantages: increased productivity, higher quality work products with more flexible functionality, and a broader array of services and creative solutions. From 3D laser scanning capabilities to FAA Certified Remote Pilots for small Unmanned Aerial Systems and subsurface utility detection services, Psomas brings a plethora of capabilities to this contract. Markets served include transportation, water, site development, and energy with the following surveying services offered: ► Subdivision Map Act Services ► Right of Way Engineering ► Photogrammetric Surveys ► Design Surveys ► Construction Survey and Staking ► Terrestrial and Mobile LiDAR Scanning ► Subsurface Utility Engineering (SUE) and Collection ► Geographic Information Systems (GIS) ► Asset Location and Management ► Aerial Mapping/Photogrammetry ► Small Unmanned Aerial System (sUAS)/Drones We are experienced at coordinating between multiple agencies and utilities. Psomas has received numerous repeat contracts for consecutive terms due to our team's ability to effectively oversee multiple assignments simultaneously and manage them to their successful completion. Named the largest surveying company in California by Engineering News -Record, Psomas has both the financial and local technical resources required to accomplish the work efficiently, effectively, and responsibly. The Psomas Team Organizational Chart QA/QC MANAGER Doug Howard, PLS PSOMAS Qualifications of Assigned Staff The Organization Chart illustrates the framework of our proposed key team members, identifying the lines of communication and staff roles. Our depth of available staff resources allow us to respond quickly to project demands. Resumes are for the proposed staff are included in the following pages. Psomas recognizes that the success of a project depends heavily on staff capabilities, effective project management, and communication. We assure you that the right talent and physical resources will be committed to every project. Each of the team members proposed has extensive experience and knowledge of the various components of this project. In the following pages, you will see why each individual is suited for the proposed role that has been indicated in the Organization Chart. City of Santa Clarita CONTRACT MANAGER/ PRINCIPAL -IN -CHARGE Daniel Rahe, PLS PROJECT MANAGERS Aaron Tillmanns, PLS Sean Logal, LSIT 28 FIELD CREWS IN SOUTHERN CALIFORNIA 190+ PROFESSIONAL STAFF COMPANY -WIDE PROJECT SURVEYORS AND CAD SUPPORT Daniel Rahe has 24 years of professional land surveying REGISTRATION experience on projects ranging in size from parking 2017/CA/Professional Land Surveyor/9425 garages to large master -planned communities. In his current role as Senior Project Surveyor, Dan is responsible for EDUCATION survey project management, agency and field survey coordination, proposal 2001/Coursework/ writing and estimating, as well as preparing tentative, final, and parcel maps. Political Science/ University of Northern Colorado Experience PROFESSIONAL AFFILIATIONS Via Princessa Park —Santa Clarita, CA: Project Manager for developing the Land Surveyors Via Princess Park Master Plan and related access studies. This project will Association of include three multi -purpose fields, field lighting shade components, optional California play structure and an educational component. Studies include a Measure EXPERIENCE W Feasibility Study, bank lining, pedestrian and vehicle access, and a creek With Psomas for 8 crossing solution. years; with otherfirms for 16 years Rancho Los Amigos National Rehabilitation Center Campus Renovation — Downey, CA: Project Manager for providing professional services for Rancho Los Amigos, a 187-acre campus, expanding from 40-acres to 70 acres, shifting 3,000 jobs, and accommodating various county services within one private campus. The campus also provides publicly accessible open space for the neighboring community and end -users. Psomas provided survey and civil engineering services on the Design -Build contract for Phase 1 of this campus development. Services included the construction of three new buildings, the realignment and improvement to the entry drive known as Leeds Street, stormwater quality treatment, and a large central public park. Additional survey services included construction staking for buildings, building additions, structural footings, wet and dry utilities, and finish grades. Colima Road Rehabilitation — Whittier, CA: Project Surveyor for the reconstruction of Colima Road between Mar Vista Street and Lambert Street, approximately 1.5 miles. Colima Road serves as a vital, four -lane arterial connecting the City of Whittier with the unincorporated area of Los Angeles. The project scope included pavement and curb ramp reconstruction and the addition of a bicycle lane within the roadbed. Various concrete repairs also involved sidewalk, curb and gutter, and driveway and cross -gutter. Psomas provided design and right-of-way survey services. Chaffey Community College District, Campuswide Design Survey — Rancho Cucamonga Campus and Chino Campus, CA: Project Manager providing campus -wide design survey services including aerial topographic survey map, boundary survey, encumbrance mapping, utility mapping, and accessibility design survey. DAN I EL RAH E, Newhall Ranch Road San Francisquito Bridge Widening —Santa Clarita, PLS CA: Project Surveyor for this bridge widening project.The project involved (continued) road construction, upgrading of existing drainage facilities, establishing new drainage facilities, staking sewer and water lines, staking for clean -out of dams, debris basins and spreading grounds, and monument preservation before and after construction. 5 Knolls (at Keystone) —Santa Clarita, CA: Project Surveyor responsible for design surveying services related to four major residential neighborhoods which involved overall backbone improvements, utilities, site grading. The project involved road construction, upgrading of existing drainage facilities, establishing new drainage facilities, staking sewer and water lines, staking for clean -out of dams, and debris basins and spreading grounds. California Department of General Services, Fairview Developmental Center —Costa Mesa, CA: Project Manager providing civil engineering and surveying services in support of DGS's evaluation of future uses of the facility. Scope of services included aerial topographic mapping, ALTA survey, record of survey, review of available record drawings, traffic studies, hydrology study, evaluation of projected demands and available capacity of existing facilities to serve them, and preparation of land use and infrastructure master plans. As part of the project, modeling of the proposed backbone domestic/fire and sanitary systems were completed. The sanitary sewer modeling used the Costa Mesa Sanitary District methodology. Playa Vista Parks — Marina del Rey, CA: Project Surveyor responsible for the construction staking of parks in this large master -planned community. The project involved road construction, upgrading of existing drainage facilities, establishing new drainage facilities, staking sewer and water lines, staking for clean -out of dams, and debris basins and spreading grounds. Los Angeles Unified School District, Vanalden Early Education Center —Tarzana, CA: Project Manager provided land surveying services for the facility that serves as a daycare center for those in the Los Angeles Unified School District, serving up to 115 children each. The Vanalden Early Education project includes limited design survey for underground utility locations. Psomas provided a survey map, streets right of way, easements, utility detection, several upgrades, and a color coded subsurface utility deliverable was provided to the client. Alameda Square Garage (ROW DTLA Parking Structure and Campus Development) — Los Angeles, CA: Senior Project Surveyor for professional services for this 10-level, 4,000-space parking structure to serve ROW DTLA, a mixed -use project that will be home to approximately two million square feet of buildings across 30 acres of gardens and walkable streets. Survey services included a survey map, boundary lines, delineation of plottable easements, horizontal location, topography, elevations, utilities, and square foot area within boundary lines. Psomas prepared parcel map exemption exhibit maps and legal descriptions as required for the lot line adjustment. Douglas Howard has 48 years of experience in surveying REGISTRATION and mapping. As QA/QC Manager at Psomas, he is 1989/CA/Professional Land Surveyor/6169 responsible for quality checks on major land surveying and mapping projects at Psomas. At Psomas, Douglas is one EDUCATION of our design/ALTA survey experts. He specializes in the preparation of 1986/BS/Land design surveys, topography surveys, aerial surveys, boundary surveys, utility Surveying and Photogrammetry/ surveys and Records of Survey. California State University, Fresno Experience PROFESSIONAL AFFILIATIONS Los Angeles World Airports, Los Angeles International Airport, Master California Land Plan Surveying (ConRac Site) — Los Angeles, CA: Survey Manager for Surveyors Association surveying services supporting the LAX master expansion plan including EXPERIENCE layout for terminal, taxiways, and utilities and establishment of horizontal and With Psomas for 37 vertical control to facilitate mapping and construction. As part of the master years; with otherfirms for 11 years plan surveying, Psomas provided a tentative map and encumbrance mapping of the green light project areas, including the proposed consolidated rental car facility. Barlow Hospital Apartments Subdivision — Los Angeles, CA: Project Surveyor for the Pine Barlow Small Lot Subdivision, part of the Barlow Hospital site, is a 19-acre project comprised of 600 residential units. Van Nuys Center at The Plant Van Nuys, CA: Survey Manager for subdivision of the 75-acre site. The former two million SF automobile manufacturing plant has been redeveloped into a mixed -use development that includes a multi -screen movie theater, a food court plaza, 356,000 SF of retail space, 600,000 SF for industrial uses, and a police station on five -acres. South Park Walkability Project Los Angeles, CA: Survey Manager for developing a Design Survey Base Map that noted the centerline and resultant street rights of way of the various streets established from found monumentation along with mapping of the sidewalks. Mapping included the location of all surface visible improvements, including driveway approaches. The street right of way was based on Los Angeles County Assessor's Maps and/or underlying maps of record. Metro (MTA) Civic Center— Culver City, CA: Survey Manager to participate in providing a design survey of city -owned property adjacent to the Metro line. This included boundary establishment, utility mapping, legal description preparation and easement plotting all in support of planned improvements. Aaron Tillmanns has 25 years of extensive field and REGISTRATION office experience in boundary/topography, ALTA and 2020/CA/Professional Land Surveyor/9584 right-of-way survey, tract maps and parcel maps, lot line adjustments, records of survey, and corner records. Aaron EXPERIENCE also has experience in project management, quality control, post processing With Psomasfor 1 of 3d scans, boundary establishment, easement preparation, drafting and years; with otherfirms for 24years construction support. Throughout his career he has served in various roles from drafter, chainman, party chief, project manager, drafting manager, to office survey supervisor. Experience Paradise Cove Specific Plan Malibu, CA: Project Manager for the drafting and design of this 68-acre mobile home community between the Pacific Ocean and Environmentally Sensitive Habitat Areas. The PCSP provides protection of ESHA resources while integrating development standards for new manufactured and mobile homes. Cienega Springs Ecological Reserve Boundary Line Staking — Sacramento, CA: Project Manager for assisting with providing the California Department of Fish and Wildlife (CDFW) with boundary line staking which will include the establishment and staking of the westerly boundary line of Cienega Springs Ecological Reserve. The work involves field and office support through utilizing the California Coordinate System (CCS83) as the horizontal datum. Psomas will establish and monument the adjoining tract, parcel, right-of-way, and rancho land maps per public record and the legal descriptions provided by CDFW. Annexation for the City of Chino — Chino, CA: Associate Land Surveyor for the City's land annexation. Services included acquiring and reviewing record maps (tract maps, parcel maps, and record of surveys) adjacent to the annexation boundary and selecting the most pertinent to create the annexation parcel. Services also included creating a Civil 3-D drawing containing record bearings and distances compiled from the maps. The parcel lines were rotated to one common Basis of Bearings, and the annexation parcel was then created from the adjacent parcel lines of record. Ballona Wetlands Los Angeles, CA: Surveyor prepared an ALTA survey for the 663-acre Ballona Wetlands. Services including resolving the boundary, plotted each easement affecting the property, and quality control. Aaron oversaw the setting of property corners and prepared the record of survey. PROFESSIONAL AFFILIATIONS California Land Surveyors Association, Los Angeles Chapter EXPERIENCE With Psomas for 24 years; with otherfirms for 14 years Sean Logal has over 35 years of experience in surveying and mapping. His experience has been balanced between positions in the field and office for both public institutions and private sector firms. Sean is familiar with the latest surveying technologies and is proficient working with multiple software programs, such as MicroStation and InRoads, AutoDesk Civil 3D, ESRI ArcGIS, Trimble Business Center, and Leica Cyclone and Topo II Suite of Scanning Software. He is currently involved with the daily management of the survey field crews as a senior project surveyor. Experience Altadena Lincoln Crossing — Glendale, CA: Project Surveyor provided construction staking for the sewer line on this project located along Lincoln Avenue from South of Crosby to North of Woodbury in Altadena. The services included rough grade stakes, building stakes, utility stakes, and fine grade stakes. Additional services included construction staking for the two driveways at the entrance to the parking garage, pothole locations for sewer line in Acacia Street, and manhole rim and invert elevations for the sewer line in Acacia Street. Pedestrian and Bicycle Safety Improvements — Ojai, CA: Project Surveyor responsible for organizing project research, ties notes, city provided information, and developing schedules to provide surveying of the centerline and right of way along Highway 150 and Hwy 33 in Ojai. Also responsible for developing a GPS control network extended from previous Caltrans work, and to execute topographical design surveys to supplement the existing data set provided for the project design team. Lost Canyon Road Bridge Widening Over the Sand Canyon Wash — Santa Clarita, CA: Project Surveyor for the roadway improvement design and hydrology/hydraulics of the structural design. The project reconstructed the bridge and adjacent roadways and intersections to provide wider lane and shoulder conditions as well as a multi -use pedestrian and bicycle path that created a safer route for students at the adjacent school. Whittaker- Bermite Site, Santa Clarita —Whitaker, CA: Project Manager for surveying services for the earthen berms at the Whittaker Bermite site. Tasks included locating and identifying earthen berm locations, topography collection to compile into an AutoCAD drawing, construction stakes for each berm location to assist the contractor, and then upon completion of grading S EAN LOGAL, modifications at each berm location preformed as built surveys at each of the LSIT ten locations. (continued) Inglewood Oil Fin' Inglewood, CA: Project Manager for annual ground movement surveys in and around the active oil field operation. High precision GPS/GNSS monitoring and Geodetic Leveling campaigns are performed annually to monitor 56 ground movement stations. InSAR satellite imagery surveys and LiDAR aerial mapping surveys are performed in conjunction with the field surveys. Annual observation reports are prepared for each ground monitoring survey campaign and delivered to a geotechnical team for further analysis. (07/2014 to 01/2015) -1 he Lot Formosa South Office Building —West Hollywood, CA: Project Surveyor provided construction survey and staking services for the Formosa South Building at The Lot Project, located at 1041 North Formosa Avenue in the City of West Hollywood. Services included survey control, B-Permit staking, shoring beam staking, mat slat rough grade staking, wet utility staking, dry utility staking, site grading, building floor control staking, and alternate shoring monitor. Pasadena City Hall Seismic Upgrade - Pasadena, CA: Project Manager responsible for the project management, client coordination, field coordination, and survey calculations necessary for the construction services. Psomas provided construction services for the installation of over two hundred two ton seismic isolators installed below the existing basement, grade beams connecting new basement, and the light well and moat system on the exterior of the existing City Hall. Pasadena School District, Solar Project- Pasadena, CA: Project Manager for surveying and utility detection services for the development of photovoltaic carport arrays on twenty eight Pasadena Unified School District (PUSD) school sites. Provided preparation and delivery of record boundaries, underground utility detection services, constraints and easement mapping, topographic design surveys, and collection and mapping of utility detection performed at each school site. Utility detection was performed over the area where the carport arrays were to be constructed and over the conduit design path to the point of connection. Morelos Del Sol Solar Facility — Lost Hills, CA: Project Manager for 20 MW solar site. Provided boundary surveying for fencing of site, staking for grading, volume surveys, topographic surveys for re -design of site layout, pile staking for solar arrays, inverter pad as-builts, and trench layout for medium voltage electrical lines. Antelope Valley Union High School District, Solar Projects on 10 Campus — Lancaster, CA: Project Surveyor for a $53-million photovoltaic system spread over ten school sites. This solar system is estimated to save the School District $40 million over the 20-year life of the Power Purchase Agreement. The 9.5 MW system was financed, designed, and engineered to produce clean, green energy for over 80% of the District's electricity needs. Psomas Plan of Study Below is our technical approach that addresses the specific issues identified in the RFP and the various plans provided by the City. 2023-2024 Overlay M0753 Project A 26 CORNER RECORDS Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. ► Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. ► Field survey to reset centerline monuments lost following street repairs. ► Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. ► Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. DURATION ► Pre -construction: 2-4 weeks, depending on construction schedule ► Post -construction: 2-4 weeks, depending on construction schedule 2023-2024 Overlay M0153 Project A Recording Fees 26 CORNER RECORDS ► Los Angeles County recording fee for Corner Records calculated at $18.00 per. 2023-2024 Overlay M0753 Project B 202 CORNER RECORDS ► Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. ► Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. ► Field survey to reset centerline monuments lost following street repairs. ► Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. ► Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. DURATION ► Pre -construction: 10-15 weeks, depending on construction schedule ► Post -construction: 10-15 weeks, depending on construction schedule 2023-2024 Overlay M0153 Project B Recording Fees 202 CORNER RECORDS ► Los Angeles County recording fee for Corner Records calculated at $18.00 per. 2023-2024 Overlay M0153 Project C 22 CORNER RECORDS ► Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. ► Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. ► Field survey to reset centerline monuments lost following street repairs. ► Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. ► Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. DURATION: ► Pre -construction: 2-4 weeks, depending on construction schedule ► Post -construction: 2-4 weeks, depending on construction schedule 2023-2024 Overlay M0153 Project C Recording Fees 22 CORNER RECORDS ► Los Angeles County recording fee for Corner Records calculated at $18.00 per. 2023-2024 Overlay M0153 Project D 22 CORNER RECORDS ► Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. ► Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. ► Field survey to reset centerline monuments lost following street repairs. ► Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. ► Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. DURATION: ► • Pre -construction: 2-4 weeks, depending on construction schedule ► • Post -construction: 2-4 weeks, depending on construction schedule 2023-2024 Overlay M0153 Project D Recording Fees 22 CORNER RECORDS ► Los Angeles County recording fee for Corner Records calculated at $18.00 per. 2023-2024 Slurry Seal M0753 Project 30 CORNER RECORDS ► Research maps, centerline ties, corner records and any pertinent information needed for survey calculations for field locations of existing centerline monuments. Office calculations and setup for field recovery of existing centerline monuments. ► Field survey for recovery and tie -outs of existing centerline monuments prior to street repairs. ► Field survey to reset centerline monuments lost following street repairs. ► Pre and post construction Preparation, processing and recording of Corner Records showing recovered and reestablished centerline monumentation with tie -outs. ► Supply City of Santa Clarita copies of each Corner Record showing reset centerline monument. DURATION: ► Pre -construction: 3-6 weeks, depending on construction schedule ► Post -construction: 3-6 weeks, depending on construction schedule 2023-2024 M0153 Slurry Seal Project Recording Fees 30 CORNER RECORDS ► Los Angeles County recording fee for Corner Records calculated at $18.00 per. Exclusions ► NOTE: The following items have been specifically omitted and excluded from this scope of services. A scope and budget will be provided for any of these excluded items upon request. Record of Surveys and the filing fees associated with recordation. Topographic surveys, any earthwork removals, bottom elevations, over excavations, quantity verifications and sub drain locations. Re -staking of any item described in this scope. All onsite as-builts. All dry utility staking. Electrical and telecom staking. The staking of irrigation water lines. Replacement of boundary corners destroyed by construction. Landscape grade staking. Erosion control staking or maintenance of erosion control devices. Final boundary corners and final monumentation is not a part of this scope. Plan revisions, interim plans, or changes to the phasing of work will be considered work outside of the proposed scope. All field time, office support, and reimbursable costs associated with out - of -scope work will be charged on a time and materials basis per the attached fee schedule. Cost File (To be Submitted Separately) City of Santa Clarita I Survey and Monument Preservation Services for the 1S 2023-24 Annual Overlay and Slurry Seal Program — CIP-23-24-M0153; City Project #M0153 The proposal is a firm offer for a 90-day period, and the proposed work will be performed at a "not -to -exceed" price. The City's professional services agreement is acceptable and our signature is provided on the cover letter. Appendix tm ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK PROPOSAL # CIP-23-24-MO153 Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program City Project No. M0153 City of Santa Clarita, California By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Scope of Work for the Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program . The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established Scope of Work throughout the length of the contract. * r • 4.23.2024 *Supervisor's Signature: Date. *Estimator's Signature: Date: *Owner's Signature: Date: *Ali three signatures required CITY OF SANTA CLARITA DISCLOSURE STATEMENT PROPOSAL # CIP-23-24-MO153 Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program City Project No. M0153 City of Santa Clarita, California The following information must be disclosed: 1. List the names of all persons having a financial interest in the Request for Proposals. N/A 2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all individuals owning more than ten percent of the shares in the corporation or owning any partnership interest in the partnership. N/A 3. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or trustor of the trust. N/A 4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If yes, please indicate the person(s) with whom you have conducted business. No NOTE: Attach additional pages as necessary. Signature of Offeror Daniel Rahe, PLS Print or Type Name of Offeror 4.23.2024 Date N/A for Psomas. DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # CIP-23-24-MO153 Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program 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. Please add additional sheets if needed. Subcontractor DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # CIP-23-24-M0153 Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program City Project No. M0153 City of Santa Clarita, California 1. SUMMARY OF CONTRACTUAL REQUIRMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). b. By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c. Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a. 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. b. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 3. INDEMNIFICATION a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4. INSURANCE a. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $1,000,000 Professional liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 011185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary' such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONSULTANT for CITY. f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. h. The CITY shall be entitled to any coverage in excess of the minimums required herein. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: `p Date: 4.23.2024 Printed Name: Daniel Rahe, PLS REFERENCES PROPOSAL # CIP-23-24-MO153 Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program City Project No. M0153 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which proposer has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict with the references requested in the scope of work, the scope of work shall govern. Complete this form out accordingly. Fill out this form completely and upload it with your proposal. 1. City of Santa Clarita, 23920 Valencia Boulevard,Suite 300, Santa Clarita, CA 91355 Name and Address of Owner / Agency Terry Brice, Associate Engineer, 661.286.4137 Name and Telephone Number of Person Familiar with Project Central Park Build Out $761,645.00 (Survey and Civil Engineering) Ongoing Contract Amount Type of Work Date Completed Z Los Angeles Unified School District, 333 S. Beaudry Avenue, Los Angeles, CA 90017 Name and Address of Owner / Agency Kinfan Tang, Associate Civil Engineer, 213.241.2232 Name and Telephone Number of Person Familiar with Project Land Surveying Services Varies Facilities Services Division 2021 Contract Amount Type of Work Date Completed 3. Sanitation Districts of Los Angeles County, 1955 Workman Mill Road, Whittier CA 90607 Name and Address of Owner / Agency Danielle Thomas, Engineer Associate, 562.908.4288 x2754 Name and Telephone Number of Person Familiar with Project $105,500.00 Survey 2023 Contract Amount Type of Work Date Completed P S O M A S 27220 Turnberry Lane, Suite 790 Valencia, CA 97355 667.279.6000 www.Psomas.com Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program CITY OF SANTA CLARITA w• " _ a.--�.._ fir...--..����; � -« .. .. .r 6 Cost File # CIP-23-24-M0753 / 04.23.2024 P S 0 M A S Balancing the Natural and Built Environment April 23, 2024 City of Santa Clarita 23920 Valencia Boulevard Suite 300 Santa Clarita, CA 91355 Mariela Delgado 661.286.4066 mdelgadoGsanta-clarita.com Subject: Cost File I Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program I CIP-23-24-M0153; City Project #M0153 Dear Ms. Delgado: Per the RFP instructions, the following pages include our proposed cost file. If you have any questions regarding this proposal, please do not hesitate to contact me directly at 213.223.1566 or daniel.rahena psomas.com. Sincerely, PSOMAS Daniel Rahe, PLS Vice President/Contract Manager/Principal-in-Charge 213.223.1566 daniel.rahena psomas.com 27220 Turnberry Lane, Suite 190 Valencia, CA 91355 Tel 661.219.6000 www.Psomas.com Cost File (To be Submitted Separately) City of Santa Clarita I Survey and Monument Preservation Services for the 2023-24 Annual Overlay and Slurry Seal Program — CIP-23-24-M0153; City Project #M0153 P S O M A S 27220 Turnberry Lane, Suite 790 Valencia, CA 97355 667.279.6000 www.Psomas.com