Loading...
HomeMy WebLinkAbout2025-04-22 - AGENDA REPORTS - 2024 25 OVERLAY SLURRY SEAL PGMAgenda Item: 10 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: Li ' DATE: April 22, 2025 SUBJECT: 2024-25 OVERLAY AND SLURRY SEAL PROGRAM - OVERLAY A AND B, PROJECT M0157 - PLANS, SPECIFICATIONS, AND CONSTRUCTION CONTRACTS DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2024-25 Overlay and Slurry Seal Program — Overlay A, Project MO157. 2. Approve the plans and specifications for the 2024-25 Overlay and Slurry Seal Program — Overlay B, Project MO157. 3. Find the 2024-25 Overlay and Slurry Seal Program is exempt from review under the California Environmental Quality Act pursuant to Title 14 of the California Code of Regulations Article 19 Section 15301. 4. Award the construction contract for the 2024-25 Overlay and Slurry Seal Program — Overlay A project to Sully -Miller Contracting Company, in the amount of $1,816,805 and authorize a contingency in the amount of $272,520, for a total contract amount not to exceed $2,089,325. 5. Award the construction contract for the 2024-25 Overlay and Slurry Seal Program — Overlay B project to Onyx Paving Company, Inc., in the amount of $5,826,000 and authorize a contingency in the amount of $873,900, for a total contract amount not to exceed $6,699,900. 6. Award the professional services contract to Twining, Inc., to provide project inspection, materials testing, and construction management support services for the 2024-25 Overlay and Slurry Seal Program, in the amount of $1,382,150 and authorize a contingency in the amount of $138,215, for a total contract amount not to exceed $1,520,365. Page 1 Packet Pg. 351 7. Award the professional services contract to Hunsaker and Associates, Los Angeles, Inc., to provide surveying and monument preservation services for the 2024-25 Overlay and Slurry Seal Program, in the amount of $746,464 and authorize a contingency in the amount of $74,646, for a total contract amount not to exceed $821,110. 8. 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 2024-25 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. If approved and awarded, staff anticipates that construction of the Overlay A and Overlay B projects will begin in May and be completed by November. A list of streets included in the Overlay A and Overlay B projects is shown on the attached Project Street List. The Overlay C, Overlay D, and Slurry Seal projects will be presented to the City Council for consideration of award at a later date. These projects support the Sustaining Public Infrastructure theme of the City's five-year strategic plan, Santa Clarita 2025. The 2024-25 Overlay and Slurry Seal Program is not subject to California Environmental Quality Act (CEQA) review pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301, which exempts from CEQA review projects that consists 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 2024-25 Overlay and Slurry Seal Program will be performing repairs and maintenance to existing streets. Solicitation Process - Overlay A Construction Contract An invitation to bid was published and circulated via the City's e-procurement system, BidNet, on March 20, 2025. The City transmitted the solicitation to 2,452 vendors on BidNet, of which 41 vendors downloaded materials. A total of six bids were submitted and opened on April 2, 2025. The results of the bids are shown below. Company Sully -Miller Contracting Company Toro Enterprises, Inc. R.C. Becker, Inc. Granite Construction Company Onyx Paving Company, Inc. Location Total Bid Brea, CA $1,816,805 Oxnard, CA $1,851,751 Santa Clarita, CA $1,860,973 Ventura, CA $2,161,528 Anaheim, CA $2,318,000 Page 2 Packet Pg. 352 C.A. Rasmussen, Inc. Santa Clarita, CA $2,338,951 Staff recommends the project be awarded to Sully -Miller Contracting Company, the lowest responsive and responsible bidder. This contractor possesses a valid contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and was found 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 - Overlay B Construction Contract An invitation to bid was published and circulated via BidNet on February 18, 2025. The City transmitted the solicitation to 2,333 vendors on BidNet, of which 71 vendors downloaded materials. A total of five bids were submitted and opened on March 18, 2025. 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 the base bid only. The results of the bids are shown below. Company Onyx Paving Company, Inc. Sully -Miller Contracting Company Toro Enterprises, Inc. C.A. Rasmussen, Inc. Granite Construction Company Location Total Bid Anaheim, CA $5,826,000 Brea, CA $6,095,010 Oxnard, CA $6,101,366 Santa Clarita, CA $7,577,261 Ventura, CA $8,185,762 Staff recommends the project be awarded to Onyx Paving Company, Inc., the lowest responsive and responsible bidder. This contractor possesses a valid contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and was found 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 - 2024-25 Overlay and Slurry Seal Program Inspection, Materials Testing, and Construction Support Services Contract Page 3 Packet Pg. 353 The City conducted a Request for Proposal (RFP) to solicit proposals from qualified consulting firms to provide inspection, materials testing, and construction support services for the 2024-25 Overlay and Slurry Seal Program. The RFP was published and circulated via BidNet on February 5, 2025. The City transmitted the solicitation to 2,514 vendors on BidNet, of which 34 vendors downloaded the RFP. A total of three companies provided proposals for consideration by the closing date of March 7, 2025. These proposals were reviewed and evaluated based on each company's ability to meet the specific needs of the City. An evaluation panel, comprised of staff from the Public Works department, scored the responses using the following categories of weighted criteria: • Recent experience in similar projects (20%) • Understanding of key development items (20%) • Quality of proposal/proposed services in relation to project scope (20%) • Schedule and availability (20%) • Qualification of team and resources (15%) • References (5%) The evaluation panel scored the responses based on a 100-point scale, with the results outlined below: Rank Company Location Score 1. Twining, Inc. Ventura, CA 97 2. RMA Group Rancho Cucamonga, CA 89 3. The Quality Firm Signal Hill, CA 81 In reviewing proposals, the evaluation panel awarded the highest score to Twining, Inc. The evaluation panel determined that the proposal from Twining, Inc., offered the best overall value to meet the inspection, materials testing, and construction support needs. Twining, Inc., 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 inspection, materials testing, and construction support services contract to Twining, Inc. The proposal is available in the City Clerk's Reading File. California Government Code 4526 prescribes the selection of architectural and engineering services to be based on demonstrated competence and professional qualifications necessary for the satisfactory performance of the services required and does not authorize the selection of professional architect and engineering services based on cost. City staff was able to reach an agreement with Twining, Inc., at a fair and reasonable price. Solicitation Process - 2024-25 Overlay and Slurry Seal Program Surveying and Monument Preservation Services Contract The City conducted an RFP to solicit proposals from qualified consulting firms to provide Page 4 Packet Pg. 354 surveying and monument preservation services for the 2024-25 Overlay and Slurry Seal Program. The RFP was published and circulated BidNet on February 6, 2025. The City transmitted the solicitation to 2,679 vendors on BidNet, of which 48 vendors downloaded the RFP, and one company provided a proposal for consideration by the closing date of March 10, 2025. The proposal was reviewed and evaluated based on the company's ability to meet the specific needs of the City. An evaluation panel, comprised of staff from the Public Works department, scored the response using the following categories of weighted criteria: • Recent experience in similar projects (20%) • Understanding of key development items (20%) • Quality of proposal/proposed services in relation to project scope (20%) • Schedule and availability (20%) • Qualification of team and resources (15%) • References (5%) The evaluation panel scored the response based on a 100-point scale, with the results outlined below: Rank Company Location Score 1. Hunsaker and Associates, Los Angeles, Inc. Santa Clarita, CA 93 The evaluation panel determined that the proposal from Hunsaker and Associates, Los Angeles, Inc., met the City's surveying and monument preservation needs for this project. Hunsaker and Associates, Los Angeles, Inc., 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 surveying and monument preservation services contract to Hunsaker and Associates, Los Angeles, Inc. The proposal is available in the City Clerk's Reading File. The requested contingencies will cover the cost of 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. Additional streets from the City's pre - designed inventory and streets that may need treatment due to unforeseen weather conditions will be added to the project if funds are available after construction of the original scope of work. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in project expenditure accounts M0157233-516101 (TDA 8 Fund), M0157264-516101 (Measure R Local Return), M0157265-516101 (Prop C Grant Fund), Page 5 Packet Pg. 355 M0157266-516101 (Measure M Local Return), M0157267-516101 (Senate Bill 1 Fund) to support the recommended actions and associated project costs. ATTACHMENTS Project Street List Bid Proposal for Sully -Miller Contracting Company (available in the City Clerk's Reading File) Bid Proposal for Onyx Paving Company, Inc. (available in the City Clerk's Reading File) Proposal for Twining, Inc., (available in the City Clerk's Reading File) Proposal for Hunsaker and Associates, Los Angeles, Inc. (available in the City Clerk's Reading File) Page 6 Packet Pg. 356 10.a Project Street List 2024-25 Overlay and Slurry Seal Program — Overlay A and B OVERLAY A ARTERIAL COPPER HILL TESORO DEL VALLE AVENIDA RANCHO DRIVE DRIVE TESORO ARTERIAL COPPER HILL NEWHALL RANCH SMYTH DRIVE DRIVE ROAD OVERLAY B Type Street Name Beginning Location End Location ARTERIAL SIERRA HIGHWAY DOLAN WAY SKYLINE RANCH ROAD El Packet Pg. 357 DOCUMENT CHECKLIST Bid #CIP-24-25-M0157OA REBID 2024-25 Overlay A Project REBID City Project No. M0157OA REBID 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) Qd Proposal Form Notice to Bidders Regarding Contractual Requirements Bid Schedule Gi Bidder's Information and Certification Ld Bidder's Questionnaire C Certification of Non -Segregated Facilities C� Designation of Subcontractors d References d Iran Contracting Act Certification I� Non -Collusion Affidavit All signed addendums (if any) — Digitally acknowledged by uploading via BidNet /1,rirrc Delivered to City Hall, Attn: Purchasing, Suite 120 prior to bid closing: Ef 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-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Clarit•a, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein, BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: Sully -Miller Contracting Co. Company Address: 135 S. State College Blvd. Suite 400 Brea, CA. 92821 Phone: 714.578.9600 Email::, Bicls(cbsully-miller.com (.."w Anthony Lino Print -Name Title: TJL c f Precon ction / Assistant Secretary Signature; Date: e.8.20425 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 r�rcrcrrc r — cc� re r r �r c r r . r�rrec c e �cr�c cif rcr i c arc e ns cc��r nn n �� 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 03.31.2025 Date personally appeared before me, Monica Baldacci, Notary Public Here Insert Name and Title of the Officer Anthony Lino Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MONICA MARIE BALDACCI WITNESS LmyNaandici eal. COMMISSION #2447801 a Notary Public - California 9: ORANGE COUNTY t7 s My commission Expires Signature MAY 25, 2027 Signature o otary 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: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ 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. Q2014 National Notary Association • www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 NOTICE TO BIDDERS REGARDING CONTRACTUAL. REQUIREMENTS Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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. 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. Liabilitv 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. 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. Re uirg__ ements 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,r6ad and.06derstand the above requirements and agree to be bound by them for any work performo,cl fpr fihe City: Authorized Signal ure Date: 3.28.2025 Lair for of Precon etion / Assistant Secretary Printed Name: Anthony Lino BID SCHEDULE(_COPPERHILL NORTH AND SOUTH) Bid #CIP-24-25-MO1570A REBID 2024-25 Overlay A Project REBID City Project No. M€11570A REBID 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 Sections 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, BIDDER must hold pricing for one hundred twenty (120) days following the bid due date. in the event a final contract has not been awarded within this period; the City reserves the right to negotiate extensions to this period. 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 E NO.1 BID ITEMS UNIT QTY PRICE UNIT TOTAL COST Mobilization, Bonds & Insurance LS 1 40,250.00 40, 250, 00 2 Traffic Control L5 1 150, 000.00 150, 000. 00 3 Storm Water Pollution Prevention - BMP Plan LS 1 10,000.00 10,000.00 4 AC D2 PG 64-10 TN 729 186 . 00 135,594.00 5 ACC2PG64-10 TN 618 184.00 113 712.00 6 1 ARHM GG-C PG 64-16 TN 2,739 173 . 00 473,847.00 7 Remove & Replace S" AC SF 75,214 6.50 488,891.00 S Cold Plane & Remove 8" SF 14,970 3.50 52, 3 95 . 0 0 9 Stabilization Allowance SF 9,020 3.00 27, 060.00 10 Keycut Al LF 4,644 6.60 30, 650.40 11 Keycut B1 LF 382 40.50 15,471.00 12 Lower Manhole Covers to Finish Grade EA 24 2, 500 . 00 60,000.00 13 Lower Water Valve Covers to Finish Grade EA 29 200.00 5,800.00 14 Lower Utility Cover / Vault / Well to Finish Grade EA 1 2,500.05 2,500.00 15 Adjust Manhole Covers to Finish Grade EA 24 1,200.00 28, 800 . 0 16 Adjust Water Valve Covers to Finish Grade EA 29 2 4 5 . 0 0 7,105.00 17 Adjust Utility Cover / Vault / Well to Finish Grade EA 1 3,320.00 3,320.00 18 Install Blue RPM's @Fire Hydrant EA 12 8.00 96.00 19 6" White Line (Thermo) LF 160 5.00 800.00 20 12" White Crosswalk/Limit Line (Thermo) LF 3,038 3.00 9, 114.00 21 Striping Detail #12(Thermo & Markers) LF 7,294 0.75 5,470.50 22 Striping Detail #29 (Thermo & Markers) LF 2,447 3.00 7,341.00 23 Striping Detail #37B (Thermo) LF 415 2.00 830.00 24 Striping Detail #38 (Thermo & Markers) LF 2,906 2.00 5,812.00 25 Striping Detail #38A (Thermo) LF 1,710 1.50 2,565.00 26 Striping Detail #40 (Thermo & Markers) LF 2,086 0.85 1,773.10 27 Arrow Type IV (L/R) (Thermo) EA 24 95.00 2,280.00 28 Chevron Striping EA 950 6.25 5, 937.50 29 Install Temporary Video Detection System EA 16 5, 100.00 81, 600 . 0 30 Remove and Install Permanent Traffic loops EA 51 490.00 24, 990.0( 31 Remove and Replace Sensys EA 12 1, 9 0 0. 0 22, 8 0 0. 0 TOTAL BASE BID AMOUNT FOR COPPERHILL NORTH AND SOUTH: $ 1,816,804.50 TOTAL BASE BID AMOUNT IN WORDS_ One Million Eight Hundred Sixteen Thousand Eight Hundred Four Dollars and Fifty Cents. BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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: Sully -Miller Contracting Co. Business Address: 135. S State College Blvd. Suite 400. Brea. CA, 92821 Telephone No.: 714.578,9600 State CONTRACTOR's License No. & Class: 747612-A DIR No.: 1000003664 Original Date: 12/2014 Expiration Date: 6/30/2026 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: See attached Certificate of Incumbency CERTIFICATE OF INCUMBENCY 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. NAME Marcus Leavitt William Joseph Thomas Boyd Jae Won Scott Bottomley James Wilson Jeff Galterio Anthony L. Martino, II Mark Pachuca Anthony Lino TITLE Chairman of the Board President Vice President, CFO, Treasurer & Assistant Secretary Vice President & Assistant Secretary Vice President & Assistant Secretary Vice President & Assistant Secretary Secretary Assistant Secretary Assistant Secretary I further certify that the following persons are duly elected directors of said corporation. Marcus Leavitt Leslie Edwards 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 S, 2024, 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 (1) 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 6th day of March 2025. ,c (S1JAU , r, Anthony L. Martino, H, Secretary Sully -Miller Contracting Company State 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 07/01/24 Registration expiration date 06/30/26 Mailing Address 135 S STATE COLLEGE BLVD, SUITE 400 BREA 92821 CA United States of America Physical Address 135 S STATE COLLEGE BLVD, SUITE 400 BREA 92821 CA United States of America Email Address bids@sully-miller.com Trade Name/DBA License Number (s) CSLB:747612 SULLY-NJILLER CONTRACTING CO. L;L eenze 747.612 , 5 .3. State Coi,ege 3P/O., S I E 400 + Brea, CA 9282i ♦ PHONE 7 i ,�-J78-`9i C,,00 License Certificate I certify under penalty of perjury under the laws of the State of California that the following is true and correct: -: CSLB: -r E 747612--A Jeff Galterio, Assistant 'Secretary CONTRACTORS COl15LIn1Crr Licensees Applicants 01 STATE LICENSE BOARD SULLY • HILLER CONTRACT ING COP. MIN 135 SOUTH STATE COLLEGE BLVD SUI FE 4DD BREA, CA 92521 Business Phone Number:(714) 573.9600 Entity Corporation Issue Date 03130J993 Expire Date 03/31/2026 This Gcensh is current and active. All information below should be reviewed. A - GENERAL E1,lG1f1LER1NG The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture areas follows: Iasi All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NO IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 28th day of 03 2025 . BIDDER.: J Suture Anthony Lino, Director of Preconstr-uction / Assistant Secre Name and Title of Signatory Sully -Miller Contrac Legal Name of Bidder 135, S. State Col Address 714.578.9600 Co. Suite 400 Brea Ca. 92821 33-0787630 Telephone Number Federal Tax I.D. No. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Oran1e On 03.31,2025 Date personally appeared before me, Monica Baldacci, Notary Public Here Insert Name and Title of the Officer Anthony Lino Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MONICA MARIE BALDACCi WITNESS my hanCLand off ici eal. COMMON #2447801 n _ a Notary Public - California K ORANGE COUNTY 0 _ My Commission Expires Signature MAY 25, 2027 Signature o otary 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: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ 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: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 BIDDER'S QUESTIONNAIRE Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Clarita, California 1. Submitted by: Sully -Miller Contracting CO- Telephone: 714.578-9600 Principal Office Address: 135. S State College Blvd. Suite 400. Brea CA. 92821 2. Type of Firm: ❑ C Corporation M S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 06.16.97 State of Incorporation: Delaware President's Name: William Joseph Thomas Boyd, RMO Vice -President's Name: Scott Bottomley Secretary or Clerk's Name: Anthony L. Martino, H Treasurer's Name: Jae Won If a partnership, answer these questions: Date of organization. Name of all partners holdin�more than a Organized in: rest: Designate which are General or Managing Partners. BIDDER'S QUESTIONNAIRE (cont'd) Bid ##CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Clarito, California 4. Name of person holding CONTRACTOR's license: William J.T. Boyd, President/RMO License number: 747612 Class: A Expiration Date: 03.31.2026 D.I.R. Registration #t 1000003664 5, CONTRACTOR's Representative: Anthony Lino Title: Director of Preconstruction / Assistant Secretary Alternate: Jeff Galterio Title: Vice President 6. List the major construction projects your organization has in progress as of this date: A. Owner. Project Location: Type of Project: _ B. Owner: Project Location: Type of Project: _ C. Owner: Project Location: Type of Project: _ SULLY -MILLER CONTRACTING RI = PATTI MARRA. 11812026 PROJECT LIST - ACTIVE JOBS Mic- MAVIS KNOX $ m E e LL u a A DIR NO. JDEJOB# AGENCY JOB NAME J LOCATION EST, PM AaaC SUPT. P.E. FOREMAN CONTRACT EST. EST. m ci < e3 u id e COMMENTS `w PM AMOUNT START FINISH 2 m a 3 0. a o y _ to No. of Subs AlTBO 1 10225892 Santa Monica Annual Conlrect Pa.. Conover NIA Olson I Snidecor I 51000.DCO 2110120 2128125 4 N I N N I Y 0 r 770 1 F3D lis MK A TED fU226ffaff Long Beach AnnualLocal treats Passe Rcehl MIA Olson St.,van a _ _ 0_ te. Oak Hill In iclorvl o n an A 391861 10257589 Conran. Semardina Caunly Ta Bahramzl N/A Thorpe Gutierrez 121,672,000 11 W21 12131124 4 Y N N Y 15 A 39 44 1. 5 38 }ies aria Ranchero Road omider Wi enlnp rojecl anc ez oyster A Williamson Mauldin ,4 N N N Y 24 Fe. 11 ­mp upgra.. A l 10261755 Callrens Project Kirk Conover NIA Love Machado 23,680.000 113122 12131f25 4 N N N Y Y y Y N N MK 6 as gees A 44(IF.37 1025tUll World Ai. arts Taxiwa D Extension (Child Job) Flores Romero N/A Gomez Ledercq 84,650,000 212W23 1111f25 4 Y N N Y Y N Y N Mx 13 a_ orntree epalrs at Jahn Wayre Airport - MA-080-23010700 - IF8- A TEO 10295103 County of Orange C80-2353102 Parent Job) Quintal Conover WA Lave Dade 5000.W0 218124 1V25)24 4 N N N Y I TED 780 TOO TOO MKI 0 asta.- Hasay, Hills South, Project 10 No. A 497096 10306469 LACDPW RCC0015875 Castro Graham NIA Love Baulisla 6,172,645 4115124 9127f24 4 N N N Y VY rBD 780 TOO TED] MK 4 A4936293066 ante onica nua a n ro act aslro ra am —NIA ova aullsn 93, 02 R� 6 te. .pair oa ways omegas, -- A 497372 10309065 Caltrans Emer ency Contract - San 5emarelno Uddin Bahmmzl NIA Thorpe Patel 9,000,000 Oil 1123 l4 N N N Y V TBD TED TOD TS.D P{ P Joe : 3 4 le, sperslon in an A T130 10309927 Callrans Bernardino Sanchez Garcia WA TOO Mauldin 36,935,000 516/24 12I31124 4 Y N N Y Y TED TED T50 TOD MK 14 Hazard venue, Et A 511177 10310800 LACDPW East Los Angel as Castro Jones NIA TED Camarillo 4,710,000 5161241 11130/24 4 Y N N Y Y TOD TED TED TED MK 9 re isy Ion nlersBo50n mprovements A z53na 10317919 Irvina 311406 ST-24-DCO2 Krg Jones NIA TBD Camarillo 2,816.577 5127f24 &31J25I 4 N N N Y Y TOO TOD TIM TRO PI 8 to ena Or & WasFFn`g_Lc_n_BTvd'Toadvay Al 514013 1 /0314596 LACOPW Improv4manls. Project ID No. RMD25040W Almanza Acosta NIA TED Anueta 5,543.839 3111 f24 12/31/24 4 N N N Y Y TBD TED TBO TOD Mi4 9 n am a Estate Partners OC Vibe Public Infrastructure €mprovements Re - A 505513 10314672 LLC Bid Almanza Patel NIA Clayton --a. as 29,965.000 311124 3131I25 4 N N N Y N TOO TOO TBO TED MKI 12 evaman reserve Ian (Resurfacing) North s Angeles County Project ID No. RMDJOC677O A 506073 10315281 LACDPW Parent Jab Ruintal Cohum WA Perez Tula 6,25C,000 111f24 12/31/24 4 N N N Y TED T1311 TBO TBD PI C 2024 avemert Overlay an e—l—rq A 478750 10315332 Thousand Oaks Praram CI 5594 and Cl 5595 Castro Ro star NIA TED Ro ster 13,129.797 516124 10131/24 4 N N N Y Y TED TED T TEO MK 8 avement ReconstructionSustainable)crt os A 509380 10315393 LACDPW Angeles Count RMDJOC6773 (Parent Job) Quintal cobum NIA Lave TED 5,25C.000 111124 12/31124 4 N N N Y TO 'BD TED TED PI 0 commercial emrma ll— onorea apeua, Task Order No. 0700.$ Fund/Job Code 280-280- 280-0320-1400-JX3PW603 (Child Job No. A Sp9312 10315a23 County of Orange 10295103) Oulntal Oulnlal NIA Love W. 1,749,333 218124 11125124 4 N N N Y Y TSU TBD TBD M 2 Arterial a a e a Ion roiect. City Project A 521465 10319316 Palmdale Na. PIN 969 Sanchez Garcia NIA TOD Cisneros 19,449,515 71IW24 2114125 4 N N N Y TOD TOO TBD T MK_. 4 A 530676 10320887 CuiveriAllon intenaectlan Im roveno Flores Jones NIA Cla inn TOO 4,288,207 911 W24 JM4125 4 N N N Y O PI 10 n• a mergency aci as epalr ervc.a ar A TBO 10321704 PW Road Maintenance Division, RFP No. Fspinoza TOO NIA TOO TOD 1,228.872 4 N N N Y Y TS TOO TED TBLT MX 2 A TOD 10322379 Giants 2023-24 Annual OverlayD Pro eo1 Sanchez Graham NIA Lave Bautista 6,527,405 8112124 10131/24 4 N N N _ MK 5 pper Da way et. *cry ate a a. la6an A 509312 10325874 y of Orange Job to 102951031 Writal quintal NIA Love Lara 2.210,873 YTW24 11/25124 4 N N N Y Y TOD 7 TOO 'il 5 A 616266 10322098AC. , Pvmnt Pres -_ LA 6771 Conover Cab— l Perez Tule 4 N N N Y 13 _ 0 A 20240538746 10330221 on ran a orpeAve n raaWclure mprovemlint Silva Acosta NIA TOD Ar vets 3,97fi,752 9f9 24 1f15/25 4 Y N N Y-,_ - V. 5 -alms Floo. rave venue away ntersea. an A 20240553607 10334991 abriel Improvemems Dodge Graham MIA Lave Bautista 2,172,641 4 N N N Y T8 TB TBD TBD MR 8 - u ac np rolect, eel ena " A 20240550167 10331665 ale ResurfacmpsPhase Ill- Peck Road Silva Jones NIA Clx a n C morn. 962,n99 10124124 121IW4 4 N N N Y 760 TSO TOO TB Pi 5 A TED 10333060 Monica Airport Pavin Im revaments SP 2718 Vlremonles Graham A ova TED 1.914.805 4 N N N 7 -- MK 5 Ierra Ig way ase - enter tto qua uce - --- -- -- - A 506073 10331519 PW Cyn Rd. JOC677nase.00(Child Job to Conover Coburn NIA Love Tula 11793,265 911 W24 10/11124 4 N N N Y Y TOO TEO TOO TEO at 0 e echo, ac. Reifo am¢a Ion mu a arnce D A TED 10334672 Folsom. Clausen Ramer- N1A Gomez 92,000 W1 D24 9R6724 4 N N N Y Y TOD TED TB TEO P7A TBD 10346039lemal apex, Dredge Anchor Sim,k. Cheeseman Cheeseman NIA Waolston 4 rJ IE- 'I O 1BD 1 ` MK 0 ommarga ermina pran oncre a pairs,Task Order No. 1241.1. Fund7Job Cade 284-280- Z 280A3204400•JX3PW603 (Child Job No.A 509312 10340370 County or Oran a 10295103) Quintal Ouinlal NIA Love Lam 1,738,833 3f3125 8f30125 4 Y aautce': 2•M*heim 3-0—rd 7-NC Caul. M.Md—Ille C2 - COLAS GROUP INTERNAL: Employe*. and pints who need to know. ACTIVE JOBS - PAGE 1 OF 2 SULLY -MILLER CONTRACTING PI - PATV I6ARRA U812025 PROJECT LIST . ACTIVE JOBS •,,<K : NIA', IS KNOX v� E DIR NO. JOE JOB# AGENCY JOB NAME I LOCATION EST. PM SJPT. P.E. FOREMAN CpN7RAC7 III E57.. U a u — eA.M. °- in PM AMOUNT START FINISH " o m a u v COMMENTS w n n o. _ ©, ea O No. of Subs Upper Roadway Malntenanee RehablAtatlon, Task Order No. 1241.1, FuncJJob Code 281.280-261- A. 5093t2 15343311 Counryaf Orange P453-4200-W1299453(Child Job to 10295103) Quintal Quintal NIA Lave Lars 703,549 V13125 2128125 4 N N N Y 0 rove venuaal a t V rest and I run A 20240547503 16836148 Ontario Sewer Improvements SIN. Mctlermol N!A A ulna Gutierrez 20,323,a88 V13125 913012026 4 N N N Y `Y 'f80 TBO TBD. T90 10 A NIA 16336627 5-hl Internal lue Diamond. Irvnrdale Plant Upgrade Jehnaan NIA CIe Ion 1011124 4 N N N A 1033778fi 5-M Internal t = to uradeipave INfA Clayton R ACTIVE JOBS - TOTAL 451,679,011 Stt-c 29hnehalm 3=0futerd 7.1vec.nat .,1A—Wl1e C2 - CCLA.S GROUP INTERNAL: Employees and partners who need to know. ACTIVE JOBS - PAGE 2 OF 2 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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-24-25-MO1570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa C►arita, 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 ❑f'% of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Chrisp Company 11000000306 $ 45,427.10 Location and Place of Business 2280 S. Lilac Ave., Bloomington, CA 92316 Bid Schedulp Item No's: Description of Work Base Bid: 2 18-28 Striping & Markin License No. Exp. Date: / / Phone { j 374600 05/31/25 909/746-0356 Subcontractor Crosstown Electrical DIR Registration No,* Dollar Value of Work Data, Inc 1000000155 Location and Place of Business 5454 Diaz Street, Irwindale, CA 91706 Bid Schedule Item No's: Description of Work Base Bid: 1 P 29 31 Electrical License No. Exp. Date: / / Phone { 756309 1 11/30/26 626/813-6693 Subcontractor DIR Registration No.* Dollar Value of Work Cindy Trump, Inc. dba $ 176,628.00 Location and Place of Business 625 W. Mountain Ave., La Habra, CA 90631 Bid Schedule Item No's: Description of Work Base Bid: 7, 8(P), 10, 11 Cold Planing License No. Exp. Date: / / Phone { i 1754500 1 09/30/26 562/697-2286 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 172S.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1(commencing with section 1720) of the California Labor Code. DESIGNATION OF SUBCONTRACTORS Bid #1 CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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. SubcontractQr EBS Utilities DIR Registration No.* Dollar Value of Work Adjusting, Inc. 1000004286 $ 45,700.00 Location and Place of Business 1345 Quarry Street, #101, Corona, CA 92878 P>id Sche le I m No's: ase is . Description of Work 12,14,15,17 Adjust Utilities License No. Exp. Date: / / Phone ( ) 932798 05/31/25 951/279-6869 Subcontractor DIR Registration No,* Dollar Value of Work California Professional Location and Place of Business 19062 San Jose Avenue, La Puente, CA 91748 Bid Schedule Item No's: Description of Work Base Bid: 30 Loops License No. Exp. Date: / / Phone { j 793907 04/30/27 626/810-1338 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 ( i NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. it is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DESIGNATION OF SUBCONTRACTORS Bid # CIP-24-25-MO1570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ] Subcontractor DIR Registration No.* Dnllar 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 i Bid Schedule Item No's: Description of Work i License N0. Exp. Date: / / Phone (VOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DESIGNATION OF SUBCONTRACTORS Bid # CIP-24-25-MO1570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of Y. of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DI R 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 ( j Subcontractor DI R 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 wark, 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 tabor 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-24-25-M01570A 2024-25 Overlay A Project City Project No. M0157 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 Santa Clarita 2021-2022 Federal Resurfacing Project Name and Address of Owner / Agency Jodee Roth 661/ 259-2489 Name and Telephone Number of Person Familiar with Project Mobilization, Earthwork, Adjust Manholes, AC Paving,Traffic Control, SWPPP, $4,358,532.00 Electrical, Striping & Marking. 9/27/2023 Contract Amount Type of Wo rk ork Date Completed Z. Caltrans, 09-392004 Rte. 395 in Lone Pine, Inyo. Name and Address of Owner / Agency Damien L. Cherenzia 916-227-6299 Name and Telephone Number of Person Familiar with Project Traffic Control, Shoulder Backing, HMA, WPCP, TRO,Construction Area Signs, Striping 5,285,000,00 & Marking, Guard Rail, Rumble Strip. 9/19/2023 Contract Amount Type of Work Date Completed City of Garden Grove- Various Residential Streets Reconstruction 2023 Name and Address of Owner / Agency Mark Ur)hus 714-741-5000 Name and Telephone Number of Person Familiar with Project AC Paving, Earthwork, Mobilization, Concrete improvements, Striping & Marking, Survey, SWPPP, Traffic Control, Adjust Utilities, Full Depth reclamation, Fencing, 12/15/23 6,988,665.00 Tree Removal, Gold Milling, Profilo ra hin , Survey, AG Dike 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: See see attached list of Surety SULLY -MILLER CONTRACTING Co. . i cusp 747s, 12 35 S. Sl c« e Cc 6�eg ; vc�., STD. u + Bi c;, �`A 282 R + PH(_' 7' 4-� F8-96 C 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 212/391-1954 Insurance: Marsh USA 445 South Street Suite 210 Morristown, NJ 07962 Phone 973/401-5151 FAX 973/401-5045 Contact: Anton Schmitt IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CiP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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: M 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 Sully -Miller Contracting Co. Firm used 03.28.25 Anthony Lino, Diector of PreconstnjctioEa / Assistant Secretary n4; 1" Date �ameJT i; Note: In accordance with Public Contract Code set�'2-�05; false certification of this form shall be reported to the California Attorney General and may result in civil,penalt'ies 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 NON -COLLUSION AFFIDAVIT (Title 23 United States Cade Section 112 and Public Contract Code Section 7106) Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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 Bic! #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) Anthony Lino being first duly sworn deposes and says that he/she is the Director of Preconstruction/Assistant Secretary (sole owner, a partner, president, etc.) of Sully -Miller Contracting Co. 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 tia a.ny'ather individual, except to such person or persons as have a partnership or other financial it est )tW'�aicl`016DER in his general business. B'�der: ry r 'r ttor re nth Lino Title of Preconstruction/Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 03.31.2025 Date personally appeared before me, Monica Baldacci, Notary Public Here Insert Name and Title of the Officer Anthony Lino 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 BA COMMISSION /k24r.7ri0+ Notary Public - CaE f(,t!. Y r J ORANGE COlit� My Commission Expires MAY 25. 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 ha and off ici I. Signature Signature of ry Public Monica Baldacci, 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) 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) Item #5907 DOCUMENT CHECKLIST Bid #CIP-24-25-M0157OA REBID 2024-25 Overlay A Project REBID City Project No. M0157OA REBID 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 LA Notice to Bidders Regarding Contractual Requirements Id Bid Schedule 3U Bidder's Information and Certification I Bidder's Questionnaire d Certification of Non -Segregated Facilities If Designation of Subcontractors d References Iran Contracting Act Certification Non -Collusion Affidavit All signed addendums (if any) — Digitally acknowledged by uploading via BidNet lVdIr:- Delivered to City Nall, Attn: Purchasing, Suite 120 prior to bid closing: If 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) © tabor & Material Bond (Notarized) © Insurance Required by Contract © W9 © Fringe Benefit Statement PROPOSAL FORM Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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 Kids, 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 Co. Company Address: Phone: 135 S. State College Blvd. Suite 400 Brea, CA. 92821 714,578.9600 Bids@sully-miller.com :t 3 .Anthony Lino PrintName Title: i8. f Precon Zction / Assistant Secretary Signature. Date: 2025 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 �; rc .c.�:�re:re.�.c: rc-�.crcr.�.�rc-rcrcrcrcrc:rare=c�.cue^.c:�c^.cxe=rcr�acrcr,�-r.M.�t",crcrcr,�r.�:r,�=:c�crcr,�r.�=c�,crcrcrcrer.�r.�>.� A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 03.31.2025 Date personally appeared before me, Monica Baldacci, Notary Public Here Insert Name and Title of the Officer Anthony Lino 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 hefshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MONICA MARIB BALDACCI WITNESS my han and offici eal. r COMMISSION #24478[i1 a o Notary Public - Caliiotnia ` _ ORANGE COUNTY 0 = x� My Commission Expires Signature MAY 25, zo27 ,Signature o otary Public Monica Baldacci, 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Titie(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.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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. 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. Liabilitv 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. 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 Throu h 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. have.reaO and understand the above requirements and agree to be bound by them for any work performed,for, P_ City: Authorized Signature:' Date: 3.28.2025 �� tor_of Precon, coon I Assistant Secretary Printed Name: Anthony Lino BID SCHEDULE {COPPERHILL NORTH AND SOUTHI Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Glarita, 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. BIDDER must hold pricing for one hundred twenty (120) days following the bid due date. In the event a final contract has not been awarded within this period; the City reserves the right to negotiate extensions to this period. 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. INOM BID ITEMS UNIT CITY UNPRIC TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 40,250.00 40,250.00 2 Traffic Control L5 1 150, 000 .00 150, 000. 00 3 Storm Water Pollution Prevention - BMP Plan LS 1 10, 000.00 10, 000.00 4 AC D2 PG 64-10 TN 729 186.00 135,594.00 5 AC C2 PG 64-10 TN 618 184.00 113 712 . 0 0 6 ARHM GG-C PG 64-16 TN 2,739 173,00 E3,847.00 7 Remove & Replace S" AC SF 75,214 6.50 488,891.00 8 Cold Plane & Remove 8" SF 14,970 3.50 52, 395 . 00 9 Stabilization Allowance SF 9,020 3.00 27,060.00 10 KeycutAl LF 4,644 6.60 30, 650.40 11 Keycut 81 LF 382 4 0 . 5 0 15,471.00 12 Lower Manhole Covers to Finish Grade EA 24 2,500.00 60, 000.00 13 Lower Water Valve Covers to Finish Grade EA 29 200.00 5,800.00 14 Lower Utili Cover / Vault / Well to Finish Grade EA 1 2,500.00 2,500.00 15 Adjust Manhole Covers to Finish Grade EA 24 1,200.00 28, 800 . fl 16 Adjust Water Valve Covers to Finish Grade EA 29 245.00 7,105.00 17 Adjust Utility Cover / Vault / Well to Finish Grade EA 1 3 , 3 2 0 . 0 0 3,320.00 18 Install Blue RPM's @ Fire Hydrant EA 12 8.00 96,00 19 6" White Line (Thermo) LF 160 Loo 800.0 0 20 12" White Crosswalk/Limit Line (Thermo) LF 3,038 3.00 9,114.00 21 Striping Detail #12(Thermo & Markers) LF 1 7,294 0.75 5 470.50 22 Striping Detail #29 (Thermo & Markers) LF 2,447 3.00 7, 341.00 23 Striping Detail #37B (Thermo) LF 415 2.00 830. 00 24 Striping Detail #38 (Thermo & Markers) LF 2,906 2.00 5,812.00 25 Striping Detail #38A (Thermo) LF 1,710 1.50 2,565.00 26 Striping Detail #40 (Thermo & Markers) LF 2,086 0.85 1,773.10 27 Arrow Type IV (L/R) (Thermo) FA 24 95.00 2,280.00 28 Chevron Striping EA 950 6.25 5,937.50 29 Install Temporary Video Detection System EA 16 5, 100.00 81, 600 . 0 30 Remove and Install Permanent Traffic Loops EA 51 490.00 24, 990 . 0 31 Remove and Replace Sensys EA 12 1, 900,00 22, 8 0 0. 0 TOTAL BASE BID AMOUNT FOR COPPERHILL NORTH AND SOUTH: $ 1, 816 , 8 0 4 . 5 0 TOTAL BASE BID AMOUNT IN WORDS: One Million Eight Hundred Sixteen Thousand Eight Hundred Four Dollars and Fifty Cents. BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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: Sully -Miller Contracting Co. Business Address: 135_ S State College Blvd. Suite 400. Brea. CA, 92821 Telephone No.: 714.578,9600 State CONTRACTOR's License No. & Class: 747612-A DIR No.: 1000003664 Original Date: 12/2014 Expiration Date: 6/30/2026 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: See attached Certificate of Incumbency CERTIFICATE OF INCUMBENCY I, Anthony L. Martino, II, do hereby certify that I am the Secretary of Sully -Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute boobs of said corporation. And I do hereby further certify that the following persons are duly elected officers of said corporation. NAME Marcus Leavitt William Joseph Thomas Boyd Jae Won Scott Bottomley James Wilson Jeff Galterio Anthony L. Martino, II Mark Pachura Anthony Lino TITLE Chairman of the Board President Vice President, CFO, Treasurer & Assistant Secretary Vice President & Assistant Secretary Vice President & Assistant Secretary Vice President & Assistant Secretary Secretary Assistant Secretary Assistant Secretary I further certify that the following persons are duly elected directors of said corporation, Marcus Leavitt Leslie Edwards 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 5, 2024, 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 6th day of March 2025. 0 ;;�IV79�7 Anthony L. Martino, II, Secretary Sully -Miller Contracting Company 3 •n DIR Contractor Information Legal Entity Name SULLY -MILLER CONTRACTING COMPANY Legal Entity Type Corporation Status Active Registration Number 1000003664 Registration effective date 07/01/24 State of California Department of Industrial Relations Registration expiration date 06/30/26 Mailing Address 135 S STATE COLLEGE BLVD, SUITE 400 BREA 92821 CA United States of America Physical Address 135 S STATE COLLEGE BLVD, SUITE 400 BREA 92821 CA United States of America Email Address bids@sully-miller.com Trade Name/DBA License Number (s) CSLBr747612 SULLY -MILLER CONTRACTING CO. 7476 ieL. -l� !L�,rfYL�� * e g�` 14i License Certificate I certify under penalty of perjury under the laws ,of the State of California that the following is true and core qc�t: CSLB:_Qj p 7476I2-A A& SCONTRACTORS STATE LICENSE BOARD Jeff Galterio, Assistant Secretar-y Consumer-, LiCCX1 OCS ,pplic ants Lli SULLY '.JILLERCOtdIRACIINC, CMIPA;,!Y 135 SOUTH SfATE COLLLGE BLrD SUI fE 400 BI?EA, CA 92321 UUSMC-55 Phmnc IdDill I r:1714I 57S.9600 Entity Corporation Issue Date 03130; !995 Expire Date 03J31J2026 This license is current and active. Ail information below should be reviewed. A - GENERAL ENGPILERI,JG The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture areas follows: NO All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NO IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforersxntioned principals this 28th day of 03 2o25 . BIDDER; _ ) Si ature Anthony Lino, Director of Preconstruction / Assistant Secretary Name and Title of Signatory Sully -Miller Contracting Co. Legal Name of Bidder 135. S. State College, Suite 400 Brea C_a, 92821 Address 714.5789600 33-0787630 Telephone Number Federal Tax I.D. No. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 03.3I.2025 Date personally appeared before me, Monica Baldacci, Notary Public Here Insert Name and Title of the Officer Anthony Lino Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MONICA MARIE BALDACCI WITNESS my han and offici eal. COMMISSION #2447801 p Notary Public - California Ri z ' R, ORANGE COUNTY o My Commission Expires Signature MAY 25, 2027 Signature o otary 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: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ 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) Item #5907 BIDDER'S QUESTIONNAIRE Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Clarita, California 1. Submitted by: Sully -Miller Contracting Co. Telephone: 714.578-9600 Principal Office Address: 135, S State College Blvd. Suite 400. Brea CA. 92821 2. Type of Firm: ❑ C Corporation ® 5 Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Carp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 06.16.97 State of Incorporation: Delaware President's Name: William Joseph Thomas Boyd, RMQ Vice -President's Name: Scott Bottomley Secretary or Clerk's Name: Anthony L. Martino, H Treasurer's Name: Jae Won a partnership, answer these questions: Date of organiza Name of all partners holding more than a' Designate which are General or Managing Partners. Organized in: BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: William J.T. Boyd, President/RMO License number: 747612 Class: A Expiration Date: 03.31.2026 D.I.R. Registration # 1000003664 5 CONTRACTOR'S Representative: Anthony Lino Title: Director of Preconstruction / Assistant Secretary Alternate: Jeff Galterio Title: Vice President 6. List the major construction projects your organization has in progress as of this date: A. Owner: -- - -- - Project Location: Type of Project: _ B. Owner: Project Location: Type of Project: C. Owner: Project Location: Type of Project:_ SULLY -MILLER CONTRACTING PI = PATTI IBARRA 11812025 PROJECT LIST -ACTIVE JOBS MK=MAVIS KNOX v u a E DIR Nq. JDE JOB# AGENCY JOB NAME I LOCATION EST. PM Asst. SUPT P.E. FOREMAN CONTRACT EST. EST, ti qwq u c o a 4 a a d° a •. COMMENTS PM , AMOUNT START FINISH $ e ,N a A 3 a 3 = u I a 4 N m 4 G � No. of Subs AlTOO 10225692 Santis Monica lAnnual Contract Passe Conover NAOlson I Snldacor 5,000,000 2110f20 2128125 4 N N N Y 0 Y Y TOO Tgu MO MP TOO 10226635 Long eaAnnual Local treats assa Roahl WA Olson Stewart - te. Oak Hill In Vicel 5an A 391661 10257590 Caltrans Bemardino County Ta Bahral WA Th0 a Gufle— 121,672,000 1110121 12131124 4 Y N N Y Y TOO TBD T TBb Pi 15 A 44 10 59382 Hespena anc ero oa mar ening roect anc ez o eller A lameon Mau n 4 N N N Y Y -'M' 24 -- A Ni 10261755 Caltrans Project Kirk Conover NIA Love Machado 23,880,000 113Q2 1V31125 4 N N N Y y Y V N N KkK 8 03 g e9 A 440537 60256538 World Airports Taxiwa ❑ Extenslon Child Job} Flores Romero WA Gomez Ledercq 0495606000 2123123 1111126 4 Y N N Y Y Y N Y N 11K 13 - - - enn na pmn ncre a ep." at Jahn Wayne Airport - MA-OEO-23010700 - IFB- TBO 10295103 Ccurty of Orange 080-2353102 Parent Job Quintal Conover NIA Love Dodge 5.000,000 218124 11f25124 4 N N N V Y TSO TOO TBO TBD M C asla c - as ey s ou ro act o. A 497096 10306489 LACDPW RDCOOT5875 Castro Graham NIA Love Dal 8,172,645 4115124 9127124 4 N N N Y 'r Y TOO TOO TBID TED M 4 _193629 10306682 Santa Monica FY 23-24nrua avag Proi --Castro Graharn NlA LWO tcautisn 4 N N N Y r [No Idu I Liu flAi 6 to-. epair oe ways Damages, - A 497372 10309085 Cali Emar e c Contract -San Bemardino Uddln Bahramzi NIA Thorpe Pate, 9,000,OCO 8f11f23 9127124 4 N N N Y Y TOO TOD. TOO TBD Baker, CA 3 e. laaraton n an A TED 1C309927 Caltrans Bemardino Sanchez Garcla NIA TIED Mauldin 35,935,000 516124 1V31124 4 Y N N Y Y TOO TOO TED TOD M+ 14 aza venue, t - - A 517177 10310800 tACDPW East Los Angeles Caslm Jones NIA TOO Camarillo 1 4,710.000 516f24 11/30/24 4 Y N N Y Y. TOO TBD- TED TOO M8 9 JeffireyfAllorr Ine,section Improvements A 525384 10312919 Irvinu 311466 S7-24-0002 King Janes NIA TBD Camarillo 2,816.577 5127124 513IY25 4 N N N Y - V TI-601 TOO TB.- TOO PI 6 to ens or & Washington 31 1 Roadmy - _ Al 514013 10314596 LACDPW Improverneirls, Pmject 10 No, RMD25OL4001 Almanza Acosta NIA TOO Ar ueto 5,543.639 3111 f24 12/31/24 4 N N N Y .-= Y TA TBD TEO TOO MK 9 na era Rem Estate Partners 00 Vice Public Infrastructure Improvements Re - A 505513 10314672 LLC BEd Almanza Pale! NIA Clayton Roses 29.965.000 311124 3131Y25 4 N IN N Y _ N IOD TBO T8- rso M_K 12 aveman reserva on eau acing o9 _ - Angeles County Protect ID No. RMDJOCS 70 A 506073 10315281 LACOPW Parent Job Quintal Coburn NIA Perez Tula 5.250.000 111124 12131124 4 N N N Y Y TOO TOO TBO Ten; Fl 0 avemanl —lay and KealUnattli - A 478750 10315332 Thousand Oaks Program Cl 5594 and CI 5595 Castro Ra star NIA TED Ro star 13,129.797 5Ifi124 IC131124 4 N N N I Y Y TWO TBD TUC' TED MK 8 avemen econshv on ue[ama a Northos - -- - A 508380 10315393 LACOPW Angeles County RMOJOC6773 (Parent Job) quintal Coburn NIA Love TED 5,25C.000 1f1124 12131124 4 N N N Y TOO TOO TOO TOO PI 0 Liornmercal larminaleeiRepal - Task Order No. 0700-2, FundfJob Code 2801 260-0320-1400-JX3PW603 (Child Job No. A 509312 103IB923 County of Orange 10295103) Quintal Qulnlal NIA Love Jul 1,749,333 2024 11125124 4 N N N Y Y T$O TBD - T90 1`80 M} 2 Arterial oad Rehabilitation Project. City Project A 5214g, 10319316 Palmdale No. PIN 869 Sanchez Garda I N/A TIED Clsnems 19,449.515 7110124 2114W 4 N N N Y Y TEO TBD TOO TOO UK 4 A 830575 10320687 3rvine -- CutverlAllon Intersedlon Ira rovementa Fares Jane. N/A Clayton TBO 4. 88.207 9116124 3114M 4 N N N Y I Y f R ' D T P. 10 - n- a mergeney a as epa,r ervces or - -- _ - A TOO 10321704 LACOPW Read Maintenance Division, RFP No, Espinoza TED NIA TOO TIED 1.228,872 4 N N N Y Y TBC, TED TOO TOO MK 2 A TOO 10322379 Santa Cli 2023-24 Arnual Overlay 0 P r0 set Sanchez Graham NIA Love Bautista 6,5276406 Wl Vt?4 10(31124 4 N N N UK - 5 Lipper oa way el aoryate e a !a on A 502312 10325874 County of Orange Job to 102951C3} Quintal Quintal NIA Love Lara 2.210,873 3110124 11/25124 4 N N N Y Y TBU M 190 TED P 5 A 516268 10322098 LACOPVV EACOPW, vmnt Pres N, LA 67711 Conover Cobum NIA Perez Tule 4 N N Y Y TBD - TBD —Tyro0 A Z0240536746 10330221 Fullerton range) orpeAve n rastructure Improvement Silva Acosta NIA TOO Ar uela 3.976,752 91912 1l15125 4 Y N N Y F 5 Walnut Grove Avenue a y Intal - - A 20240553607 10330991 San Gabriel Improvements Dodge Graham NIA Love Bautista 2.172,641 4 N N N Y Y TED TOO TBD TOO M. 8 Resurfacing Project, Residential- - A 20240550167 10331665 Irwindale Resurfacing Phase III- Peck Road Silva Jones N/A Cla ton Camarillo 962,099 10/24124 12M 9124 4 N N N Y I y TW T84 TBD Too P MK: 5 A TOO 10333060 Santa Monica Al art Pavin Ira rovementa S 271fi Vlramontes Graham NIA Love TED 1,914,806 4 N N N ----- 5 SO—ig wdy ase - enter tto gua u ha A 506073 10333619 LACOPW Cyn Rd, JOC8770.200.00 (Child Jab to Con— Cobum WA Love Tula 1.793.265 9M.fi124 1C111124 4 N N N Y Y TOO TOO 7BO TpO PI 0 """'aBC C, 8C I ton mae a em"a u a enrlto - A TBD 1033467$ Inc, Folsom Clausen Romero NIA Gomez 92,000 911 Z24 gf26124 4 N N N Y Y TOO TOO TBD TBO i O A TOO 10340029 SmM Internal a ex, re ge c or od s Cheeseman Chaesemen NIA Woolston 4 N N N N BVI Tau B. MK 0 ornmer a. arm na pron once a epalrs, - Task Order No. 1241.1, FundlJob Code 280.280- 280-0320-140RJX3pWfiO3 {Child Joh No. A 509312 10340370 County of Oran a 10295103) Qulnlal quintet NfA Ldrve I Lam 1.738.833 3025 0130125 4 N N N V eau— 2•M—Irl, 3.0....d 7•A1C ConrL s•vluaMue C2- COLAS GROUP INTERNAL: Employees and ponners who need to know. ACTIVE JOBS - PAGE 1 OF 2 SULLY -MILLER CONTRACTING PI = PATTI MARRA 118f2025 PROJECT LIST - ACTIVE JOBS r.1:.,. - MAVIS KNOX - m E y mA-1. CONTRACT EST. EST. n m r° ¢ o J a m a DIR NO. JDE JOSH' AGENGY JOB NAME f LOCATION EST PM pM SVPT_ P_E_ FOREMAN AMOUNT START FINISH j w U a r U s m COMMENTS 3 d E U O �. y m q N O No. of Subs Upper Roadway Maintenance Rehabilitation, Task Order No. 12AI.1. FundlJab Cade 281-280-281- A 509312 10340371 County of Orange P453-420&W1299453 (Child Job 1. 10295103� Ouinlaf galntal N!A Love Lary 703,599 V13125 D29125 4 N N N Y p rove Me-Ru-e-s-Fl l and Irun A 20240547503 10336148 Ontedo Sewerlmprovemews Silva Mcdermol WA ulna Gutierrez 20,323,888 V13125 S13012026 4 N N N Y v Teo 7$tt TAU THL1 PI in A NIA 10336627 S-M Irilemal Blue Diemonndale Plant Upgrade Johnson NIA Cla on 1 101124 4 N N N N A NIA 10337766 S-M Irl Pit 2- Site I NIA claylon ACTIVE JOBS- TOTAL 451.579,011 Saurce: mae.nolm a=o.�ore 7=NC Canat, e='A-11e C2 - CCLAS GROUP INTERNAL: Empfnyees and partners who need to know. ACTIVE JOBS - PAGE 2 OF 2 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-24-25-M0157OA REBID 2024-25 Overlay A Project REBID City Project No. M0157OA REBID 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 # C!P-24-25-MO157OA REBID 2024-25 Overlay A Project REBID City Project No. M0157OA REBID City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of Y, of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt, sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Chrisp Company 11000000306 $ 45,427.10 Location and Place of Business 2280 S. Lilac Ave., Bloomington, CA 92316 Bid Schedule Item No's: Base Bids: Description of Work 2 18-28 Striping & Markin License No. Exp. Date: / / Phone ( I 374600 05/31/25 909/746-0356 Subcontractor Crosstown Electrical DIR Registration No,* Dollar Value of Work D 1 Location and Place of Business 5454 Diaz Street, Irwindale, CA 91706 Bid Schedule Item No's: Description of Work Base Bid: 1 P 29 31 Electrical License No. Exp. Date_ / / Phone I j 756309 11/30/26 626/813-6693 Subcontractor DIR Registration No.* Dollar Value of Work Cindy Trump, Inc. dba $ 176,628.00 Location and Place of Business 625 W. Mountain Ave., La Habra, CA 90631 Bid Schedule item No's: Description of Work Base Bid: 7, 8(P), 10, 11 Cold Planing License No. Exp. Date: / / Phone ( j 754500 1 09/30/26 562/697-2286 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 81DDER 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 i (commencing with section 1720) of the California Labor Code. DESIGNATION OF SUBCONTRACTORS Bid # CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Ciarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % 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. S-,B S nt�torl i ties . DIR Registration No.* Dollar Value of Work Adjusting, Inc. 1000004286 $ 45,700,00 Location and Place of Business 1345 Quarry Street, 4101, Corona, CA 92878 id Sche le I em No's: ase l : Description of Work 12,14,15,17 Adjust Utilities License No. Exp. Date: / / Phone ( } 932798 05/31/25 951/279-6869 Subcontractor DIR Registration No,* Dollar Value of Work California Professional Location and Place of Business 19062 San Jose Avenue, La Puente, CA 91748 Bid Schedule Item No's: Description of Work Base Bid: 30 Looips License No. Exp. Date: / / Phone } 793907 04/30/27 626/810-1338 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 ( 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 tabor 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-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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: i. City of Santa Clarita, 2021-2022 Federal Resurfacing Project Name and Address of Owner / Agency Jodee Roth 661/ 259-2489 Name and Telephone Number of Person Familiar with Project Mobilization, Earthwork, Adjust Manholes, AC Paving,Traffic Control, SWPPP, 4 35$ 532.00 Electrical, 5tri in & Marking. 9/27/2023 Contract Amount Type of Work Date Completed 2. Caltrans, 09-392004 Rte. 395 in tone Pine, Inyo. Name and Address of Owner / Agency Damien L. Cherenzia 916-227-6299 Name and Telephone Number of Person Familiar with Project Traffic Control, Shoulder Backing, HMA, WPCP, TRO, Construction Area Signs, Striping 5,285,000.00 & Marking, Guard Rail, Rumble Strip. 9/19/2023 Contract Amount Type of Work Date Completed 3. City of Garden Grove- Various Residential Streets Reconstruction 2023 Name and Address of Owner / Agency Mark Llohus 714-741-5000 Name and Telephone Number of Person Familiar with Project AC Paving, Earthwork, Mobilization, Concrete Improvements, Striping & Marking, Survey, SWPPP, Traffic Control, Adjust Utilities, Full Depth reclamation, Fencing, 12/15/23 6,988,665.00 Tree Removal, Gold Millina. Profiloaraohina, Survey. AC Dike 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: See attached list of Surety ,SULLY -MILLER CONTRACTING' C'(). Lrc erisc 74 76 1 _°A , 35 ti . ._�1 c.,. e C �r l�lege B,'v ., .tires. 2 0 • Brec,, C,A 92 2 i �' 1 !�C_);ti;`L .` t 4�-,),, -,eb[;fj 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 7701625-2509 Contact: D.J. Conroy Insurance: Liberty Mutual Group 1133 Avenue of America New York, NY 10036 Phone 800/227-9887 Ext 443 FAX 212/391-1954 Insurance: Marsh USA 445 South Street Suite 210 Morristown, NJ 07962 Phone 973/401-5151 FAX 9731401-5045 Contact: Anton Schmitt IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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: M 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 Sully -Miller Contracting Co. Firm Aigrked 03, 28.25 Anthony Lino, Di€°ector of Preconstnaction /Assistant Secretary Date + ame/T 6e . Note: In accordance with Public Contract Code seo* Z� 05; false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or:rineligibility to bid on contracts for three years. QIVX6124814111rvi14i1,11 BIDDER'S BOLD Bid #CIP-24-25-MO1570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: 10% of Bid Amount dollars (.$ 10% ), 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: 2024-25 Overlay A Project REBID ..Bid 4p '. Y.,,' �.CIP-24-25-MO1570A REBID Pr6iea <M, 0157 r- ,� r • Lh 13i e S S$hatLJr thony Lino, Assistant Secretary 'Sull�i;llrile`.Contractin2 Co. CONTRACTOR/BIDDER 153. S State College Blvd Suite 400 Address Brea, CA 92821 City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. PROPOSAL GUARANTEE BID BOND Bid #CIP-24-25-MO1570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that Sully -Miller Contracting Company as BIDDER, and Liberty Mutual Insurance Company as SURETY, are held and firmly bound unto the Ten Percent of City of Santa Clarita, as CITY, in the penal sum ofAmount Bid dollars ($ 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. 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 rnto 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 27th Day of March 12025 . r CONTRACTOR: Anthony Lino - Assistant Secretary LO�A Name and Title of Signatory Sign turf Sully -Miller Contracting Company Legal Name of Bidder 135 S. State College Blvd., Suite 400, Brea, CA 92821 Bidder Address 714-578-9600 33-0787630 Telephone Number SURETY*: Liberty Mutual Insurance Company _ Federal Tax I.D. No. Name 513-792-1862 Sarah, Keith@libertymutual.com Phone Number and Email 175 Berkeley Street, Boston MA 02116 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 S70, 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 �C`.C`C,(�C'.{`C'.C'E'.i�C`,f `C'.C�C".t"1SE`C'.4'•CC --:C'i�,t'.C`.�d`-.C'�f`.�C:F�C`.C.�(`.�CSC�C`.a�("(':�CSkii�C`.F'C,.CSC.G!`.(:C`.C:CSr`/`[-�`..n!`,r1`.c`",n^., Y'C`^r:':.'.,N''C:+.^x-Y'.q,r^:�l:l":^,t+.^.{ 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 03.31.2025 Date personally appeared before me, Monica Baldacci, Notary Public Here Insert Name and Title of the Officer Anthony Lino Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose Name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. r7, LI;ONICAMARiEBALI]ACCI WITNESS my hand and ia1 seal. COMMISSION #2447$Di Notary Putalic California 0 ORANGE COUNTY r, My Commission Expires Signature MAY 25, 2027 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: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacify(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: @2014 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 !IlAk % 7 205 before me, L. Clark, Notary Public , Date Here Insert Name and Title of the Officer personally appeared Victoria M. Campbell Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that +ie/she/they- executed the same in his/her/their authorized capacity(les), and that by his/her/their•signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. L, CLARK Notary Public - California s " m Los Angeles County ° Commission N 2503609 My Comm. Expires Nov 28, 2028 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature [� Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document: Number of Pages: MA Document Date: Signer(s) Other Than Named Above: Capaciity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual IN Attorney in Fact ❑ Trustee ❑ Guardian or Conservator F I 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: .,�., .,. , . _ � � �1 � � �fi,-E)T-�,`=<:�%C7cG:-cv �=.'�= ..v �C.`cf-3cC�: =,. ., ., . -. . - .:; �_t ..'r:�c;�-�,� ;✓.'e �.`� .- ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) item V5907 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. Ift LibertX Liberty Mutual Insurance Company mutuil. The Ohio Casualty Insurance Company Certificate No: 8205201-971932 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Khoi Tran; Victoria M. Campbell all of the city of Los Angeles state of CA each individually if there be more than one named, its true and lawful attomey-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 . F� 1x311 PVgY 1NSU 1NSU/ri . V.1.tu 191 o a 1919 2 1991 0 of d�g�s¢cs+u5 �Aa y4� ear�PS�ayo <s�vNnraNP�aa� By. 7 t A h1 t t M* t n3 M State of PENNSYLVANIA & County of MONTGOMERY ss Liberty Mutual Insurance Company The Ohio Casualty insurance Company West American Insurance Company 44ZI/, �; � I On this 5th day of April 2021 before me personally appeared David M. Carey, who acknowledged himseif to be the Assistant Secretary of Liberty Mutual insurance i6 I 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 s€gnina on behalf of the corporations by himself as a duly authorized officer. m� 0� 60 O 0) c� C' rn co tf 0.9 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. °� -- Cammonweailh o1 Pennsylvania -Notary Seal Jgj{o, Teresa PNotary Pubric Montgomery County 1 OF y - My commission expires March 28.2025 By,. 1 Commission number 1126044 y .... -al Teresa Pastella, Notary Public Memh� r, Pennsylvania Assadation of Notaries This Power of Attorney is made and executed pursuant to and by authority of the fD0owing By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such 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, recognizancas and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Hoard, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE Xlll — 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 attomey, 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, recognizanees 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, € have hereunto set my hand and affixed the seals of said Companies this 27th day of Marcb , 2025 . P` 1NSU� Pv-,-? INSp � 1%81J'i �J G°RP �/�p �YCr GiJ 4oRP°r�>'Pqy �GP u°gPOrryr fit+ Lu 1912 0 0 1919, 1991 0 r B ss'cn°s�da� ydykaMrs`4�da �s �HOIA+�P paw y da> Renee C. Llewellyn, Assistant 5ecreta p�7 Y ry LMS-12873 LMIC 0C1C WAIC Mulb Co 02121 LETTER OF TRANSMITTAL SULLY -MILLER CONTFCACTIN>G CO_ FROM: SULLY -MILLER CONTRACTING COMPANY DATE: 03/31/25 135 S. STATE COLLEGE BLVD., STE. 400 BREA, CA 92821 TO: City of Santa Clarita RE: 2024-25 Overlay A Project - REBID ATTN: Purchasing -Michele Arima Bid # CIP-24-25-MO1570A REBID 233920 Valencia Blvd. City Project No. M01570A Santa Clarita, CA 91355 BID DATE: April 2, 2025 @a 11:00 a.m. 661/286-4066 BID BOND marim a(a)__santa-clarita.com TRANSMITTAL NO: GENTLEMEN: WE ARE SENDING YOU: X ATTACHED VIA: Federal Express THE FOLLOWING ITEMS: SHOP DRAWINGS CHANGE ORDER SAMPLES SUBMITTALS PLANS OTHER Original I I SPEC. SECTION I DESCRIPTION 1 IBID BOND FOR THE ABOVE REFERENCED PROJECT HESE ARE TRANSMITTED AS CHECKED BELOW: X APPROVAL RETURN FOR CORRECTION OTHER: SUBMIT FOR YOUR INFORMATION RESUBMIT REMARKS: Please find attached the original wet signature bid bond per the plans and specifications for the above mentioned project. Please contactor our office if you have any questions regarding this transmittal. Thank you. COPIES: SIGNED: '"- ,✓' - FILE "'Jessica Delgado -Daniels Estimating Coordinator Transaction Record -•E�x� TRACI4NG NO,: SHIP DATE: ESTIMATED SHIPPING CHARGES: 880208845194 Mar 31, 2025 17.88 USD From address Jessica Daniels Sully -Miller Contracting 135 S. State College Blvd Suite 400 92821 CA Brea us Phone:7145789600 Jessica.Daniels@sully-miller.com Package information Pieces Weight Dimensions (LxWxH) 1 x 1.00Ib Packaging type: FedEx Envelope Billing information Bill transportation cost to: Bill duties, taxes and fees to: Your reference: xx**rrx473 To address Michels Arima City of Santa Clarita 23920 Valencia Blvd Purchasing Department 91355 CA SANTA CLARITA us Phone:6612864066 marima@santa-clarita.com Carriage value Package options Service: FedEx Priority Overnight Org. Wet Signature Bid Bond nla Pickup/ drop-off type: I'll drop off my shipment at a FedEx location P.O. No.: Invoice No.: Department No. 100783.72140.80 ESTIMATING Please note: This transaction record is neither a statement nor an invoice, and does not confirm shipment tendered to FedEx or payment. 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, loss of sales, income interest, profit, attorneys fees, costs, and other forms of damage whether direct, incidental, wnsequentiai, 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 then 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 an how shipping charges are calculated. FedEx' Tacking DELIVERED Tuesday 4/1 /Z5 at 9:34 AM Signed for by: F.Lauren Obtain proof of delivery How was your delivery? DELIVERY STATUS Delivered Q e GPS delivery location Report missing package F. LAUFEN 05, a4.35, 1 Del, U NonDel ADD YOUR EMAIL TO STAY UPDATED ON THIS SHIPMENT MORE OPTIONS TRACKING ID 880208845194 .� -� FROM Sully -Miller Contracting Jessica Daniels 13S S. State College Blvd Suite 40C Brea, CA US 92821 714578960C label Created 3/31 /25 539 PM ON THE WAY OAKLAND,CA 4/1 /25 3:15 AM OUT FOR DELIVERY NORTH HILLS, CA 4/1 /25 8:30 AM DELIVERED Michele Arima City of Santa Clarita 23920 VALENCIA BLVD SANTA CLARITA, CA US 91355 6612864066 Delivered 4/1 /25 at 9:34 AM .L View travel history Shipment facts eShipment overview TRACKING NUMBER 880208845194 DELIVERED TO Shipping/Receiving DEPARTMENT NUMBER ESTIMATING SHIPPER REFERENCE Org. Wet Signature Bid Bond SHIP DATE 0 3/31/25 STANDARD TRANSIT 4/1/25before 10:30AM DELIVERED 4/1/25at9:34AM [� Services SERVICE Fed Ex Priority Overnight TERMS Shipper PURCHASE ORDER NUMBER 100783.72140.80 SPECIAL HANDLING SECTION Deliver Weekday TOTAL PIECES 1 TOTAL SHIPMENT WEIGHT O.5lbs/0.23kgs PACKAGING Fed Ex Envelope T Back to to Trave f h ist©ry SORT BY DATE/TIME Ascending N/ Time zone Local Scan Time Monday, 3/31 /25 • 5:39 PM Shipment information sent to FedEx • 4:25 PM At FedEx origin facility BREA, CA • 4:25 PM Picked up Package received after FedEx cutoff BREA, CA • 4:31 PM Shipment arriving On -Time BREA, CA • 5:55 PM Picked up CFEY OF INDUSTRY, CA • 6:37 PM Shipment arriving early CITY OF INDUSTRY, CA • 7:49 PM Left FedEx origin facility CITY OF INDUSTRY, CA • 7:50 PM Shipment arriving On Time CITY OF INDUSTRY, CA s 10:52 PM Arrived at FedEx hub OAKLAND,CA Departed FedEx hub OAKLAND,CA • 8:30 AM On FedEx vehicle for delivery NORTH HILLS, CA 934 AM Delivered SANTA CLARITA, CA Select a tab* All (7) OURCOMPANY About FedEx Our Portfolio Investor Relations Careers FedEx Blog Corporate Responsibility Newsroom Contact Us MORE FROM FEDEX FedEx Compatible FedEx Developer Portal FedEx Logistics ShopRunner LANGUAGE United States FOLLOW FEDEX @ (D ® @ 8 T Back to to u NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID 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-24-25-M01570A REBID 2024-25 Overlay A Project REBID City Project No. M01570A REBID City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) Anthony Lino being first duly sworn deposes and says that he/she is the Director of Preconstruction/Assistant Secretary (sole owner, a partner, president, etc.) of Sully -Miller Contracting Co. 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 •tom any'ot:her individual, except to such person or persons as have a partnership or other financial iqpiit with ssaicl`B'16DER in his general business. Si' ia'ture nth Lino Title �irector of Preconstruction/Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ge County of bran I On 03.31.2025 Date personally appeared before me, Monica Baldacci, Notary Public Here Insert Name and Title of the Officer Anthony Lino 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. 6iMONICA MARIE BALOACCI COMMISSION #24c7yflj g .: Notary Public - COW(c:. ;- y 3 ORANGE COU:,f r- My Commission Expve!: 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 ha and off ici Signature Signature of ry Public Monica Baldacci, 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: 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: ©2014 National Notary Association • www,NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 Addendum No. 1 February 27, 2025 Addendum No. 1 BID # CIP-24-25-MO1570B 2024-25 Overlay B Project City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. WORKING DAYS FOR ALTERNATE 1 Please note that the number of working days for Alternate 1 has been updated to 35. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. / COREY R. KIRSCHNER - CEO 2/27/2025 C. tractor's Representative Dote ONYX PAVING COMPANY, INC. Company Name BID # CIP-24-25-MO1570B -poll p" City '-PACLARITA SANSI �cx NOTICE INVITING BIDS LL TABLE OF CONTENTS Bid #CIP-24-25-MO1570B 2024-25 Overlay B Project City Project No. M0157 City of Santa Clarita, California SECTION A CITY OF SANTA CLARITA - APPROVAL TO BID NOTICE INVITING BIDS DOCUMENT CHECKLIST SECTION B BID INSTRUCTIONS BID CLAUSES SECTION C PROPOSAL FORM NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS BID SCHEDULE ALTERNATE BID SCHEDULE BIDDER'S INFORMATION AND CERTIFICATION BIDDER'S QUESTIONNAIRE CERTIFICATION OF NON -SEGREGATED FACILITIES DESIGNATION OF SUBCONTRACTORS REFERENCES IRAN CONTRACTING ACT CERTIFICATION PROPOSAL GUARANTEE BOND/BIDDER'S BOND NON -COLLUSION AFFIDAVIT SECTION D SUBCONTRACTOR CLAUSES CAPITAL IMPROVEMENT PROJECT AGREEMENT LABOR AND MATERIAL BOND FAITHFUL PERFORMANCE BOND FRINGE BENEFIT STATEMENT SECTION F SPECIAL PROVISIONS EXHIBIT A PLANS EXHIBIT B C&DMMP FORM Docusign Envelope ID: D58E31A8-5461-4AEB-8818-B89D3A3912DF APPROVAL TO BID FOR Bid #CIP-24-25-M01570B 2024-25 Overlay B Project City Project No. M0157 CITY OF SANTA CLARITA C.I.P. Division 23920 Valencia Boulevard Santa Clarita, CA 91355 Bids shall be submitted electronically through BidNet to the City of Santa Clarita (CITY) at: www.bidnetdirect.com//cityofsantaclarita All information requested therein must be clearly and legibly set forth in the manner and form indicated. The CITY will not consider any proposal not meeting these requirements. BID CLOSING DATE: March 18, 2025 A ra d to Bid: 19ne y. 02/18/2025 Date: Damon Letz, City Engineer Initial SP CITY OF SANTA CLARITA NOTICE INVITING BIDS Project Name: 2024-2S Overlay B Project BID #: CIP-24-2S-M01570B City Project Number: M0157 Dates Published: February 18, 2025 & February 25, 2025 Last Day for Questions: March 6, 2025 before 11:00 AM (PT) Bid Closing: March 18, 2025 before 11:00 AM (PT) Engineer's Estimate: $7,000,000 Licenses) Required: A or C12 Project Description: The work to be performed includes, but is not limited to, furnishing all materials, equipment, tools, labor, and incidentals as required by the plans, specifications, and contract documents for the reconstruction or repair of City streets at various locations throughout the City of Santa Clarita. See plans in Exhibit A for more detailed descriptions and locations of the various sites. Bond Requirements: Yes Contact Information: Jaclyn Abston I jabston@santaclarita.gov Prevailing Wage Monitoring: This Project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations. Required Contractor & Subcontractor Registration: Only bids submitted by bidders (along with all listed subcontractors) that are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5 will be accepted. Specifications for this bid may be downloaded from the City's Purchasing website at: www.bidnetdirect.com//cityofsantaciarita. Please refer to specifications for complete details and bid requirements. The specifications in this notice shall be considered a part of any contract made pursuant thereto. A paper copy of the bid documents is available upon request in the City Clerk's office, suite 120. Bid Questions should be submitted electronically via BidNet "Question and Answer" tab. Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged via BidNet in addition to a printed and signed version submitted with the bid. if addenda are not signed and submitted with the bid proposal, the bid may be deemed non -responsive and rejected. DOCUMENT CHECKLI Bid #CIP-24-25-MO157OB 2024-25 Overlay B Project City Project No. M0157 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) 11/Proposal Form ® Notice to Bidders Regarding Contractual Requirements (Bid Schedule Alternate Bid Schedule Bidder's Information and Certification �J /.8idder's Questionnaire fit" Certification of Non -Segregated Facilities ;Designation of Subcontractors ly, "References Ls�df Iran Contracting Act Certification L�� Non -Collusion Affidavit LY 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: ®`f 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 Ll W9 ❑ Fringe Benefit Statement PROPOSALFORM Bid #CIP-24-25-MO1570B 2024-25 Overlay B Project City Project No. M0157 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: ONYX PAVING COMPANY, INC. Company Address: 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Phone: 714-632-6699 Email: BIDS(a.ONYXPAVING.COM By: COREY R. KIRSCHNER Print Name Title: CEO Signature: Date: 3/17/2025 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-24-25-M01570B 2024-25 Overlay B Project City Project No. M0157 City of Santa Clorita, 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. Requests should be submitted via the Q&A portal on BidNet prior to the deadline for questions and answers. 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 involvina real orooertv onlv) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability of Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000) combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature:/ Date: 3/17/2025 Printed Name: COREY R. KIRSCHNER - CEO BID SCHEDULE Bid #CIP-24-25-M0157OB 2024-25 Overlay B Project City Project No. M0157 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. BIDDER must hold pricing for one hundred twenty (120) days following the bid due date. In the event a final contract has not been awarded within this period, the City reserves the right to negotiate extensions to this period. 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. INO. BID ITEMS UNIT QTY UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 -IS Imo 00C) 2 Traffic Control LS 1 ZYti'EbZ 3A() `6 3 Storm Water Pollution Control Program LS 1 t0 COO l 000 4 Cold Plane & Remove 15-1/2" SF 261,352 . {oo {, gBt57 . 5 AC C2 PG 64-10 TN 23,449 ( 3, if-ts Zus 6 ARHM GG-D PG 64-16 TN 3,159 iSy Ll� C{ � 7 Stabilization Allowance SF 26,136 L4 .5d 8 AC Shoulder Backing LF 1,680 (a to 0 9 Lower Manhole Covers to Finish Grade EA 37 JIM9 `R0 10 Lower Gas Covers to Finish Grade EA 5 <6q () q AG7(D 11 Lower Water Valve Covers to Finish Grade EA 23 V 0 Lo I D 12 Lower Sewer Cleanout to Finish Grade EA 2 (,-2b `1-:6 13 Adjust Manhole Covers to Finish Grade EA 37 k 270 UffqiD 14 Adjust Gas Covers to Finish Grade EA 5 -0,0 LSO 15 Adjust Water Valve Covers to Finish Grade EA 23 -6a0 tA-70 16 Adjust Sewer Cleanout to Finish Grade EA 2 CC l vAC) 17 Install Blue RPM's @ Fire Hydrant EA 12 t Z 18 12" White Crosswalk/Limit Line (Thermo) LF 988 19 Striping Detail #12 (Thermo & Markers) LF 5,046 [AC) C) �J� �� by 20 Striping Detail #22 (Thermo & Markers) LF 1,102 t .C,0 cu SO 21 1 Striping Detail #27B (Markers) LF 4,084 1. � (ID Lj,oq•qfl 22 Striping Detail #32 (Thermo & Markers) LF 2,098 3 ?.S .SC) 23 Striping Detail #38 (Thermo & Markers) LF 1,670 p 3 1 [ j 24 Striping Detail #40 (Thermo) LF 80 25 Arrow Type IV (L/R) (Thermo) EA 13 26 Remove and Install Permanent Traffic Loops EA 20 27 Install Temporary Video Detection System EA 8 �'�bu TOTAL BASE BID AMOUNT: $ TOTAL BASE BID AMOUNT IN WORDS: _ 1M i `�1oy1 'S�,x (7k llRcs e_vgn. ALTERNATE BID SCHEDULE Bid #CIP-24-25-M01570B 2024-25 Overlay B Project City Project No. M0157 City of Santa Clarita, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. The award of contract will be made in accordance with the guidelines set forth in Section B, Bid Instructions. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. BIDDER must hold pricing for one hundred twenty (120) days following the bid due date. In the event a final contract has not been awarded within this period; the City reserves the right to negotiate extensions to this period. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. BID ITEMS UNIT QTY UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance LS 1 lb imp 2 Traffic Control LS 1 i1m,M11 osl t-1Qx 3 Storm Water Pollution Control Program LS 1 000 4 Cold Plan & Remove 14-1/2" SF 317,193 (5, (pl`) 5 AC C2 PG 64-10 TN 27,259 17U0 6 ARHM GG-D PG 64-16 TN 3,833 bciq (I kS7 7 Stabilization Allowance SF 31,720 ,%7U [ C) 8 Lower Manhole Covers to Finish Grade EA 8 9 Lower Gas Covers to Finish Grade EA 6 $� c) t Sq0 10 Lower Water Valve Covers to Finish Grade EA 43 $CtQ 11 Adjust Manhole Covers to Finish Grade EA 8 1ZED LD I UPC) 12 Adjust Gas Covers to Finish Grade EA 6 V[D i 3q 0 13 Adjust Water Valve Covers to Finish Grade EA 43 �b �} ZOO 14 Install Blue RPM's @ Fire Hydrant EA 20 l 3R� 15 12" White Crosswalk/Limit Line (Thermo) LF 2,584 7j.2 3'. 16 Striping Detail #12 (Thermo & Markers) LF 10,428 l J Q I I +-k1()-`dD 17 Striping Detail #24 (Thermo & Markers) LF 4,277 1AQ +-4 -_2 b 18 Striping Detail #27 (Markers) LF 339 2 .TS- 19 1 Striping Detail #29 (Markers) LF 651 3 •Z 115-.7S- 20 Striping Detail #37B (Thermo & Markers) LF 615 I • (110 q,&L 21 Striping Detail #38A (Thermo & Markers) LF 5,211 l - 3S �, `65 22 Striping Detail #39A (Thermo) LF 204 t . (aO . t-{() 23 Striping Detail #40 (Thermo) LF 327 ) . 1 Q D 24 Arrow Type III (Thermo) EA 1 25 Arrow Type IV (L/R) (Thermo) EA 35 s 3 32S" 26 Remove and Install Permanent Traffic Loops EA 22 27 Install Temporary Video Detection System EA 21 �Q TOTAL BASE BID AMOUNT: $ (, 60 U CC TOTAL ALTERNATE BID AMOUNT IN WORDS: Sl�C, 1Mf�`tl OY) VIM P_%ll)mytd� BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-24-25-M01570B 2024-25 Overlay B Project City Project No. M0157 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: ONYX PAVING COMPANY, INC. Business Address: 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Telephone No.: 714-632-6699 State CONTRACTOR's License No. & Class: 630360• A C12 DIR No.: 1000004798 Original Date: 10/09/1991 Expiration Date: 10/31 /2025 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: COREY R. KIRSCHNER - CEO, ANTHONY STEEN - PRES. , RICHARD DEVOS - CFO, JAY KIRSCHNER - VP, SEC, TREAS. 2890 E. LA CRESTA AVE. ANAHEIM. CA 92806 714-632-6699 The dates of any voluntary or involuntary ban kruptcyjudgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture areas follows: All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NIA IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 1 7TH day of 2025 . MARCH r BIDDER: Signature COREY R. KIRSCHNER - CEO Name and Title of Signatory ONYX PAVING COMPANY, INC. Legal Name of Bidder 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Address 714-632-6699 Telephone Number 33-0394344 Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #CIP-24-2S-M01570B 2024-25 Overlay B Project City Project No. M0157 City of Santa Clarita, California 1. Submitted by: ONYX PAVING COMPANY, INC. Telephone: 714-632-6699 Principal Office Address: 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 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:2/15/1990 State of Incorporation: CALIFORNIA President's Name: COREY R. KIRSCHNER - CEO Vice -Presidents Name: JAY KIRSCHNER Secretary or Clerk's Name: JAY KIRSCHNER Treasurer's Name: JAY KIRSCHNER 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: NIA N/A N/A N/A Designate which are General or Managing Partners. BIDDER'S QUESTIONNAIRE (contd) Bid #CIP-24-25-M01570B 2024-25 Overlay B Project City Project No. M0157 City of Santa Clarita, California 4. Name of person holding CONTRACrOR's license: COREY R. KIRSCHNER - CEO License number: 630360 class: A. C12 Expiration Date: 10/31/2025 D.I.R. Registration # 1000004798 5. CONTRACrORs Representative: COREY R. KIRSCHNER Title: CEO Alternate: JAY KIRSCHNER Title: VP, SEC, TREAS. 6. List the major construction projects your organization has in progress as of this date: A. Owner: PLEASE SEE ATTACHED REFERENCES. Project Location: Type of Project: B. Owner: —PLEASE SEE ATTACHED REFERENCES. Project Location: Type of Project: C. Owner: —PLEASE SEE ATTACHED REFERENCES. Project Location: Type of Project: CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-24-25-MO1570B 2024-25 Overlay B Project City Project No. M0157 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. ONYX PAVING COMPANY, INC. BIDDER COREY R. KIRSCHNER - CEO Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the SecretF!ry of I-Pbor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DESIGNATION OF SUBCONTRACTORS Bid # CIP-24-25-MO1570B 2024-25 Overlay B Project City Project No. M0157 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of A of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add add. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business D�-UV*l Bid Schedule Item No's: ,,+t— lfEidli f�� Description of jWoork v'Jon' " " License No. Exp. Date: / / 1 Phone( } q Subcontractor �t ufiiit�`etS L��S�i DIR Registration No.* bC Dollar Value of Work `o0c) Location and Place of Business BidpSchedule Item No's: Description of Work �+��t �.8Jvst( � 4 1-13cAd1) License No. Exp. Date: / / Phone ( } DC3 - l q. 5( 31 Subcontractor W 5{-�` ' DIR Registration No.* i 000 to pt [ Dollar Value of Work Location and Place of Business C�--kk�)v-\ ( Cft Bid Schedule Item No's: Description of Work CA 5�-Yr Y� � I 2,� b4w) �'ti � cl License No. 0�S 3YO- Exp. Date: / / I / �� z Phone ( ) �-1 I -70 il o� 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 pu blic 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 10154 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DESIGNATION OF SUBCONTRACTORS Bid # CIP-24-25-MO157OB 2024-25 Overlay B Project City Project No. MO157 City of Santa Clail 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 add. sheets if needed. Subcontractor C+ro�s�k t� 4=kff-Wz(-6L1 DIR Registration No.* i (D Dollar Value of Work SS iCoil Location and Place of Business U Bid Schedule I em No's: Description of Work TY51ejef- vac License No. i 3v Exp. Date: / / i 1 /O 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 l Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone MOTE: 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 jcommencing with section 1720) of the California Labor Code. REFERENCES Bid #CIP-24-25-M01570B 2024-25 Overlay B Project City Project No. M0157 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. PLEASE SEE ATTACHED REFERENCES. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. PLEASE SEE ATTACHED REFERENCES. Name and Address of owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. PLEASE SEE ATTACHED REFERENCES, 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: SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION 1200 MAIN ST., SUITE 800 KANSAS CITY, MO 64105 213-457-6195 Performance Bonding Surety & Insurance Brokerage 15901 Red Hill Avenue, Suite 202 Tustin, California 92780 714-505-7011 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CIP-24-25-M01570B 2024-25 Overlay B Project City Project No. M0157 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: VProposer 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 520,000,000 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 ONYX PAVING COMPANY. INC. Firm Signed 3/17/2025 COREY R. KIRSCHNER - CEO Date Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT N/A BIDDER'S BOND Bid #CIP-24-25-M0157OB 2024-25 Overlay B Project City Project No. M0157 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), 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: 2024-25 Overlay B Project Bid No. CIP-24-25-M01S7OB Project No. M0157 Bidder's Signature CONTRACTOR/BIDDER Address City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. PROPOSAL GUARANTEE BID BOND Bid #C1P-24-25-MO1570B 2024-25 Overlay B Project City Project No. M0157 City of Santa C'larita, California KNOW ALL PERSONS BY THESE PRESENTS that Onvx Pavinq Company. Inc. , as BIDDER, and Swiss Re Corporate Solutions America Insurance Corporation as SURETY, are held and firmly bound unto the Ten Percent of the City of Santa Clarita, as CITY, in the penal sum of Total Amount srddollars ($ - 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. 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 shalt 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 14th Day of March , 2025 . CONTRACTOR: (-l}MLf K. 4\0,�UV►VU-1- -- Name and Title of Signatory re Onyx Paving Company. Inc. _ Legal Name of Bidder 2890 East La Cresta Avenue, Anaheim, CA 92806 Bidder Address (714)632-6699 Telephone Number SURETY': Swiss Re Corporate Solutions An Name (714) 505-7011 zyanya.hernandez@baldwin.com Phone Number and Email 33-0394344 Federal Tax I.D. No, Attorney -in -Fact 1200 Main St. Suite 800, Kansas City MO 64105-2478 do Baldwin Southeast Insurance Services, LLC - 15901 Red Hill Avenue, Suite 100. Tustin. CA 92780 Address ,ptt5 A.44F7t '''• -dr 1973�.:`�a s�/..fSsov..•'y� . , "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 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On March 14. 2Q25 before me, Leslie Rocha. Notary Public Date Here Insert Name and Title of the Officer personally appeared Corey R. Kirschner i Name(s) of Signer(4 who proved to me on the basis of satisfactory evidence to be the person(a) whose name(g) is/axe subscribed to the within instrument and acknowledged to me that he/sKe/they executed the same in his/her/their authorized capacity(iQt), and that by hisAmr/their signature(x) on the instrument the person(g), 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. LESLIEROCHA WITNESS my hand and official seal. NClary PAIic . California ~~ A orn$e COLCTy J c Co'*."ISsion X 2484g49 SI nature �- My Come, Expires Mar 1?. 2429 9 —_-- Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Corporate Officer — Title(s): 1 Partner — ❑ Limited 7 General Individual J Attorney in Fact Trustee --i Guardian or Conservator C Other. Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): El Partner — [7 Limited 7 General ❑ Individual Attorney in Fact ❑ Trustee Guardian or Conservator E] Other: Signer Is Representing: ..."'L%�c;;c:;L:.t,`C%:-`r�L''.Z:�G`'-C}cWw`C%i.`r=L4."C;'-n.^'",::�LCL"S:,L'i%4.°G"ti'C%44`S�4r.fG'z.`�:..t'w'=,.'-'�•.'{:?'.:c"<, .t ©2014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item 45907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 MAR 14 2025 before me, Christina Rogers Notary Public, personally appeared Zvanya Hernandez who proved to me on the basis of satisfactory evidence to be the person(s) whose namc(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. *my CHRISTIAA ROGERS notary Public - California Orange County WITNESS my hand and official seal. Commisilon 0 2463205 CCmm. Expires Sep ta, z027 SIGNATURE PLACE NOTARY SEAL Anovt Though the information below is not required by law, it may prop c %aluable to persons relying on the document and could prevent fraudulent removal and reattachment of this lorm to another document. document Title or type of document: Docunhc:nt Date: Number of Siuner(s) Other than Named Above: SWISS RE CORPORATE SOLUTIONS I,Vil�� P[ ( I,1!11I0,' \11 i(IJ ! \W PI( INSURANCE OJIW(fl, \lit)\ I �Kt ; 11c,") 1-, Pi ( I INN' 1!, 1. I ()I r Ili [11,1[ A111 ('(IIU()RAFI0N( Y( 11I( IR I IV, I I" \\1 I ( 1. 11" tIt )I, 1 I III\ C F,"S FRAL PON) FR OFA,ri'o w\ u,� I" \1AV \ I 1 %11 \ H 'I, I 111 �l PP I S1�NTS,Tll VT tiIWS \ IC, a coll)Or:ii ioli,1111" It Lil 11)',' tir.uc 111 \ I I 1,1:jjj :. 111tj I],[\ IIIL. ji, pli!wip,ll til [lie ( iIN of it \hswiiri. LIILI tik( SPIC', LI C01111IIXillll t11!_',l111AQ11 011d LIJJLICT IJIc ljV, \1:,, '!IT': W,l tl.i' :I,- 'tom ITT !k: t- 1;% III I , CiP. MI—IL111. Alld 'i'% It , 113_.1W/,d under the laws ol'111C Nll­'LilI111111 IILIA IIIi! It' p rmellm I olficc III Ills (-'I I Ili Kaa,as ("It%, 111.,m I I I I I. carte I tlo,:, 11 . I ci,l I!I,Ilx :,,:I i I: Itild ap pi)int: I I I Ji V `.1[ I Js,A I-01"I I WT, HN NI MAUS.AI.BHI MLLENDEZ \1 1K111\ Ii \11M A, IC) \(.it I\ III.RF/. H )\ \I I I\\ IiIA FIN. VANI-SSA RAM1111-/, alid /) V\YA IILLIZ\ \\DF/ 101% H ), OR SF\ I IZ N,LL) It, IILIJ x1d lxv 1l:1 III ITI-f a i. hl IIIAZ ­',il II'I AM! 011 itu I)J1,61 Mid a11 its iLOL 11111d LICCLI, kllhf� 0I 0IIICr ,:I Kli.dl xJ I oil Colllkxl, of mcl%shill me of mzLhe rLLIkilred or 11,.!IIIIIIIed by 1,11). oI I,,:. pol. til,-j Tjj;kl jj„ Ilotij III LllllieliLd'jr._' "I :k1jjjIj,:j ()I IArCLIIcd .11ILL1 ihi,aulhorit% shall exceed the TWO HUNDRED&ULLION (S200,000,000.00) DOLLARS I'll], Poi%ct I, ilj. :' li_�IIAI by CLICIIMIL' UIICIL1r,Ind b% III,:akI1IIoht% oftlw P,:11+W[I)II—LI0i11ekI 111 III.' HI-AIIII 111 0 'Iml :0 hJklmi :Iic 11411 oI:NLI%CJIjj1,'j '13i11 W11, I,, %%[!:ic:1 'f 11, jL:I':'J 1:41` SL!1'1 tm % he. and cach tot 111.\ III IlIcIn I),,[ I,. 'will, .11"1."1 111 M 121 'I:IL III',% Lji, III I - ' ill Iri.11 IT,! 1I.iIII,:d III ih. �11 P, ''A cF 01 A I I I L:, 111 1111 1IJI,:1 1 ,If OIL: ( oq)m AH(111 N W11'. IIII"ICI (A IIIL_'� 111 LI)111 I Al -I I ,.Ij ',.It :IX A1111 !]ILI[ 1:111 it 01 AIIN t ) I I I I L' I I I I I C IV I I % I I L I I I I L I I I L: t I I 1i attest to the exCeUtit)ll ill'Am% 1"tmet ol'Alloin,', and Hic of the COI II '1 I :i H: and it is R R1;t)i \ 1 1). 11Ljl the L,1"-I1J!IHC ol :aide I'H,I:Fl XA1 the 'o'd t,I -It-' ('0111,11AP"11 ;11,1% In [I)\ h i " I -'. -I I I -. I 'I ! ' � I .1 'i I n tll :I'. i 11 i IT d or, j" u :T t11' _\'I, I I],:' I 11-1 � t[l,ll'�11111[.'I Or i'l III hIII ki I I :I III If 11,11 Ill, 111 2 11 1 tii: I it I It - I titure with FCC.ird Cn ;[W 11,1:E 1. :. I I, L, I i Z, 11 A L S A L ki( & I'll "'ILI'! EA :2 - S E E T, ]IN G . . . Id J,,� & I- 11—idem fslic >kYl oral P"'W"'t ol III It I I I I I I-, RFOF. R( At('. S K( S IT and 1(' IWvC Czlllscll OICLI (I I iloal wills to be hereunto affixed, ;Uld the-, pre,onts to be signed by their NOVEMBER -)tl 22 SIN iss Re Cot-porate Solutions America Insimance Corporation 'I" ii,:noii SIN is, Rt: Corporate 'till ti 1ioIL % P i'cilkict- I x1su ra ijCt Corpora t kin ('MunnofCook E 'j— Westport Insurmace Corporation :I this 10 da% 'I ''�OVLMGER . ,, 22 hebore :it,:. .: I'Libli, kriL 1.III­-n, ­i:i­r Vice President ol's!�( . vI( I,! cr,il,1 V ice Pr-, I L:ii I ,II S P I I ( anal ',,woi ii:'. WIC mi'l I rel.ild laeIo»,,kl Vic'. III ',I,( \I(' iilcl Tice ho;idclll o. nj I I il c 11 ii I j ­11(l in,iminont to be the %oliIIII.Ll" :Ill IIIJ dicir tIIIIII':11I1Z1 OFFICIAL SEAL C"RISTINA MMISCO 00TARY M18L= STATE Of U-MM m Pnkm Math M 2M j J., r_'j " III": Vj':"""LlIll I!, "I `.W I %It' ;IIIJ YN "1'[( I%d ;t dl.`i l.lt',. L:L!111;% 011I the AhOVC 1111d !111" AIII! I:'W:1:r "I". "I A "I'%" C1 1,tTli ":P( '; V( H'.11 Sl\( SIT •t::,l %\ P I- Till ;:I full _111d cll,:cI. ii1j, 1 141r' it 11 ,I' Id a,-c 1'. 25 Gildhl i , ,, % I,-: Pic,id.:111 & 1;lO NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-24-2S-M015706 2024-2S Overlay B Project City Project No. M0157 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-24-25-M01570B 2024-25 Overlay B Project City Project No. M0157 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) COREY R. KIRSCHNER being first duly sworn deposes and says that he/she is the CEO (sole owner, a partner, president, etc,) of ONYX PAVING COMPANY, 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, orthat anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, orthe contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, 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 COREY R. KIRSCHNER - CEO REFERENCES PROJECT NAME: CITYWIDE ASPHALT REPAIRS PROJECT FY 21/22 PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: FEB 2022 - NOV 2022 CONSULTING COMPANY: CITY OF DANA POINT - 33282 GOLDEN LANTERN, DANA POINT, CA 92629 CONTACT PERSON: SCOTT FISHER 760-814-7226 ORIGINAL CONTRACT AMOUNT: $1,595,000.00 FINAL CONTRACT AMOUNT: $1,314,878.59 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 22-23 ANNUAL ASPHALT CONCRETE OVERLAY PROJECT PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENT APPROXIMATE CONSTRUCTION DATES: SEP 2023- MAR 2024 AGENCY: CITY OF EASTVALE - 12363 LIMONITE AVE #910, EASTVALE, CA 91752 CONTACT PERSON: CHUCK STAGNER 714-925-4628 ORIGINAL CONTRACT AMOUNT: $5,858,000 FINAL CONTRACT AMOUNT: $5,998,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINALAMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 2021-2022 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: VARIOUS PAVEMENT REHABILITATION & CONCRETE IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: NOV 2022 - MARCH 2O23 AGENCY: CITY OF ARCADIA -240 W. HUNTINGTON DR, ARCADIA, CA 91007 CONTACT PERSON: JAN BALANAY 626-254-2726 ORIGINAL CONTRACT AMOUNT: $1,727,000.00 FINAL CONTRACT AMOUNT: $1,899,698.72 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 -TEL (714) 632-6699 - FAX (714) 632-1883 AddMbkl PROJECT NAME: 21-22 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: NOV 2022- MAY 2023 AGENCY: CITY OF TEMPLE CITY - 9701 E LAS TUNAS DR, TEMPLE CITY, CA 91780 CONTACT PERSON: ALI CAYIR 714-883-8677 ORIGINAL CONTRACT AMOUNT: $3,727,000 FINAL CONTRACT AMOUNT: $4,032,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 23-24 SLURRY SEAL AT VARIOUS LOCATIONS PROJECT DESCRIPTION: CITYWIDE ASPHALT REPAIRS & SLURRY APPROXIMATE CONSTRUCTION DATES: JAN 2024 - APRIL 2024 AGENCY: CITY OF MONTEREY PARK -320 WEST NEWMARK AVE MONTEREY PARK, CA 91754 CONTACT PERSON: ZIAD MAZBOUDI 626-532-2018 ORIGINAL CONTRACT AMOUNT: $1,400,000 FINAL CONTRACT AMOUNT: $1,269,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: ACTUAL BID QUATITIES LESS THAN ORIGINAL BID QUANTITY, DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 22-23 SB1 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: VARIOUS STREET FULL DEPTH RECONSTRUCTION APPROXIMATE CONSTRUCTION DATES: JAN 2024 - MAY 2024 AGENCY: CITY OF HEMET - 445 E FLORIDA AVENUE HEMET, CA 92543 CONTACT PERSON: JILLEEN FERRIS 951-765-2360 ORIGINAL CONTRACT AMOUNT: $2,020,000 FINAL CONTRACT AMOUNT: $2,S28,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 -TEL (714) 632-6699 - FAX (714) 632-1883 PROJECT NAME: PARKS, CIVIC CENTER & SHERRIF STATION PARKING LOT REHABILITATION PROJECT DESCRIPTION: ASPHALT REMOVAL & REPLACEMENT APPROXIMATE CONSTRUCTION DATES: FEB 2024 - MAY 2024 AGENCY: CITY OF LAWNDALE - 14717 BURIN AVE LAWNDALE, CA 90260 CONTACT PERSON: NICK PETREVSKI 310-973-3265 ORIGINAL CONTRACT AMOUNT:: $486,486 FINAL CONTRACT AMOUNT: $601,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: RESIDENTIAL STREET PAVEMENT REHABILITATION PROJECT, AREA 8 PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: JULY 2022 - OCT 2022 AGENCY: CITY OF DOWNEY-11111 BROOKSHIRE AVE, DOWNEY, CA 90241 CONTACT PERSON: BRIAN ALENAN 562-904-7110 ORIGINAL CONTRACT AMOUNT: $3,227,000.00 FINAL CONTRACT AMOUNT: $3,553,442.43 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 -TEL (714) 632-6699- FAX (714) 632-1883 LARGE PROJECT REFERENCES PROJECT NAME: CULVER DRIVE IMPROVEMENTS FROM WALNUT AVENUE TO 1-5 FREEWAY PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: SEPT 2022 - JAN 2023 CONSULTING COMPANY: CITY OF IRVINE - 6427 OAK CANYON, IRVINE, CA 92618 CONTACT PERSON: FARHAD BOLOURCH1 949-724-6689 ORIGINAL CONTRACT AMOUNT: $1,677,000.00 FINAL CONTRACT AMOUNT: $1,704,308.59 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: PHASING 6A - RESIDENTIAL STREET REHABILITATION PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: CONSULTING COMPANY: CITY OF LA MIRADA - 15515 PHOEBE AVE, LA MIRADA, CA 90638 CONTACT PERSON: ERIC VILLAGRACIA 562-902-2373 ORIGINAL CONTRACT AMOUNT: $4,242,000.00 FINAL CONTRACT AMOUNT: $4,524,646.67 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: SCOPES Of WORK CHANGED BY AGENCY DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: ROCHESTER AVENUE PAVEMENT REHABILITATION PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: MARCH 2O22-AUG 2022 AGENCY: CITY OF RANCHO CUCAMONGA - 10500 CIVIC CENTER DRIVE, RANCH CUCAMONGA, CA 91730 CONTACT PERSON: ROMEO DAVID 909-774-4070 ORIGINAL CONTRACT AMOUNT: $1,727,000.00 FINAL CONTRACT AMOUNT: $1,714,733.75 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 -TEL (714) 632-6699 - FAX (714) 632-1883 irk.. REFERENCES GENERAL CONTRACTORS: JOBS PERFORMED: LOCATION: AMOUNT: Fullmer Construction Centerpointe Moreno Valley $3,187,914.00 1725 S. Grove Ave. Sycamore Bus. Park Riverside $999,708.00 Ontario, CA 91761 Hillwood Hofer Ranch Ontario $603,600.00 Ph: 909-947-9467 Interchange A-E San Bernardino $1,288,615.00 Fax: 909-947-2970 San Michelle Logistics Moreno Valley $670,674.00 Contact: Casey Jones Terra Francesco Ontario $524,216.00 KCS West, Inc. BP Refinery Maintenance Shop Carson $896,357.00 901 Corporate Ctr, Dr, 3`d flr Monterey Park, CA 9174 Ph: 323-269-0020 Fx: 323-263-4576 Contact: Matthew Vawter GMC Engineering, Inc. Edison Romoland $1,623,480.00 1401 Warner Ave Tustin, CA 92780 P h : 7 60-744-13 3 Fx: 714-247-1041 Contact: Gennady Lusardi Construction FEDEX —Otay Mesa San Diego $1,335,530.00 1570 Linda Vista Dr. Team Nissan Oxnard $669,075.00 San Marcos, CA 92064 Edge at Campus ElSegundo $541,385,00 Ph: 760-744-3133 Carmax Oxnard $606,443.00 Fax: 760-744-9064 Seabridge Oxnard $329,460.00 Contact Scott Staley ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 — TEL (714) 632-6699 — FAX (714) 632-1883 Haagen Company, LLC 12302 Exposition Blvd Los Angeles, CA 90064 Ph: 310-820-1200 Fx: 310-820-1225 Contact: Chris Fahey ARCO National Construction Co. 900 N. Rock Hill Rd St. Louis, MO 63119 Ph: 314-963-0715 Fx: 314-963-7114 Contact: Chris Wilson Grant General Contractors 5051 Avenida Encinas Carlsbad, CA 92008 Ph: 760-438-7500 Fx: 760-438-3056 Contact: Pete Burrows Empire Polo Club Scannell FEDEX Whittier Area Community Church Crevier BMW Indio Burbank Whittier Santa Ana $1,036,745.00 $1,125,958.00 $ 62 5, 920.00 $30, 600.00 ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 — TEL (714) 632-6699 — FAX (714) 632-1883 ASPHALT RUBBER HOT MIX REFERENCES: GENERAL CONTRACTORS: JOBS PERFORMED: LOCATION: AMOUNT: GMC ENGINEERING, INC. Katella Ave. St. Improv Los Alamitos $120,000.00 1401 Warner Ave, Ste B. Various Projects Tustin, CA 92780 Ph: 714-247-1040 Fx: 714-247-1041 Contact: Gennady Chizik R.D OLSON CONSTRUCITON, INC. Lido House Hotel Newport Beach $193,105.00 2955 Main Street, 3`d Floor Irvine, CA 92614 Ph:949-474-2001 Fx: 949-474-1534 Contact: Jeremy Dunn IF YOU HAVE ANY QUESTIONS, PLEASE FEEL FREE TO CONTACT COREY KIRSCHNER AT 714-632-6699 OR VIA EMAIL AT C0REY@0NYXPAVING. NET ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAH EIM, CA 92806 — TEL (714) 632-6699 — FAX (714) 632-1883 ONYX PAVING COMPANY, INC 2890 E. LA CRESTA AVE ANAHEIM, CA 92806 PHONE: (714) 632-6699 FAX: (714) 632-1883 PRESIDENT: COREY R. KIRSCHNER BANK: BANK OFTHE WEST CREDIT REFERENCES DATE ESTABLISHED 1/4/90 TYPE OF WORK - ASPHALT PAVING INSURANCE AGENT: WOOD GUTMANN & BOGART CORP. TAX ID. # 33-0394344 CONTRACTORS LIC. # 630360-A 14029 SPRINGWATER LN. EASTVALE, CA 92880 4501 E. LA PALMA AVENUE, ANAHEIM, CA 92807 PHONE: (714) 777-9620 BRYAN PLOESSEL 15901 RED HILL AVE., STE. 100, TUSTIN, CA 92780 PHONE: (714) 824-8384 MICHAELTRAN SURETY AGENT: TURNER SURETY AND INSURANCE BROKERAGE, INC. 5 HUTTON CENTRE, STE. 730, SANTA ANA, CA 92707 PHONE: (714) 915-4032 JEREMY PENDERGAST CREDIT REFERENCES: MATICH CORP. P.O. BOX 10, HIGHLAND, CA 92346 (909) 382-7400 Steve Matich ALL AMERICAN P.O. BOX 2229, CORONA, CA 92878 (951) 736-7600 Cari KELTERITE CORP. 12231 PANGBORN AVE.DOWNEY, CA (562) 401-0011 Gladys VULCAN MATERIALS CO. 16013 E. FOOTHILL BLVD, IRWINDALE, CA 91702 (858) 530-9414 Debbie GENERAL CONTRACTOR REFERENCES: FULLMER CONSTRUCTION 1725 S. GROVE AVE., ONTARIO, CA 91761 (909) 947-9467 Casey Janes BYROM-DAVEY, INC. 73220 EVENING CREEK DR. SOUTH #103, SAN DIEGO (858) 513-7199 Steve Davey PACIFIC CONST. GROUP 17895 SKY PARK CIR., IRVINE, CA 92614 (949) 748-1500 Mark Bundy ERICKSON-HALL CONST. CO. 500 CORPORATE DR., ESCONDIDO, CA 92069 (760) 796-7700 Justin Sinnott ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 — TEL (714) 632-6699 — FAX (714) 632-1883 Wk RESUME Corey Kirschner has over 20 years of experience both as an estimator and CEO. Corey is an experienced estimator and lead a majority of those years being the Chief Estimator before becoming CEO and President of Onyx Paving Company, Inc. Over the short period of time here at Onyx Paving, Corey has completed over 3,000 paving projects, allowing the company to gross over $50 million dollars in the previous year. Jay Kirschner, Senior Project Manager, holds a Bachelor's Degree from Chapman University and has 7 years of experience upholding the maintenance supervisor and lead estimator position for Onyx Paving. He leads our team, with the project managers under his direct supervision, in managing our productions and coordinating our field mobilizations for all projects. Tyler Henry, Field Superintendent, serves as the core of all field related matters. He has over 20 years of paving experience performing jobs that stretches from San Diego County to Ventura County. Tyler has been with Onyx in completing all of our Public Works projects. Overseeing the on -site laborers, cement masons, and operating engineers is one of his many responsibilities. t �i];� �iZR' Ll � �il+1s� > i ti7 ►� Corey Kirschner, Jay Kirschner, and Tyler Henry oversee 100% of all current project in attached backlog. ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 — TEL (714) 632-6699 — FAX (714) 632-1883 Wk • ter rey CEO%President ............ ' r� t L#� Eg6a 6Px es e arxg: ?e t° a�faasski r se§Perc, P t`as 3a'tS IE i �9 d��irr R � a y, 'e}e.� i E"' s �N13%��,` �'S" �.'s;Y ✓�� �., } � } S f "F'"n3 ?..! fI i� 42 1 3 �y E . Senior Project Manager Field Superintendent Key Individual Responsibilities: Corey Kirschner - Manage overall operations and resources of company - Decision maker of corporation Jackson Hulse - Lead project management team with organization - Overseeing overall project scheduling, budgeting, and dispatching on all projects - Main point of communications between company and agencies Tyler Henry - Lead and manage on -site labors and operators - Coordinate daily operations and project production - Ensuring project quality expectations are met ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 —TEL (714) 632-6699 — FAX (714) 632-1883 11 S. TA T -E 4 F Z A I I P 9 M -4 1 A i i CONTRACTORS -STATE LIC. ENSE BOARD P-SwrA % CbwW 4 of DWWon s of toa%aunoss Ord pmWaim code and 4w Rules and R**djam ofev Ca*acbm.Stotg� U=v96 Smil; U- Registrar of Coat actam dow hereby bum Uft amsse to.- tt 0J%-YXP.AVW'Ge0MPAW,jjqc License Number mmo bergw into bokmarate In - -1 0'AMARrAW, ii Maft Pk4Mdo*N B=d CWr David R. ftA Rogow d Coraac= ixr,*lMMIMwv&"U , poil ftw4*.ar X- GENERAL-ENGINEEFU -NCYOONTRACTOR 012 - EAMWWOFKANDVAAN(a Mew my hand and"alft day, JWnialy-,% 2019 Issued-Getabor 9, 1991! ONT C�Cc" STATE LICENSE BOARD ACTIVE LICENSE - ...630360 CORP �. ONYX PAVING COMPANY INC .;A C12 .»,�. 10/3112025 www crib ca.aov a D In � eCPR Public Search Log in uo ai 11 — I'll 111111111 h 911111100�1 Public Works Support Contractors Projects Register �Jome > gu Ur.to r > ONYX PAVING COMPANY, INC. ONYX PAVING COMPANY, INC. Contractor Contractor business email davidw@onyxpaving.com Contractor c ation eff date 2024-07-01 Contractor first name David Contractor mailing city ANAHEIM Contractor mailing state CA Contractor mailing zip 92806 Contractor physical city ANAHEIM Contractor physical state CA Contractor physical zip 92806 k. , '. -- "'. - . ........ .. ..... .. ------ Contractor certify date 2023-06-21 ...................... . . . .. ... ................... ... . ......... ....... . Contractor company type Corporation Contractor craft legacy Cement Mason; Operating Engineer; Labore Contractor craft snow Contractor c ation exp date 2025-06-30 Contractor date deactivated Contractor dba name Contractor entity number 630360 Contractor ID 1000004798 Contractor last name Wiltfong Contractor mailing address2 Contractor physical addressl 2890 E. LA CRESTA AVEN U E -1-1- ...... . .... ------ ----- ----- .... . ........ . ............. . ..... - - ------ ............... ............. Contractor physical address2 Contractor source SNOW Contractor we cent date 2022-10-01 Contractor we exp, date 2023-10-12 Contractor we policy number WC106300504 Contractor we selection Insured by carrier Contractor legal entity name ONYX PAVING COMPANY, INC. Contractor mailing addressl 2890 E. LA CRESTAAVENUE Contractor we carrier Zurich American Insurance Compamy ,' Checked MR, M eCPR Public Search DIRi.w itDW - - - - - - - - - - Public Works Support Contractors Projects Services Your informationw ow David Wiltfong Logout TRANSACT0003992 - - ----- ------ - --------- ---- Transaction Record First Name David Last Name Wiltfong Payment Amount Payment Period Registration Valid Date { 2024-07-01 User Account Email davidw@onyxpavi ng.com Confirmation Number 24071791440573 *Status Successful Number TRANSACT0003992 Payment URL QiQks.hQFQ Is this registration a renewal of an existing registration Yes AMR ONYX PAVING COMPANY INC LICENSE# 630360 DIR# 1000004798 UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS Of ONYX PAVING COMPANY, INC, (a California corporation) August 20"', 2024 The undersigned director, constituting the entire board of directors (the "Board") of Onyx Paving Company, Inc., a California corporation (the "Corporation"), hereby takes the following actions, adopts the following resolutions, and transacts the following business, by written consent without a meeting, as of the date above written, pursuant to Section 307(b) of the General Corporation Law of the State of California and the Corporations Bylaws: Approval of Loan Transactions WHEREAS, Corey Kirschner is currently the Corporation's Chief Executive Officer and Jay Kirschner is the Vice President, Secretary and Treasurer (the "Officers"), both with authority to enter into contracts on behalf of the Corporation. WHEREAS, the Corporation opportunities from time to time to bid on various governmental and non -governmental projects; WHEREAS, after careful consideration, the Board has determined that the terms and conditions of the proposed project in the form of the bid attached hereto as Exhibit A (the "Project") are just and equitable and fair as to the Corporation and that it is in the best interests of the Corporation and its stockholder to submit the bid and complete the Project subject to the terms agreed upon by the parties. NOW, THEREFORE, BE IT RESOLVED, the Board on behalf of the Corporation hereby approves and ratifies the Project in all respects, and hereby authorize and direct the Corporation to negotiate, execute, deliver and perform the terms of all documents, required in connection with title Project, together with such changes thereto as may be approved by the Officer executing the same on behalf of the Corporation (pursuant to the authorization provided herein), such approval of the Officer to be conclusively evidenced by its execution and delivery of same. RESOLVED FURTHER, that the Officer may execute and deliver any and all agreements and any and all other documents and instruments, and take such further actions as may be necessary or appropriate, for the financing of the Corporation. 0 2890 E. is Cresta Ave., Anaheim, CA 92806 * 714-632-6699 # RESOLVED FURTHER, that the Officers) are hereby authorized, directed, and empowered to execute and deliver any and all agreements and any and all other documents and instruments, and take such further actions as may be necessary or appropriate, for the consummation of the Project. RESOLVED FURTHER, that the Officer, in the name of the Corporation, is hereby authorized, directed, and empowered to negotiate, execute and deliver to the applicable counterparty, any and all documents with respect to the Project and other instruments as may be reasonably requested, and the Officer on behalf of the Corporation is authorized from time to time to execute extensions or other installments as may be necessary. RESOLVED FURTHER, that the authority given hereunder shall be deemed retroactive and any and all acts authorized hereunder performed prior to the passage of this resolution are hereby ratified and affirmed. The Secretary of the Corporation is directed to file the original executed copy of this Consent with the minutes of proceedings of the Corporation. [Signature page follows] 2890 E. La Cresta Ave., Anaheim, CA 92806 0 714-632-6699 0 ONYX PAYING COMPANY INC LICENSE# 630a60 QIR# 1000004798 IN WITNESS WHEREOF, the undersigned has executed this Unanimous Written Consent of the Board of Directors as of the date first above written, IX Corey4drschner Chief Gxecuti-m ORicer Anthony Steen President Richard DeVos Chief Financial 0ffcer Jay Kirs ner Vice P e ' nt, secretary, Treasurer •.' 2890 E. La Cresta Ave„ Anaheim, CA 92BO6 •' 714•632.5699 ......... . .... EQUAL EMPLOYMENT OPPORTUNF�fy Thc IS COMMMed to providing equal -employment opportunities to all Employees ano l applicants ard to race `;z`tiding traits historically associated with race, such as hair texture ar.o protective (including religious dress or grooming practices), color, (including C1 Lr, g ( i tie r identity or related medical condition), genetic information. o�,,,Eder transgender status, transitioning status, o;in ancestry, cifize n, i'a -)ffl se, member status, military and veteran status, marital status, protected me dig physical ni-,antal disability, holding or presenting a driver's license issue(, Linder Cal. Vehi--"_ Ede Se; -=ion 1280'j or any other protected status ir; J all applicable federal, state, and local laws. Company policy also prohibits based' that anyone has any ofthe above characteristics, or is :vith a person who has or is perceived as having any of the above characteristics. Discrimination cas �, :rcz include failin,q to T-�-asonably accommodate religious dress and grooming practices, or individuals with ii-161 -110i of pi Y,46-al v,,here the accommodation does not pose an undue hardship. This Policy extends to all aspects cf the Com.pany's practices, including, but not limited to, rer--rufting, hiring, firing, promoting, compensation, i,r,nefits, train ing,l leaves of absence, and other terry,-; and conditions of employmew, as providing wages at the same rate for one sex as those of the oppo-site sex, and at the same rate fob any race/ethnicity as another race/ethnicity, who perform substantially sirnifarwork (consisting of skkl- effort, and responsibility), under similar working conditions. The i� also commitTod tr., tine lays protpt,,tinq quDlified illdiViddalS with dlrsatiilitiois, The rrtpan r ?I pr,,,)vide a fei4�onable for an? ltno°.,ol 1.-tjysjial or roetltal JisL ibility of o dual #d dlsohllll�,, I., the extent ye.quired by provided If reque!Aed ac.t'.ornmodation does riot create an 11,t r1J, -,:,"Ghip f,-: :�!r, -,�rmpany zind!or doe.5 not pose a Orect ffirpat la fire heafth or safety r.f others in the v,porkl-Wlk - , ar W '11�o, f)rjiljGr.lUal. If all E9JJPJC)yPe IC-quites an ircommodation lo perform the cqs-s4ntinl funcljcw�A their job, the must 1110fif"s HLMV�n Resouri:e5. Once the Company is cv-vare of the need for an acci.�mmodatioli engage in im interactiv+.- proie5s to jdnntffy po,-,siwe acci�mmiDdaticins that will enable the to perform the essential functions of the job. Employees with questions o= concerns about discrimination in the workplace should bring these issues to the attention of Human Resources, or any member of management. Employees can raise concerns, report problems, or make complaints without fear of retaliation. Anyone found to be engaging in any type of unlav"ful discrimination will be subject to disciplinary action, up to and including separation of employment. ONYX PAVING COMPANY, INC. M COREY R. KIRSCHNER CEO, PRES, VP, SEC, TREA Request for Taxpayer Give Form to the Few Identification Number and Certification requester. Do not (Rev. October 201 8) IZwe"W v=Sern ► Go to www.frs gov/FormTN9 tar instructions and the Iuetest inEorrnation. send to the iRS. 1 Name (as shown on your income tax return). Nance Is required on this One; do not leave this line blank. ONYX PAVING COMPANY INC. 2 Business nem0disregenled entity name. if different from above m 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to gr foOowing seven boxes. certainentities, not Individuals; see So ❑ Individuallsole proprietor or ❑ C Corporation ® S Corporation ❑ Partnership [ITrustfestats ns on singla-member LLC apt payee code [d ar(y) ❑ Umited Oabiiity company. Enter the tax classification (C-C oorporertion, S-S corporation, P.Partnership) ► Note: Check the appropriate box in the One above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC If the LLC Is classified as a single -member LLC that Is disregarded from the owner unless the owner of the LLC is for code Of any) another LLC that is not disregarded from the owner U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (we Irstructiona) ► Wpftl to W=MW MOftO d WOOD V* US.) 8 Add oiumber, street, and apt. or sute no.) See Instructions. Requester's name and address (optional) 2890 E. LA CRESTA AVE. B City, state, and ZIP code ANAHEIM, CA 92806 7 Ust account numbers) here (opOonat) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid j social security number backup withholding. For Individuals, or di this Is dgenerally your social u dons number (55Nr. However, fora resident alien, sore proprietor, or disregarded entity, sae the instructions for Part f, later. For other FM _ m _ FFM entities, it is your employer Identification number (EIN). If you do not have a number, see How to get a 77N, later. or Note: If the account Is in more than one name, am the instructions for line 1. Also see What Name and 161~ Identiffcation number Number 7o Give the Requester for guidelines on whose number to enter. 3 3 —1 0 1�T1��� 3 9 4 3 4 4 Under penalties of perjury, I certify that: 1. The number shown on this form Is my correct taxpayer Identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because; (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that 1 am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that 1 am no longer subject to backup withholding; and 3.1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA cods(s) entered on this form (if any) Indicating that i am exempt from FATCA reporting is correct. CmdrWatlon Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement ORA). and generally. payments other than interest and dividends, you are not required to sign the certification, but you must provide your cwrec TIN. See the instructions for Part 11, later. gU.�H e I u.s n/1 pate* 03/27/2024 General Instructions • Form 1099-DIV (dividends, including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise noted. . Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) Future developments. For the latest information about developments p related to Form W-9 and Its Instructions, such as legislation enacted •Font 1099-8 (stock or mutual fund sales and certain other after they were published, go to www.irs.gov1FormW9. transactions by brokers) . Form 1099-S (proceeds from real estate transactions) Purpose of Farm • Form 1099-K (merchant card and third party network transactions) An Individual or entity {Form W-9 requester} who is required to ilia an • Form 1098 (home mortgage interest), 1098-E (student loan intaresq, Information return with the IRS must obtain your correct taxpayer 1098-T {tuition) identification number (TIN) which may be your social security number • Form 1099-C (canceled debt) (SSN), Individual taxpayer Identification number (TIN), adoption taxpayer identification number (ATIN), or employer Identification number • Form 1099-A (acquisition or abandonment of secured properly) (EIN), to report on an Information return the amount paid to you, or other Use Form W-9 only if you are a U.S. person Qncluding a resident amount reportable on an Information return. Examples of information alien), to provide your correct TIN. retums Include, but are not limited to, the following. if you do not return Form W-9 to the requester with a TIM you might • Form 1099-INT Qnterest earned or paid) be subject to backup withholding. See What Is backup withholding, later. Cet.No. 10231x Form W-9 Mov. 10-2019) ACCORV CERTIFICATE 4F LIABILITY INSURANCE FDA 3;1 2o2aYYY' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Burnham WGB Insurance Solutions CA Insurance License OF69771 15901 Red Hill Avenue NAD ; Michael Tran PHONE 714 824-8384 FAX Np ; 714573 1770 ADDRESS- michael.tran@wgbib.com Tustin CA 92780 INSURERS AFFORDING COVERAGE NAIC # INSURER A: American Zurich Insurance Comp 40142 Lice s #: OF69771 INSURED ONYXPAV-01 Onyx Paving Company, Inc. 2890 E. La Cresta Avenue INSURER B: Zurich American Insurance Comp 16535 INSURERR c : Scottsdale Indemnity Co 15560 INSURERD: Anaheim CA 92806-1816 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER, 1514743a4d RFVICVtbI Id11MRG0• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SU13R POLICYNUMBER POLICY EFF IMMtD POLICY EXP MM10 LIMITS C X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE IJ OCCUR BCS2000426 3/14/2024 1011/2024 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTEr- PREMISES Me occurrence $100,000 MED EXP Any one person) $ Excluded PERSONAL & ADV INJURY $ 2,000,000 NEN'LAGGREGATELIMITAPPLIESPER: POLICY O. JECT El LOC GENERAL AGGREGATE $4.000,000 PRODUCTS -COMPIOPAGG $4.000.000 $ OTHER: A AUTOMOBILE LIABILITY BAP106300605 1011/2023 10/1P1024 Ea BINEDtSINGLE LIMIT $2,000,000 ANYAUTO BODILY INJURY (Per person) 5 OWNED SCHEDULEDBODILY AUTOS ONLY NON-OAUTOS X NON -OWNED AUTOS ONLY AUTOS ONLY Ix INJURY (Per accident) $ PROPERTY DAMAGEHIRED Per aeddent $ UMBRELLA UAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR CLAIMS -MADE DED I RETENTION $ $ B AND EMPLOYERS' LIABILITY YIN WORKECOMPENSATION ANYPROPRIETORiPARTNEPJEXECUTIVE REXCLUDED? OFFICE(Mandatory N t A WC106300505 10/1/2023 10/1/2024 X STATUTE ER E.L. EACH ACCIDENT $1.000.000 E.L. DISEASE - EA EMPLOYEE $1.000.000 In N (Mandatory In NH) U yes, describe under E.L. DISEASE - POLICY LIMIT $1,000,000 ESC DRIPTION l OPERATIONS OOFO beow DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached H more space Is required) Cerfftcate holder(s) €slare named as additional Insured per the attached endorsements as required by written contract subject to the terms & conditions of the pol€cy: GL Additional Insured Form #CG 20 10 12 19 and CG 20 37 12 19 GL Additional Insured State -Permits Form #CG 2012 1219 GL Primary and Non -Contributory Form #CG 20 01 1219 GL Waiver of Subrogation Form #CG 24 04 12 19 GL Per Project Form #GLS-332s 01 12 See Attached.., Onyx Paving Company, Inc. 2890 E. La Cresta Ave. Anaheim CA 92806 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE y-~ ACORD 25 (2016/03) U 1983-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD STATE OF CALIFORNIA Office of the Secretary of State o STATEMENT OF INFORMATION CORPORATION California Secretary of State 150011th Street Sacramento, California 95814 (916) 657-5448 neiiinu�imuuunmu�uuoiimiiimuiuimiioni For Office Use Only -FILED - File No.: BA20250508272 Date Filed: 3/11/2025 Entity Details Corporation Name ONYX PAVING COMPANY, INC. Entity No. 1659076 Formed In CALIFORNIA Street Address of Principal Office of Corporation Principal Address Mailing Address of Corporation Mailing Address 0iIT �C• i Street Address of California Office of Corporation Street Address of California Office I Officers 2890 E LA CRESTA AVE ANAHEIM, CA 92806 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Joan Ward 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Officer Name Officer Address Position(s) Corey Kirschner 2890 E LA CRESTA AVE Chief Executive Officer ANAHEIM, CA 92806 Richard DeVos 2890 E. LA CRESTA AVE. Chief Financial Officer ANAHEIM, CA 92806 Jay Kirschner 2890 E. LA CRESTA AVE. Secretary ANAHEIM, CA 92806 I Additional Officers Officer Name Officer Address Position Stated Position Jay Kirschner 2890 E. LA CRESTA AVE. Treasurer ANAHEIM, CA 92806 0 Anthony Steen 2890 E LA CRESTA AVE Other President ANAHEIM, CA 92806 I Directors Director Name Director Address Anthony Steen 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Corey Kirschner 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 The number of vacancies on Board of Directors is: 0 Agent for Service of Process Agent Name Agent Address COREY KIRSCHNER 2890 E. LA CRESTA AVE ANAHEIM, CA 92806 w W un H i W W O O w N N ti to O w Ln w w N (D 0 rn N- m n sv N- M O n p N- fy rn (D A Ft cn rt n "C 0 M rn rt f) rt fD Page 1 of 2 Type of Business Type of Business ASPHALT PAVING AND CONCRETE SERVICES Email Notifications Opt -in Email Notifications Yes, I opt -in to receive entity notifications via email. Labor Judgment No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law, for which no appeal therefrom is pending, for the violation of any wage order or provision of the Labor Code. Electronic Signature ® By signing, I affirm that the information herein is true and correct and that I am authorized by California law to sign. Joan Ward 031111202S Signature Date W w Ln N N w w 0 tr 0 w N 0 n} Ln T w N rd m a tv N• m tz s� N rt, 0 K N- a to (D n K m rt fU K a M co rt P) rt m Page 2 of 2 Calif orn'M Envo,oninental Protection Agency Air ResOUrces Board. January 1, 2025 4 1- 7, E 0 F R E.r--,'-Cl RT E D DIESEY VEHICLEE'�,-,,*,�� FF- is issued to ONYX MVING, COMPANY, INC. mcicalves that the freebstec; a ojvei'AS zoz-,kl L.'� C-affornra Y'd tIaS OMR'�E'd th-,r, l?,re if ;!'Tllar1re semon 2449. A;l app4rable ver-ides o:tinj-,djjy mt c0rnparq, Dr InList be reorteO and W)eled, as spmfied in 2-W Cettilicate i5 null arvj vold k I I http.liM%r,V:atb Ca wil CITY OF SANTA CLARITA PROPOSAL TO PROVIDE 2024-25 Overlay Slurry Seal Program - Materials Testing and Inspection PROPOSAL # CIP-24-25-M0157M March 7, 2025 1w TABLE OF CONTENTS 1. Introduction - Cover Letter ................................................. 3 2. Qualifications of Firm and Assigned Staff ....................... 5 3. Work Statement...............................................................16 4. Schedule...........................................................................18 5. Sub-Consultants...............................................................20 Twining I City of Santa Clarita 2 "TWINING 1879 Portola Road, Suite G Tel 805.644.5100 Ventura CA 93003 Fax 562.426.6424 Grounded in Safety, Built on Sustainability March 7, 2025 Proposal No. 25-0246 Michele Arima City of Santa Clarita marima@santa-clarita.com RE: 2024-25 Overlay Slurry Seal Program - Materials Testing and Inspection Dear Michele, Twining, Inc. (Twining) is pleased to present our proposal and qualifications for the 2024-2025 Annual Overlay Projects to the City of Santa Clarita (City). We understand that the City is seeking a well qualified consultant, famliar with Materials Testing and Inspection for Overlay and Slurry Seal Projects. The City's objectives include the collection of material samples for testing as well as project inspection services. We also understand that our work must comply with Materials Testing and inspection as per the project plans and specifications, the City's Quality Assurance Program (using CT methods), the latest edition of Caltrans Construction Manual, and Public Works Construction Green Book. We will work closely with the City's Project Manager and staff to successfully complete the project and protect the interest of the City. Our History and Knowledge of the City Twining has been the City's trusted advisor for over a decade. We are honored to have a strong partnership and committed to providing the high -quality work you've come to expect from us. We are aware that time is of the essence and that the selected consultant will be expected to start providing services as soon as the City contract is executed. We are ready and confident that we can hit the ground running, meeting the project goals effectively and efficiently. Our history of working with the City points to other benefits to selecting Twining as the consultant for this project. We continue to find ways to save the City time and money that benefit the community you serve. The City is an important client to us and is a critical part of our business. We strive to strengthen our partnership with the City for these projects and beyond. Our continuous collaboration with the City on these projects and beyond has saved the City hundreds of thousands of dollars over the better part of the past decade. We understand that this contract has core projects as well as alternate options. Twining I City of Santa Clarita 3 As the City's staff make-up has evolved we have continued to maintain our great working relationship and provide continuity of service during this transition within your internal operations. Twining is proud to consider ourselves part of your City's public works family and commits to keeping your current project on track and within or under budget as we have done in the past. We Understand On -Call Contracts Twining is highly experienced with on -call services contracts. Maintaining a large resource pool of qualified individuals to respond in a timely manner has been critical to our successful delivery of more than thirty five (35) projects involving Pavement Engineering, Materials Testing, and Special Inspections services for numerous municipalities and State governments this past year alone. Our on -call materials testing experience includes local agencies like the Cities of Thousand Oaks, Agoura Hills, Santa Clarita and County of Ventura. Our Ventura office is located roughly 30 miles from the City of Simi Valley. This proximity helps to ensure our rapid response to all your project needs. Depth of Inspection Resources Twining employs more than 180 inspectors and technicians throughout the state, more than 80% of whom hold multiple inspection certifications. Our field staff is well versed in the Caltrans Local Assistance Procedures Manual, Caltrans Construction Manual, and the Greenbook Standard Specifications for Public Works Construction. Twining appreciates the opportunity to submit our qualifications to the City. Our familiarity with on -call municipal contracts, proven project management approach, and deep bench of inspection resources make us the ideal candidate to continue serving the City. This proposal offer is valid for at least ninety (120) days. Should you have any questions or comments, don't hesitate to contact Jeff Tawakoli, Ventura Branch Manager, by phone at 805.827.0742 (mobile) or by email at jawakoli@twininginc.com. Sincerely, Twining, Inc. Jeff Tawakoli, PE Ventura Branch Manager Linas Vitkus, PE, GE President and Chief Operating Officer (Authorized to contractually bind the firm) Twining I City of Santa Clarita 4 Firm Introduction Years in Business Twining's legacy dates back more than 127 years. What started as a 127 family business in 1898 has evolved into one of California's largest service providers of geotechnical engineering design, materials testing, Office Location and construction inspection services. Highly regarded by state and Po, Road, Suite G local agencies, developers, contractors, consultants, and industry for Vent CA Ventura CA, 93003 providing high -quality services that are reliable, timely, and compliant, Inspectors and Technicians Twining has been a central part of some of California's most regionally 180+ significant construction projects. The expertise and capabilities Professional Services of Twining in geotechnical and many civil engineering disciplines, » Geotechnical Engineering including testing of asphalt, soils, steel, and various construction >> Nondestructive Examination materials, complement our services for the asphalt construction >> Materials Testing Laboratory industry. >> Vibration Monitoring Twining has developed a strong reputation by providing sound >> Stormwater Site Monitoring and SWPPP engineering, testing, and inspection services on every project we >> Forensic Evaluation of Existing undertake. We earned this reputation knowing that the true measure of Structures our performance rests in the satisfaction of our clients. We approach >> Applied Research and Materials each project with the understanding that we are evaluated on the Engineering safety and durability of the structures and pavements we test and >> Concrete Technology & Concrete Insight inspect. >> Concrete for Pavements & Infrastructure We employ some of the industry's most well-known construction >> Asphalt Pavement Engineering Design experts, including asphalt and concrete experts who perform research >> Construction Quality Assurance as well as consult with regulatory agencies to shape the future of Programs construction standard practices. Our geotechnical team leaders are >> Mobile Laboratories licensed and highly qualified with experience in geotechnical design, >> Roofing and Waterproofing Inspection analysis, and construction support. In addition to our engineers' >> Plan Review and Plant Inspection highly technical consulting services, we can also provide construction >> Building Material Evaluations & material testing and inspection services. Our engineers offer routine Specialized Testing training to our field soil technicians to continuously improve and >> Petrographic Laboratory reinforce their skills related to field testing. Additionally, experienced inspectors and laboratory technicians can provide field observation and testing to provide immediate compaction data to the Contractor, thus allowing for efficient and accelerated progress of the schedule. Twining I City of Santa Clarita 5 2. Qualifications of Firm and Assigned Staff Materials Testing Laboratory Twining provides fast, reliable test results our clients can count on and has been at the forefront of construction materials testing for over a century. Our network of state- of-the-art laboratories, complemented by our fleet of mobile laboratories, allows us to provide in-house testing for projects throughout California. Twining subscribes to the most stringent inspection and certification requirements in the industry. We are recognized by agencies including Caltrans, Division of the State Architect (DSA), American Association of State Highway and Transportation Officials (AASHTO), Cement and Concrete Reference Laboratory (CCRL), International Accreditation Service (IAS), and U.S. Army Corps of Engineers, along with numerous cities and counties as a certified geotechnical, asphalt paving, materials testing, and inspection laboratory. Our laboratory is capable of testing virtually any structural material utilized in modern construction. Testing is performed by trained and certified technicians per relevant American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), or California Test Methods (CTM). In addition, custom or modified test procedures can be performed upon request. Some of our testing equipment and capabilities include: Up to 600,000-pound universal test machines Charpy V Notch test apparatus Rockwell hardness testing machines Welding procedure qualification record and welder qualification testing Full range of concrete masonry unit block testing Facilities for chemical and physical analysis of cementitious materials, chloride permeability, and a vast range of specialized tests Twining's laboratory is accredited/certified by the State of California and under the management of a California Registered Professional Engineer to provide materials testing, including for federal aid projects. Twining I City of Santa Clarita 6 2. Qualifications of Firm and Assigned Staff Infrastructure Construction Expertise With California's aging infrastructure and continued urban growth, our cities and counties are faced with unique challenges. Never has it been more critical to maximize the value of each public works dollar spent on capital improvement than today. The quality assurance programs that Twining has established for public agencies throughout the state emphasize the most cost-effective practices utilizing industry best practices. Whether it is a major CIP project, bridge or roadway improvement, or underground utility work, Twining has the requisite expertise and capabilities to effectively establish and maintain a quality assurance program that is in strict compliance with the local assistance procedures manual (LAPM) as well as state and federal mandates. Twining provides the following services for local agencies: Initial engineering design and evaluation Specification development and review Materials review and verification for acceptance Public works inspection Source inspection Acceptance laboratory testing and evaluation Federal compliance Final quality assurance report and project closeout Twining's involvement with the most cutting edge materials technologies enables us to assist project teams with the evaluation of construction products and determining their suitability for use. Twining has assisted construction managers, structural design engineers, and owners in developing high -strength concrete mixes utilizing low carbon emission materials, recycled asphalt pavement structural designs, and various other cementitious, geotechnical, and sustainable asphalt pavement components that utilize renewable materials. Twining is uniquely positioned to provide quality assurance programs from start to finish. Through our partnerships with Caltrans and various universities, we have knowledge of proven technological advances in construction that we can pass on to our clients and incorporate into their projects as appropriate. We routinely contribute to the American Public Works Association by presenting technical sessions related to some of the newest technological advances. Whether it involves rapid strength concrete, warm mix asphalt, high volume fly ash mixes to reduce greenhouse gases, or 100 percent recycled materials, Twining can provide the proper solution for your project. Innovative Pavement Design Solutions Twining's experts have been providing pavement engineering and materials evaluation services on flexible pavement projects for decades. Our highly specialized and dedicated team of experts provides comprehensive pavement engineering services that utilize the newest pavement rehabilitation technologies to effectively deliver our clients the service life they expect of their pavements at a construction cost that may be less than traditional methods. Twining is closely involved with hot mix asphalt industry associations and government agencies that keep our engineers on the pulse of new and upcoming technologies. While we have a comprehensive understanding of traditional methods and designs, we do not automatically suggest the same textbook solutions to all our clients. We individualize our recommendations to include new flexible pavement materials that can be used most effectively and economically. Whether it is a highly - traveled arterial roadway that requires high stability in intersections to prevent pavement rutting or a residential collector that the residents expect to be as quiet as possible, Twining has the solution. Twining routinely assesses current pavement conditions and identifies the causes of pavement distress. Using the Falling Weight Deflectometer (FWD), coring, ground penetrating radar (GPR), and dynamic cone penetrometer testing, we are able to assess subgrade conditions and determine the load -carrying capacity of in -place pavement. Our efforts can determine the remaining service life of pavement and identify options for rehabilitation. Supported by Twining's sophisticated laboratories, our expert staff has a deep knowledge of asphalt concrete mixtures. We routinely test and inspect hot mix asphalt designs consisting of the following materials: Polymer Modified Binders Rubberized Hot Mix Asphalt Warm Mix Asphalt Research and Development Hot Mix Asphalt Using High Amounts of Recycled Asphalt Concrete FAA Marshall designs Superpave Designs We perform production quality and strength and mix for: Asphalt Content Gradation Stability Hamburg Wheel Track Project Specific Volumetrics Twining I City of Santa Clarita 7 2. Qualifications of Firm and Assigned Staff . kt6- The proper structural section design for flexible pavement as well as the asphalt concrete mixture type is crucial to its performance and longevity. Poor design can result in early failures, substandard performance and repairs that quickly become costly. We are committed to helping agencies ensure the design and implement of their pavement projects meets relevant specifications for their jurisdiction . Our extensive experience providing quality assurance and quality control services in the field gives us unique insight and allows us to provide correction recommendations that can be implemented and are reliable should the need arise. Twining professionals are members of the American Public Works Association, the Asphalt Pavement Association, the Rubber Pavements Association, the National Asphalt Pavement Association, and the Caltrans expert task group on flexible pavements. They have vast knowledge of hot mix asphalt materials and the constraints during production, as well as experience managing comprehensive quality assurance and quality control programs. Pavement Treatment and Maintenance Twining and its engineers and specialists have been involved with the design, development, quality assurance, and performance evaluation of asphalt pavements for over 20 years. The firm has partnered with Caltrans in the evaluation of the rubber pavements pilot warranty program conducted back in 2001 and has consulted with scores of California municipalities on their annual ARHM overlay program since 1998. Our team has in-depth experience with the following pavement treatment types: Preventative Maintenance Fog Seal Chip Seal (Rap Chips) Scrub Seals Slurry Seals Microsurfacing Cape Seals Bonded Wearing Course Micromilling Asphalt Rubber Hot Mix -Gap Graded (ARHHM-GG) Overlays Prep -Work (Digouts) Rehabilitation Cold In -Place Recycling Cold Central Plant Recycling Reconstruction Full -Depth Reclamation Lime Stabilization Pavement Maintenance Capabilities Pavement Evaluation and Design Services for Pavements Falling Weight Deflection Testing, Geotechnical Pavement Engineering, and Analysis Project Specification Development and Pavement Repair Plan Preparation Pre -Construction Bid Assistance with Technical RFIs Submittal Review, Quality Assurance Acceptance, and Technical Quality Review Pavement Placement Inspection during Construction Binder Plant Inspection to Verify Reaction Times, Use of Crumb Rubber, Temperatures, Gradations, Etc. Placement Compaction Testing Laboratory Materials And Performance Predictive Testing Twining I City of Santa Clarita 8 2. Qualifications of Firm and Assigned Staff County of Ventura As -Needed Material Testing, Engineering, and Inspection Services Public Agency Since 2008, Twining has been providing material testing, engineering, and inspections County of Ventura services for the County of Ventura. We enjoy working on projects that shape the future of the County, and the municipalities within it. We have a strong relationship with the Location County and its local agencies, having worked on various projects for cities, such as the Ventura County, CA City of Oxnard, Thousand Oaks, Simi Valley, and others. Some of our recent project expe- Year Completed riences includes: 2020 » Bus Pullout on Hwy 33 South of Loma Drive Casitas Vista Road Reference Joshua Patricio >> CRT Material Testing & Inspection Services 805.654.2054 >> Lockwood Valley Road (West) Joshua. Patricio@ventura.org >> Norway Track Pavement Resurfacing Ojai/West Ventura Areas Resurfacing - Various Streets Ventura County Project Type Street Rehabilitation >> Pavement Resurfacing East Oak Park Area RD12-13 Pavement Resurfacing Nyland Acres Twining Staff Amir Ghavibazoo, PhD >> Rice Road Bike Lanes Jeff Tawakoli, PE >> Rose Ave at Central Ave Pedestrian Improvements Eddie Perez >> Sulphur Mountain Road Pavement Resurfacing Ventura College Building G Reroofing Project West Oak Park Pavement Rehab Yerba Buena Road South Resurfacing Twining I City of Santa Clarita 9 2. Qualifications of Firm and Assigned Staff City of Simi Valley Annual Major Streets Pavement Program Public Agency Name The City of Simi Valley conducts an annual major and minor street rehabilitation City of Simi Valley program on many of their arterial and residential streets. The project consisted of residential pavement rehabilitation consisting of a conventional hot mix asphalt overlay, Location curb and gutter repair, and a type I slurry seal on select residential streets. Simi Valley, CA Twining was retained as the quality assurance laboratory for the city and provided Year Completed placement inspection, field compaction testing, batch plant inspection, laboratory 2019 testing, and slurry seal sampling and testing. Reference Fuad Shamot 805.583.6788 FShamout@simivalley.org Project Type Street Rehabilitation Twining Staff Amir Ghavibazoo, PhD Jeff Tawakoli, PE Eddie Perez Twining I City of Santa Clarita 10 2. Qualifications of Firm and Assigned Staff City of Thousand Oaks Annual Rubberizes ASprialt 6uriuete Rehab Public Agency The City of Thousand Oaks is responsible for maintaining approximately 380 miles of City of Thousand Oaks streets, and is a leader in exploring the use of innovative pavements with emphasis towards utilizing recycled crumb rubber in asphalt concrete pavements. Location Thousand Oaks, CA Since 2010, Thousand Oaks has engaged the services of Twining to assist in review and revision of the community's pavement rehabilitation specifications, perform materials Year Completed design studies, implement quality assurance programs, perform construction inspection Ongoing and testing, and perform pavement destructive testing and assist with pavement deflection testing for future pavement designs. Reference Nader Heydari The City used Terminal Blend Rubberized Emulsion Aggregate Slurry Seal (REAS), using black rock source. The black rock will help the slurry seal to retain its black color for a (805) 449-2100 longer period of time and the rubberized emulsion will add to the durability of the slurry nheydari@toaks.gov seal product. Project Type Twining has also provided annual materials certifications and labor compliance Street Rehabilitation interviews throughout the projects. Twining Staff Amir Ghavibazoo, PhD Jeff Tawakoli, PE Eddie Perez Twining I City of Santa Clarita 11 2. Qualifications of Firm and Assigned Staff Organization Chart Firm's principal contact Resumes available upon request * Quality Control Manager/ Engineer Jeff Tawak Project Manager/ Engineering Oversight Amir Ghavibazoo, PhD Sean Bautista* Eddie Perez Laboratory Technicians Alexandra Brown* L Jack Gains* Am F T Over 180 Special Inspectors W A Twining I City of Santa Clarita 12 2. Qualifications of Firm and Assigned Staff Amir Ghavibazoo, PhD Project Manager/Engineering Oversight Professional Summary Dr. Amir Ghavibazoo is Twining's Director of Asphalt Engineering and Pavement Design and has served as project manager for this contract for more than six years. He directs and works on pavement design, highway design, engineering specifications, and consulting services. Amir's graduate studies included Pavement Management Systems (MicroPaver), pavement evaluation and pavement rehabilitation strategies. He works closely with cities statewide to develop unique and specialized mix designs, pavement construction inspections, and pavement design solutions. Amir's specialized knowledge allows our firm to offer creative and unique pavement solutions to fit any budget and other goals. Relevant Experience Years of Experience City of Santa Clarita, Annual Overlay & Slurry Seal 11 Each year, streets are evaluated and identified for their need for rehabilitation or maintenance treatments. These projects include asphalt overlay, micro -surfacing, Education and slurry seal treatments to streets in various areas of the City. Twining performed PhD, Civil and Environmental quality assurance testing and inspection, Amir serves as project manager for this job, Engineering, North Dakota coordinating all required testing and inspection and reviewing test results. State University MS, Railways Engineering, City of Thousand Oaks, Annual Pavement Overlay and Slurry Iran University of Science and Since 2010, Thousand Oaks has engaged the services of Twining to assist in review Technology, Tehran, Iran and revision of the community's pavement rehabilitation specifications, perform BS, Industrial Engineering, materials design studies, implement quality assurance programs, perform construction University of Technology, inspection and testing, and perform pavement destructive testing and assist with Tehran, Iran pavement deflection testing for future pavement designs. Amir serves as the Project Manager. He coordinates all required testing and inspection and reviews test results. County of Ventura, Route 118 (07-296704) Twining performed quality control testing on route 118 in Ventura County. Amir served as project manager and project engineer. He was responsible for the oversight of all daily sampling and testing, as well as providing technical comments in regard to possible issues, and suggesting a solution to the client based on the test results. City of Simi Valley, Erringer Road at Cochran Street This project consisted of the construction of a northbound right turn lane on Erringer Road at Cochran Street. Twining performed surface and subsurface soils investigation, testing, evaluation, geotechnical inspection, materials testing for conventional and rubberized asphalt concrete pavement, structural section evaluations for pavement defection testing, and laboratory testing services. Amir served as the pavement engineer. He reviewed the test data and prepared recommendations to the City. Twining I City of Santa Clarita 13 2. Qualifications of Firm and Assigned Staff Jeff Tawakoli, PE Quality Control Manager/Engineer Professional Summary Jeff Tawakoli, PE, is a professional engineer with over 37 years of experience in geotechnical and construction materials engineering. He has served as a local resource in similar capacity on this contract for the past several years. Jeff's areas of expertise includes subsurface investigation, engineering analysis, preparation of soils reports, building and roadway inspection and engineering, and project management. He has provided geotechnical engineering support for public works programs, industrial and residential developments, military facilities, roadways, and mid -rise buildings. Relevant Experience Years of Experience City of Santa Clarita, Annual Overlay & Slurry Seal (Multiple Years) 37 Each year, streets are evaluated and identified for their need for rehabilitation or maintenance treatments. These projects include asphalt overlay, micro -surfacing, and Education slurry seal treatments to streets in various areas of the City. Twining performs quality University Civil Engineering, assurance testing and inspection, Jeff serves as quality control manager throughout University of Utah this program, providing engineering support out of our local Ventura office. Current Registrations/ City of Calabasas, Lost Hills Road Interchange Improvement Project Certifications/Specialized This $25 million project included the expansion of the existing Lost Hills Road/US- Training 101 overcrossing from two lanes to five lanes. Jeff served as the project manager, Registered Professional overseeing the delivery of all of our services, dispatching inspectors, reviewing all Engineer (Civil), State of reports, and acting as the single point of contact for the project team. California (No. 51883) Registered Professional County of Ventura, Sespe Street Bike Lanes Engineer (Civil), State of This project involved pavement widening for installation of 1.96 Class II bike lane miles Nevada (No. 10869) along Sespe Street from South Mountain Road to Riverside Avenue in the Bardsdale Registered Professional area. This project was part of an effort to provide safe roadways for multiple modes Engineer (Civil), State of Utah of traffic and a continuous effort to construct bike lanes to promote and provide (No. 176290) connectivity to regional routes. Twining provided material testing and inspection of asphalt and soils. Jeff served as Project Manager. ICC Spray Applied Fire Proofing City of Simi Valley, Erringer Road at Cochran Street ICC Reinforced Concrete This project consisted of the construction of a northbound right turn lane on Erringer ICC Structural Masonry Road at Cochran Street. Twining performed surface and subsurface soils investigation, testing, evaluation, geotechnical inspection, materials testing for conventional and Professional Affiliations rubberized asphalt concrete pavement, structural section evaluations for pavement American Society of Civil deflection testing, and laboratory testing services. Jeff served as the Project Manager Engineers (ASCE) for this project, providing oversight of materials testing for both laboratory and field services. He was responsible for coordinating schedules, managing budgets, reviewing inspection in the field, reviewing and approving all field inspection. Twining I City of Santa Clarita 14 2. Qualifications of Firm and Assigned Staff Eddie Perez Lead Public Works Inspector Professional Summary Eddie Perez brings over 14 years of technical expertise as a public works construction and quality assurance manager. He serves as the City's eyes and ears on public works construction. He routinely attends construction progress meeting with City officials and the contractors. He reviews and insures adherence to construction plans and project specifications. His experience encompasses all aspects of public works construction with special emphasis on roadway projects that include utility work ADA ramp remove and replace, street signal loop and signal install and roadway striping in addition to asphalt and concrete paving. He is intimately familiar with Caltrans and Green Book Standards and serves as an extension of City resources. Relevant Experience Years of Experience City of Santa Clarita, Annual Overlay & Slurry Seal (Multiple Years) 14 Twining is contracted by the City to perform construction materials testing and inspection services for the annual overlay and slurry seal program. Twining performs Current Registrations/ construction materials testing and inspection at various project sites and the batch Certifications/Specialized plant. Our firm performs mix design verification and laboratory testing. Twining also CalTTraining assists the City in performing slurry seal placement inspection and testing. Eddie AGG, 12 BIT ADMIX, , 1 serves as the lead public works inspector. He attends construction progress meetings, GEN, 125 BIT, 125 CEM, 125 and review and ensures adherence to plans and specifications. GEN, 125 HMA OSHA 10-hour Construction City of Simi Valley, Annual Pavement Rehabilitation Safety and Health The City of Simi Valley conducts an annual major and minor street rehabilitation program on many of their arterial and residential streets. The project consisted of residential pavement rehabilitation consisting of a conventional hot mix asphalt overlay, curb and gutter repair, and a type I slurry seal on select residential streets. Eddie served as an inspector for this project. He tested the hot mix asphalt to ensure compliance with standards. City of Thousand Oaks, Annual Overlay Program The City of Thousand Oaks is responsible for maintaining approximately 380 miles of streets and is a leader in exploring the use of innovative pavements with emphasis towards utilizing recycled crumb rubber in asphalt concrete pavements. Since 2010, the City has engaged the services of Twining to assist in review and revision of the community's pavement rehabilitation specifications, perform materials design studies, implement quality assurance programs, perform construction inspection and testing, and perform pavement destructive testing and assist with pavement deflection testing for future pavement designs. Eddie serves as the City's construction manager, attending weekly construction progress meeting with City officials and the contractor(s). He reviews and ensures adherence to construction plans and project specifications. Eddie reviews inspector's daily field reports, enforces traffic control requirements, performs scheduling of field/plant inspection, coordinates material sampling/testing, collects all load tix/invoices and verifies and logs all bid quantities. Twining I City of Santa Clarita 15 Understanding Twining understands that the City of Santa Clarita requires Quality Assurance Construction Materials Testing and Inspection Services to support its overlay programs. Our role will be to provide comprehensive inspection and testing services in accordance with the City's Quality Assurance Program, ensuring that all materials and construction activities meet the applicable standards, including. • City of Santa Clarita Quality Assurance Program (QAP) • Caltrans Construction Manual, current edition • CALOSHA Construction Safety Orders, current edition • Standard Specifications for Public Works (Greenbook), current edition • Standard Plans for Public Works, current edition • Project -specific plans, specifications, and attachments in the City's RFP Twining recognizes that our responsibilities will include on -site inspection, field and laboratory testing of asphalt and concrete materials, compliance verification, documentation, and coordination with all project stakeholders. Our proposed work plan ensures that all project objectives are met while maintaining compliance with California Testing Methods (CTM) and industry best practices. Task 1: Engineering Support During Overlay Project Subtask 1: On -call Support to the City's Project Manager Output: • Twining's Project Manager and Lead Public Works Inspector will be available from project inception through completion via phone, email, and in -person meetings to provide timely responses to City inquiries. • Support will include technical guidance, problem resolution, and procedural recommendations throughout the project. Subtask 2: Materials Submittal Review Output: • Twining will conduct timely and thorough reviews of contractor submittals, ensuring compliance with project plans, specifications, and applicable standards. • The City's Project Manager will receive comprehensive feedback and approvals to facilitate smooth project execution. Subtask 3: Attendance at Project Meetings Output: • Twining's Project Manager and Senior Field Inspector will attend all requested meetings to provide updates, discuss testing and inspection findings, and coordinate with the City's project team. Subtask 4: Review of Inspection and Testing Results Output: • Twining will ensure that all laboratory and field testing is scheduled promptly, with results reviewed and submitted in a timely manner. • Reports will highlight any non -compliant results, with accompanying recommendations and corrective actions provided upon request or as necessary. Twining I City of Santa Clarita 16 I A I I. 4"t tam t Subtask 1: Public Works Inspection Services Output: • Twining's Public Works Inspectors will provide supplemental support to the City's inspection team throughout the project. • Inspections will include staging areas, traffic control, contractor housekeeping, and compliance with daily construction activities. Subtask 2: Asphalt Inspection Services Output: • Twining will conduct laydown inspection and compaction testing throughout paving operations. • If the City requests observation of grinding operations, Twining will provide personnel to monitor and document activities in accordance with project specifications. • Plant inspection will be performed throughout paving operations, ensuring asphalt production meets Greenbook and Caltrans standards. • Asphalt samples will be collected from both the plant and field for laboratory testing. Subtask 3: Asphalt Coring and Testing Output: • Twining will provide an experienced technician to core asphalt pavement at a frequency of one core per 250 tons. • The cores will be transported to Twining's laboratory for testing to verify asphalt density and compaction compliance. Task 3: Materials Testing During Overlay Project Subtask 1: Laboratory Testing of Asphalt Materials Output: • Twining's certified laboratory will conduct asphalt content, gradation, moisture content, density, stability, air voids, and sand equivalency testing to confirm compliance with project specifications. • Acceptance criteria will be based on key parameters, including asphalt content, gradation, and stability results. • Daily core testing will be performed to ensure compliance with compaction requirements. Task 4: Quality Assurance Documentation and Reporting Subtask 1: Daily and Final QA Reporting Output: • Twining's Project Manager will review daily field and laboratory activities and prepare detailed inspection reports. • Reports will document test results, frequencies, retests (if necessary), and conformance assessments. • Any failing materials or test results will be immediately reported to the City's Project Manager with recommendations for corrective action. • Twining will ensure that all materials accepted based on a Certificate of Compliance (COC) are referenced in daily inspection reports. • Upon project completion, a final Quality Assurance Report will be submitted, summarizing all testing, inspections, and conformance evaluations for the City's records. Commitment to Compliance and Coordination Twining recognizes the importance of proactive communication and coordination with all project stakeholders, including the City's Project Manager, contractor, utility companies, design engineer, and public works inspectors. We will work closely with the City to ensure timely issue resolution and compliance with project specifications. Additionally, Twining will utilize the City's designated Construction Management Software (Eadoc) to efficiently track, document, and communicate all project -related activities. By leveraging our expertise in construction materials testing, inspection, and compliance verification, Twining is committed to ensuring the success of the City of Santa Clarita's overlay program. Twining I City of Santa Clarita 17 Project Schedule and Timeline 1. Availability and Work Periods The Twining consultant team will be available throughout the project duration, commencing immediately upon contract execution. Our work schedule will align with the City's construction timeline and will be closely coordinated with the project manager to ensure smooth execution. We recognize that some work may be performed during night shifts. Twining's team is fully prepared to accommodate such scheduling needs. We will work closely with the City's project manager to understand night shift start and finish times, allowing us to allocate additional resources as necessary to meet project demands. Twining's project manager and field supervisor will be available throughout the project to coordinate with the City's project manager, ensuring that workforce resources are allocated efficiently based on daily tasks. With a team of over 150 inspectors on standby, Twining has the capacity to meet any workload demands during construction, ensuring uninterrupted progress and quality assurance. 2. Key Milestones and Completion Dates The following schedule outlines key milestones aligned with the City's timeline: Task/Subtask Start Date End Date Milestone/Deliverables Contract Execution March 2025 March 2025 Contract finalized and signed Pre -Construction Meeting March 2025 March 2025 Kick-off meeting with City and stakeholders Material Sampling & March 2025 April 2025 Testing protocols and Testing Setup schedule confirmed Field Testing and Inspection April 2025 November 2025 Ongoing field inspections, daily reports Weekly Progress Meetings April 2025 November 2025 Updates to City officials and contractors Mid -Project Quality June 2025 June 2025 Compilation of material Assurance Review compliance data Final Testing and November 2025 December 2025 Final project materials Certification certification Project Completion and December 2025 December 2025 Submission of final Closeout reports and compliance documentation Twining I City of Santa Clarita 18 4. Schedule 3. Proposed Meeting Schedule To ensure effective coordination and progress tracking, Twining will participate in the following key meetings: • Kick-off Meeting (March 2025): Introduction of the team, discussion of project objectives, and confirmation of schedules. • Pre -Construction Meeting (April 2025): Coordination of project details, discussion of construction plans, and clarification of testing requirements and responsibilities among the City, contractor, QC, QA, utility companies, and any other stakeholders. • Weekly Status Meetings (April - November 2025): Ongoing progress reviews, issue resolution, and stakeholder updates. • Mid -Project Review (June 2025): Verification of testing frequency and updates to compliance documentation. • Project Closeout Meeting (December 2025): Final review of materials, test results, and compliance summary. 4. Contingency Planning The project schedule is subject to variables such as weather conditions, contractor availability, and unforeseen delays. Any necessary adjustments will be communicated promptly, and we will coordinate with the City's project manager to implement schedule modifications while minimizing disruptions to the project timeline. Twining I City of Santa Clarita 19 Twining is able to self -perform all work identified in the RFP and does not anticipate the use of subconsultants for this contract. Twining I City of Santa Clarita 20 ••TWINING Grounded in Safety, Built on Sustainability t uw,�t CITY OF SANTA CLARITA COST PROPOSAL TO PROVIDE 2024-25 Overlay Slurry Seal Program - Materials Testing and Inspection PROPOSAL # CIP-24-25-M0157M March 7, 2025 .r- ITFM M011! 11 1 ii��MKMMLM60' �. This proposal is a firm offer for a 120-day period, and the proposed work will be performed at a "not -to -exceed" price. Twining has reviewed the City's professional services agreement and finds the agreement acceptable as written. e� Mariel Attento Rhorer Vice President of Client Development (Authorized to bind the firm) " D n m° n m m- m m n oa p m (A r m- m m m n oa p y (A r o m m o M O (D _ 'O `G O 91 K N (D 'p (D 'p p cD (D (D O p o (D p (D 'O y (D (D o p3 - y 'p CD _ y (D 'O y (D p (D o y 'p (D - y m (/( fL] N (D o y p (D m (D O C O (D O C o (D D_ M fLm] CD C X p " ^ (D A y p ^A O (D fX1 y p ^w C (D CD foil p 0 ;a N C Q p C O O A N � Q p C o O fDD .. CD � (D (D N — m 'y0 m D_ N _. _ D_ A Q Op m D_ N _. _ D_ o o m CD 0 .p.. C CD o .p.. E;CD o (D CD CD CD O p_ `mvG O O_ Z7 `mvG (D 0= p =. p y ^n X y - m (D `G .Z7 y .. X y — m (D `G N y N y m p y l vIDy m p l vIDy Q 0 yU CD yCD y CD m (D y p- (D — ^_. ... N y o = p y. m= ... N N y o p (D y O p CD p p y 07 (D y - p p y CS CDQ - (D p_ (D 3 p y O (D D X c> CD > - y > C (D CD E CD > - y > C (D CD (CD y 'O O Q m N - O m 'CD .p.. n c p m m CD -CD m .p.. n c CD p m CD m o fL] " y. E 0 o m E o - — - m E o _ p CD co (D .+ CD y y O fll (D y o 91 (D `G (D N ^'^ p (D p (D CD91 CD — 0 D (D _ o (D (D CD (D _. O m O m y m > > (D m O !D fL] y y m (o z CD m m 3 m m (/( O m W OD O A O O A 9D O (J O O A O O c0 O O O O 0 A O O c0 O O v N O W N O O O p m o m ,� ya O 2 ID O a C y C 3 W fP fb O v N N N N N N N N N N N N N N N N fP OD W N fb fP - O y 0 a W W W W (D W W W W co W M m O � C O N N N N N ID O y m (p (D ya m :I W O O O O v3 N fb m A O O O vj W W fP N O O O vj A fb W O O O O v3 fP fb fP OD O O O v3 N A A O O O O vj A fb w O O O O vj O O w O O O O v3 v N O O O v3 A fb w O O O O v3 O O W O O O O vj N W N O O O vj -I A N A O O O v3 A w O O O O O X N Q 0 0 0 n No n (D al K NP n N O O N 3 D (D N 0 7 7 in c Z = al 7 O al cn y N V n I �' N Q p � aa) 0 D 3 Zn c a, n /% o o o o o o o CD (D 0) 0) = e w e ; 0 \ -o T y e = 7 -0 > e > Z < & > % CD \ [ \ \ & m 2 )( CD - ) o o $ $ 0 § r m { < 21 E E E E 7 @ \k -4 -4 - / / / x x x x )/)/)/) \ / )\ CL E E E E o E _ co co co co; & > > 0 - - - - / 2 2 _ co} } } \ } @ < 0 0 0 0 0 0 0 § 0 /\ 0 0 0 0= o 0 0 > 2 e u e a e a e a w a e a e a e a > @ 4 4 4 4 G 4 2 m 2 u a u a a a u u _ � - \ \ \ ƒCL ) £ \ ) \ § \ \ \ \ \ \ \ \ 4 § /k 0 k( 7 \ §M q ƒ / / / U , Grounded in Safety, Built on Sustainability Purchasing City of Santa Clarita 23920 Valencia Boulevard, Suite 120 Santa Clarita, CA 91355 RESPONSE FILE Prepared By: HUNSAKER&ASSOCIATES LOS ANGELES, INC. 26074 Avenue Hall Suite 23, Valencia, CA 91355 Contact Info: Mr. Jason Fukumitsu, PE (661) 294-2211 1 jukumitsu@hunsakercom CIP-24-25-MO157S Overlay and Slurry Seal Program Proposal Date: February 06, 2025 HUNSAKER & ASSOCIATES, LOS ANGELES, INC January 1, 2025 Purchasing Department CITY OF SANTA CLARITA 23920 Valencia Boulevard, Suite 120 PLANNING Santa Clarita, CA 91355 ENGINEERING SURVEYING Subject: Proposal for Overlay and Slurry Seal Program GOVERNMENT RFP# CIP-24-25MO157S RELATIONS H&A LA Proposal No. 2025-1046 IRVINE LOS ANGELES To whom it may concern, RIVERSIDE SAN DIEGO Hunsaker and Associates Los Angeles, Inc. (H&A), a California Corporation, is pleased to submit this proposal for your consideration with services to be based from our office in Valencia located 4 miles from Santa Clarita City Hall. Cost File has been included in a separate document as requested. We will research all available records, including Final Maps, Parcel Maps, Record of Surveys, Corner Records, County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. In accordance to Section 8771 (b) of the Professional Land Surveyor's Act, prior to improvements of the public street, all monuments existing that control shall be located and referenced and a corner record or record of survey will be filed with the county surveyor. • Set up for field recovery of existing centerline monumentation • Survey the location and tie out all existing monumentation prior to street repairs PRINCIPALS: • Prepare a Pre -Construction Corner Record and file with the County of JASON FUKUMITSU JEANNINE GIEM Los Angeles In accordance to Section 8771 (c) of the Professional Land Surveyor's Act, a permanent monument shall be reset in the surface of the new construction or a 26074 Avenue Hall witness monument or monuments set to perpetuate the location if any Suite 23 monument are destroyed, damaged, covered, disturbed or otherwise obliterated Valencia, California and a corner record or record of survey will be filed with the county surveyor. 91355 (661) 294-2211 PH • Field inspect the location of all monuments found prior to street repairs (661) 294-4890 FX (661) 2 4-989.com • Recover or reset any monuments destroyed by street repairs www• Prepare a Post -Construction Corner Record and file with the Count of Los Angeles We have reviewed the RFP (Proposal # CIP-24-25-M0157S) sections A to Don 03/05/2025, Contract Terms and Conditions, and concur that H&A can comply with provisions in those documents. As President, Jason H. Fukumitsu, PE is the firm's authorized representative for this proposal (contact information below). Our proposal is organized as follows: • L I. I. Introduction • 1.1.2. Qualifications of Firm and Assigned Staff • 1.1.3. Work Statement • 1.1.4. Schedule • 1.2. Cost File will be prepared in a separate document. We look forward to committing our resources and being of service to the City of Santa Clarita, and making this assignment a success for you and developing an excellent working relationship. Should you have any questions, please do not hesitate to contact via email at Su"ve-' 'kZ-.°�Lii-sker.com or by phone at our Los Angeles office. Very truly yours, Sincerely, HUNSAKER AND AS, OPIATES, LA, INC. I^ Jason H. Fukumitsu, PE, QSD President/Principal — Engineering 14 HUNSAKER PLANNING ENGINEERING SURVEYING GOVERNMENT RELATIONS IRVINE LOS ANGELES RIVERSIDE SAN DIEGO PRINCIPALS: JASON FUKUMITSU & ASSOCIATES, LOS ANGELES, INC 1.1.2 Qualifications of Firm and Assigned Staff H&A- Los Angeles Hunsaker & Associates -Los Angeles (H&A-LA) is a broad -based civil engineering firm which upholds the commitment to consistent, high -quality, and competitively priced planning, engineering, and surveying services that has distinguished our parent company, Hunsaker & Associates, since its inception in 1976. Our office in Los Angeles County is a METRO -certified Disadvantaged Business Enterprise (DBE) and Small Business enterprise (SBE), with an SBE certification also from the State of California Department of General Services. We are thoroughly versed in local codes and practices, and have extensive experience working with public- and private -sector clients throughout Southern California. Mission Statement Our mission at Hunsaker & Associates Los Angeles is to provide professional design and engineering services that develop feasible and visionary planning, development and infrastructure to our public and private clients. With our commitment to integrity, quality, resourcefulness and people, H&A-LA will provide unique and cost-effective solutions for each individual project. As professional engineers, planners, surveyors and specialists, we look forward with an eye towards developing opportunities and value for our clients while enhancing and preserving the environment around us. Services Offered Engineering Services: Public works engineering; land development engineering; street and highway design engineering; hydraulic, hydrologic and sedimentation engineering; EIR technical studies and peer review, reservoir and pump station design; assessment district engineering; water resource engineering; hillside grading design; subdivision engineering; and commercial/industrial site design. Governmental Relations: Entitlement processing; program and project management; public presentations; marketing; development issues and project coordination; and plan expediting and permitting (including architectural, landscape, structural, MEP). JEANNINE GEM Planning and Environmental Services: Specific plans; environmental analysis; urban design; master plans; re -use and redevelopment planning; 26074 Avenue Hall site/land use planning; community planning; general plans; entitlement -to -use Suite 23 processing; regulatory permits; and public information programs. Valencia, California 91355 Land Surveying Services: Aerialphotographyand hoto rammet boundary Y$ P g rY� �' c661J z94-zz„ PH 294-9s90 survey and analysis; final subdivision mapping; condominium plans; (66,J Fx www.hunsaker.com construction surveying and staking; GPS surveying; topographic maps; ALTA surveys; and legal descriptions and exhibits. Previous Similar Work Experience I-5 North County Enhancements AGENCY. LA County Metropolitan Transportation Authority LOCATION: Santa Clarita, California 91355 REFERENCES: Jake Woxland, Project Manager 714-356-4945 YEAR COMPLETED: On -Going Hunsaker & Associates performed surveying services related to I-5 North Capacity Enhancements project including establishing primary control, demolition marking, rough grading, and environmentally sensitive area staking. Supported new pavement subgrade, curbs, AC dikes, pavement finish surfaces, storm drain lines, and water lines. Assisted with retaining walls, bridges, fine grading for slopes and shoulders, and site features such as lighting, ramps, and traffic signs. Conducted staking for sound walls, fencing, railings, barriers, hazardous material areas, and pavement markings during construction. Supervised and coordinated office support and reimbursable tasks to ensure project alignment and efficiency. Pier 400 Corridor Storage Tracks Expansion — Port of Los Angeles AGENCY. Port of Los Angeles LOCATION: City of Los Angeles, CA REFERENCES: Moises Pena 714-936-9553 YEAR COMPLETED: August 2024 Hunsaker & Associates provided comprehensive field survey services for the expansion project, including establishing primary control and setting stakes for demolition, stone columns, bridge piles, sewer and storm drain systems, compressed air lines, electrical conduits, and railway components. Verified pile locations at various stages and supported pile cap and bridge abutment forming. Additional tasks included staking for paving, fencing, walkway ballast, and K-rails. Supervised and coordinated office calculations to support field activities, ensuring accuracy and efficiency throughout the project. Wilmington Waterfront Promenade & Building Demolition AGENCY. Port of Los Angeles LOCATION: San Pedro, California 90733-0151 REFERENCES: Garret Cheeseman 714-308-6640 YEAR COMPLETED: September 2023 Hunsaker & Associates Los Angeles, Inc. provided comprehensive surveying services in support of the Wilmington Waterfront Promenade and Building Demolition project. Services included the establishment of primary control and staking for demolition, surcharge fills, and structural monitoring throughout the project limits. Surveying support was provided for settlement monitoring, verification of earthwork quantities, and monitoring of existing ground and 2 retaining walls. Survey crews performed staking for revetment, concrete walls, and sanitary sewer facilities, as well as the layout of storm drain lines and domestic water/fire services. Additional support included dry utility staking, floating dock layout, and pier monitoring to ensure proper alignment during construction. Staking services extended to the layout of restroom buildings, structural footings, anchor plates, and bearing plates, ensuring proper placement of structural components. Crews also provided pavement milling staking, layout for temporary parking lot pavement markings, and tidal steps staking. Special attention was given to on -site and off -site grading (RG) stakes, as well as layout and staking for water and sewer improvements along Water Street and Avalon. Construction fencing was staked to delineate project boundaries and ensure site security. Throughout the project, Hunsaker & Associates Los Angeles, Inc. coordinated closely with the project team to provide accurate and timely survey data to support construction progress, minimize conflicts, and ensure adherence to project plans and specifications. Mike Kennada Mapping .- ,t . yManager Credentials: B.S. Surveying and Photogrammetry, California State University, Fresno, 1981. Professional Land Surveyor PLS 5642, 1985 Professional Experience: Mr. Kennada serves as the manager in charge of all survey and mapping services. His responsibilities include managing cost estimates, budgets, and proposals, as well as overseeing the coordination of mapping and field -related projects. This encompasses the preparation and execution of Final Maps, Parcel Maps, Records of Surveys, ALTA Surveys, legal descriptions, and construction staking. Mr. Kennada earned a Bachelor of Science degree in Surveying and Photogrammetry from California State University, Fresno, in 1981. He has been a licensed Professional Land Surveyor since 1985, bringing decades of expertise and leadership to the field. Key Projects: Valencia Town Center Mall Provided ALTA Survey and numerous updates to the Valencia Town Center Mall located northeast of Valencia Boulevard and McBean Parkway. Project included boundary survey, easements and location of all visible improvements. Provided mapping for the mall (Parcel Map No. 22206). Parcel Map No. 20795 Provided mapping and construction surveying of the Spectrum Club, Hyatt Hotel and surrounding improvements along McBean Parkway from Magic Mountain Parkway to Valencia Boulevard. Provided mapping for the site (Parcel Map No. 20795). Alta Vista Provided construction staking and mapping for a 256-lot subdivision with 90 condominium units at the southeast corner of Copper Hill Drive and Decoro Drive. Provided mapping (Tract No. 53918) of the final map and processed through the City of Santa Clarita. Fieldstone Communities Provided construction staking and mapping for an 85-lot subdivision in the city of Lancaster along Avenue K. Provided mapping (Tract No. 54157) of the final map and processed through the City of Lancaster. Newhall Ranch Provided aerial topography, boundary survey and easement location for the 12,500-acre Newhall Ranch project located southeast of Highway 126 and Interstate 5. Recorded a large lot parcel map (Parcel Map No. 24500-01) and processed it through the County of Los Angeles. Onion field Provided mapping services on over 1,000 units of single-family homes, schools and parks over multiple phases of construction, including construction staking. HUNSAKER&ASSOCIATES LOS ANGELES, INC. Page 1 Newhall Land Acquisition Provided research on all properties owned by Newhall Land for due diligence by Lennar in the acquisition of Newhall Land. Tasks included were easement research, ownership and exhibits associated with the acquisition. North Park/Northbridge Provided mapping services (including Condominium Plans) on over 1,500 single family homes, condominiums and commercial centers over multiple phases. The project is located in the City of Santa Clarita along Newhall Ranch Road east of McBean Parkway to Copper Hill Drive. Construction staking provided for the entire site. Mountain View West Provided mapping services (including Condominium Plans) on over 900 single family homes, condominiums and commercial centers over multiple phases. The project is located along Copper Hill Drive west of Seco Canyon Road in the city of Santa Clarita. Construction staking provided for the entire site. HUNSAKER &ASSOCIATES LOS ANGELES, INC. Page 2 1.1.3. Work Statement RFP# CIP-24-25MO157S Proposal No. 2025-1046 PAVEMENT REHABILITATION 1. Overlay A (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for CR Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Corner Record for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during constriction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Corner Record for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Overlay A. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Overlay A 2. Overlay A Alternate (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any A-1 1.1.3. Work Statement RFP# CIP-24-25MO157S Proposal No. 2025-1046 monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for Recovery Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Records of Survey for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during constriction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Records of Survey for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Overlay A Alt. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Overlay A Alternate 3. Pavement Rehabilitation: Overlay B (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. A-2 1.1.3. Work Statement RFP# CIP-24-25MO157S Proposal No. 2025-1046 Subtask 1.3 - Field Survey for Recovery Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Records of Survey for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Records of Survey for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Overlay B. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Overlay B 4. Pavement Rehabilitation: Overlay B Alternate (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for Recovery Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Records of Survey for recovered monuments. A-3 1.1.3. Work Statement RFP# CIP-24-25M0157S Proposal No. 2025-1046 Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Records of Survey for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Overlay B Alt. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Overlay B Alternate 5. Federal (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for CR Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Corner Record for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Corner Record for reset monuments. Subtask 1.7 - Project Management 1.1.3. Work Statement RFP# CIP-24-25MO157S Proposal No. 2025-1046 Description: Overall coordination, management, and quality control for Federal. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Federal 6. Overlay C (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for CR Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Corner Record for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Corner Record for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Overlay C. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation A-5 1.1.3. Work Statement RFP# CIP-24-25MO157S Proposal No. 2025-1046 Final Survey Deliverables for Overlay C 7. Overlay C Alternate (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for Recovery Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Records of Survey for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Records of Survey for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Overlay C Alt. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Overlay C Alternate 8. Overlay D (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any o 1.1.3. Work Statement RFP# CIP-24-25MO157S Proposal No. 2025-1046 monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for CR Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Corner Record for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during constriction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Corner Record for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Overlay D. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Overlay D 9. Overlay D Alternate (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. A-7 1.1.3. Work Statement RFP# CIP-24-25M0157S Proposal No. 2025-1046 Subtask 1.3 - Field Survey for Recovery Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Records of Survey for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Records of Survey for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Overlay D Alt. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Overlay D Alternate SLURRY STREETS 1. Slurry Streets (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for CR Description: Conduct field survey to locate and recover existing monuments within the project limits. ME 1.1.3. Work Statement RFP# CIP-24-25M0157S Proposal No. 2025-1046 Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Corner Record for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Corner Record for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Slurry Streets. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Slurry Streets 2. Alternate 1 (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for CR Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Corner Record for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. 1.1.3. Work Statement RFP# CIP-24-25MO157S Proposal No. 2025-1046 Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Corner Record for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Alternate 1. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Alternate 1 3. Alternate 2 (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for CR Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Corner Record for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Corner Record for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Alternate 2. Output: A-10 1.1.3. Work Statement RFP# CIP-24-25M0157S Proposal No. 2025-1046 Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Alternate 2 4. Alternate 3 (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for CR Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Corner Record for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Corner Record for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Alternate 3. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Alternate 3 5. Alternate 4 (T&M) A-11 1.1.3. Work Statement RFP# CIP-24-25M0157S Proposal No. 2025-1046 Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for CR Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Corner Record for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Corner Record for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Alternate 4 Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Alternate 4 6. Alternate 5 (T&M) Subtask 1.1 - Research Description: Review all available records, including Final Maps, Parcel Maps, Records of Survey, Corner Records, and County Engineer field book pages to locate any monuments set between the limits of the improvements in the street that may be damaged or destroyed during construction. Subtask 1.2 - Office Calculations A-12 1.1.3. Work Statement RFP# CIP-24-25M0157S Proposal No. 2025-1046 Description: Prepare calculations necessary for monument recovery, reset, and documentation. Subtask 1.3 - Field Survey for CR Description: Conduct field survey to locate and recover existing monuments within the project limits. Subtask 1.4 - Office Mapping and Recording CR Description: Draft and record necessary Corner Record for recovered monuments. Subtask 1.5 - Field Survey to Reset Lost Centerline Description: Reset centerline monuments lost or destroyed during construction. Subtask 1.6 - Office Mapping and Re -Recording CR Description: Prepare and record updated Corner Record for reset monuments. Subtask 1.7 - Project Management Description: Overall coordination, management, and quality control for Alternate 5. Output: Monument Recovery Maps Corner Record Centerline Reset Documentation Final Survey Deliverables for Alternate 5 A-13 1.1.4. SCHEDULE RFP# CIP-24-25M0157S Proposal No. 2025-1046 The project schedule will commence upon receipt of the Notice to Proceed (NTP) from the City. The following represents the anticipated durations and sequencing for the proposed tasks and subtasks. All timeframes are subject to adjustment based on the City's project start date, site conditions, and coordination with other contractors. Task/Subtask Estimated Duration Milestone/Notes Task 1 - Pavement Rehabilitation - 3 Working Days Includes all research, survey, and Overlay A mapping work. Task 2 - Overlay B 4 Working Days May run concurrently with Overlay A if feasible. Task 3 - Overlay C 10 Working Days Dependent on coordination with City inspection. Task 4 - Overlay D 8 Working Days Includes centerline reset and mapping. Task 5 - Slurry Streets 15 Working Days May overlap with other tasks. Task 6 - Alternate Work 20 Working Days Work will be sequenced based on (Alternates 1-5) (total) City priorities. Project Management and Ongoing throughout Includes regular progress meetings Coordination project with the City. Key Milestones: • Notice to Proceed (NTP): Issued by City serves as formal start date. • Initial Records Research and Survey Reconnaissance: Within 5 working days of NTP. • Draft Deliverables for Review: Within 5 working days after field completion for each overlay section. • Final Deliverables Submission: Within 10 working days after City review and comments. Anticipated Completion Date: To be determined based on actual NTP date and any unforeseen field conditions. HUNSAKER & ASSOCIATES, LOS ANGELES, INC March 5, 2025 Purchasing Department CITY OF SANTA CLARITA 23920 Valencia Boulevard, Suite 120 Santa Clarita, CA 91355 PLANNING ENGINEERING SURVEYING Subject: Proposal for Overlay and Slurry Seal Program GOVERNMENT RFP# CIP-24-25M0157S: Cost File -Statement of Offer RELATIONS H&A LA Proposal No. 2025-1046 IRVINE LOS ANGELES To whom it may concern, RIVERSIDE SAN DIEGO We, Hunsaker & Associates Los Angeles, Inc. are pleased to submit our cost proposal for the Overlay and Slurry Seal Program RFP#CIP-24-25M0157S. This proposal represents a firm offer and shall remain valid for a period of 120 days from the date of submission of this proposal. We confirm that all proposed work will be performed at a not -to -exceed price, which includes all deliverables and required meeting attendance as outlined in the scope of work. This proposal has been reviewed and approved by the undersigned, who is authorized to bind Hunsaker & Associates Los Angeles, Inc. to the terms and conditions set forth herein. Sincerely, HUNSAKER AND ASSOCIATES, LA, INC. PRINCIPALS: JASON FUKUMITSU JEANNINE GIEM ason H. Fukumitsu, PE, QSD 26074 Avenue Hall President/Principal — Engineering Suite 23 Valencia, California 91355 (661) 294-221 1 PH (661) 294-9890 FX www.hunsaker.com 1.2 COST FILE HUNSAKER LA, INC City of SC RFP Overlay and Slurry Seal Program Proposal # CIP-24-25-MO157S Date:03/05/2025 2025-1046 Item No. Task Description Cale Method 0—Hourly 1 = Per Unit Cost PERUNIT COSTS HUNSAKER LABOR SUBTASK TOTALS TASK TOTALS Project Qty Contract Type Units Qty Cost / Unit or Hours / Unit Principal / Sr. Proj Mgr Sr PM PM / Sr. Proj Engineer Sr Eng / Proj Eng Staff Engineer / CAD Tech Admin Staff 2-man Survey 3-man Survey Per Diem / Travel Costs Budget Hours Budget (Rounded) Hours $240 $216 $206 $190 $172 $90 $250 $398 $ 10% 30% 40% 20% L Pavemenet Rehabilitation 1.00 Overlay A T&M a Research 0 Hrs 1 1 2.0 $432 2 Hrs b Office Cates 5 $860 5 Hrs c Field Survey for Recovery 0 Hrs 4 $1,000 4 Hrs d Office Mapping recording CR 10.0 $2,160 10 Hrs e Field Survey to Reset lost centerline 0 Hrs 2 $500 2 Hrs f Office Mapping rerecording CR 0 Hrs 5.0 $1,080 5 Hrs g Project Management 0 Hrs 1.0 $216 1 Hrs SUBTOTAL 0 18 0 1 0 5 0 6 0 $6,248 29 Hrs $6,200 29 Hrs 2.00 Overlay A Alternate T&M a Research 0 Hrs 6.0 $1,296 6Hrs b Office Cates 8 $1,376 8 Hrs c Field Survey for Recovery 0 Hrs 4 $1,000 4 Hrs d Office Mapping recording CR 15.0 $3,240 15 Hrs e Field Survey to Reset lost centerline 0 Hrs 2 $500 2 Hrs f Office Mapping rerecording CR 0 Hrs 7.0 $1,512 7 Hrs g Project Management 0 Hrs 2.0 $432 2Hrs SUBTOTAL 0 30 0 0 8 0 6 0 $9,356 44 Hrs $9,400 44 Hrs 3.00 Overlay B T&M a Research 0 Hrs 4.0 $864 4 Hrs b Office Cates 6 $1,032 6Hrs c Field Survey for Recovery 0 Hrs 8 $2,000 8 Hrs d Office Mapping recording CR 18.0 $3,888 18 Hrs e Field Survey to Reset lost centerline 0 Hrs 6 $1,500 6 Hrs f Office Mapping rerecording CR 0 Hrs 3.0 $648 3 Hrs g Project Management 0 Hrs 9.0 $1,944 9Hrs SUBTOTAL 0 34 0 0 6 0 14 0 $11,876 54 Hrs $11,900 54 Hrs 2025-1046_City of SC RFP Overlay and Slurry Seal Program - Cost File.xlsx Page 1 of 5 Printed: 3/6/2025 3:28 PNI 1.2 COST FILE HUNSAKER LA, INC City of SC RFP Overlay and Slurry Seal Program Proposal # CIP-24-25-MO157S Date:03/05/2025 2025-1046 Item No. Task Description Cale Method 0—Hourly 1 = Per Unit Cost PERUNIT COSTS HUNSAKER LABOR SUBTASK TOTALS TASK TOTALS Project Qty Contract Type Units Qty Cost / Unit or Hours / Unit Principal / Sr. Proj Mgr Sr PM PM / Sr. Proj Engineer Sr Eng / Proj Eng Staff Engineer / CAD Tech Admin Staff 2-man Survey 3-man Survey Per Diem / Travel Costs Budget Hours Budget (Rounded) Hours $240 $216 $206 $190 $172 $90 $250 $398 $ 4.00 Overlay B Alternate T&M a Research 0 Hrs 6.0 $1,296 6Hrs b Office Cates 6 $1,032 6Hrs c Field Survey for Recovery 0 Hrs 4 $1,000 4 Hrs d Office Mapping recording CR 11.0 $2,376 11 Hrs e Field Survey to Reset lost centerline 0 Hrs 4 $1,000 4 Hrs f Office Mapping rerecording CR 0 Hrs 5.0 $1,080 5 Hrs g Project Management 0 Hrs 1.0 $216 1 Hrs SUBTOTAL 0 23 0 0 6 0 8 0 $8,000 3711rs $8,000 37Hrs 5.00 Federal T&M a Research 0 Hrs 2.0 $432 2 Hrs b Office Cates 2 $344 2 Hrs c Field Survey for Recovery 0 Hrs 4 $1,000 4 Hrs d Office Mapping recording CR 6.0 $1,296 6 Hrs e Field Survey to Reset lost centerline 0 Hrs 4 $1,000 4 Hrs f Office Mapping rerecording CR 0 Hrs 3.0 $648 3 Hrs g Project Management 0 Hrs 1.0 $216 1 Hrs SUBTOTAL 0 12 0 0 2 0 8 0 $4,936 22 Hrs $4,900 22 Hrs 6.00 Overlay C T&M a Research 0 Hrs 15.0 $3,240 15 Hrs b Office Cates 15 $2,580 15 Hrs c Field Survey for Recovery 0 Hrs 60 $15,000 60 Hrs d Office Mapping recording CR 110.0 $23,760 110 Hrs e Field Survey to Reset lost centerline 0 Hrs 30 $7,500 30 Hrs f Office Mapping rerecording CR 0 Hrs 55.0 $11,880 55 Hrs g Project Management 0 Hrs 4.0 $864 4Hrs SUBTOTAL 0 184 0 0 15 0 90 0 $64,824 289 Hrs $64,800 289 Hrs 7.00 Overlay C Alternate T&M a Research 0 Hrs 20.0 $4,320 20 Hrs b Office Cates 1 25 $4,300 25 Hrs c Field Survey for Recovery 01 Hrs 1 1 75 $18,750 75 Hrs d Office Mapping recording CR 120.0 $25,920 1 120 Hrs 2025-1046_City of SC RFP Overlay and Slurry Seal Program - Cost File.xlsx Page 2 of 5 Printed: 3/6/2025 3:28 PM 1.2 COST FILE HUNSAKER LA, INC City of SC RFP Overlay and Slurry Seal Program Proposal # CIP-24-25-MO157S Date:03/05/2025 2025-1046 Item No. Task Description Cale Method 0 =Hourly 1 = Per Unit Cost PERUNIT COSTS HUNSAKER LABOR SUBTASK TOTALS TASK TOTALS Project Qty Contract Type Units Qty Cost / Unit or Hours / Unit Principal / Sr. Proj Mgr Sr PM PM / Sr. Proj Engineer Sr Eng / Proj Eng Staff Engineer / CAD Tech Admin Staff 2-man Survey 3-man Survey Per Diem / Travel Costs Budget Hours Budget (Rounded) Hours $240 $216 $206 $190 $172 $90 $250 $398 $ e Field Survey to Reset lost centerline 0 Hrs 55 $13,750 55 Hrs f Office Mapping rerecording CR 0 Hrs 60.0 $12,960 60 Hrs g Project Management 0 Hrs 4.0 $864 4Hrs SUBTOTAL 0 204 0 0 25 0 130 0 $80,864 359 Hrs $80,900 359 Hrs 8.00 Overlay D T&M a Research 0 Hrs 15.0 $3,240 15 Hrs b Office Cates 3 $516 3 Hrs c Field Survey for Recovery 0 Hrs 45 $11,250 45FIrs d Office Mapping recording CR 80.0 $17,280 80 Hrs e Field Survey to Reset lost centerline 0 Hrs 35 $8,750 35 Hrs f Office Mapping rerecording CR 0 Hrs 40.0 $8,640 40 Hrs g Project Management 0 Hrs 4.0 $864 4Hrs SUBTOTAL 0 139 0 0 3 0 80 0 $50,540 222 Hrs $50,500 222 Hrs 9.00 Overlay D Alternate T&M a Research 0 Hrs 8.0 $1,728 8 Hrs b Office Cates 3 $516 3 Hrs c Field Survey for Recovery 0 Hrs 100 $25,000 100 Hrs d Office Mapping recording CR 80.0 $17,280 80 Hrs e Field Survey to Reset lost centerline 0 Hrs 60 $15,000 60 Hrs f Office Mapping rerecording CR 0 Hrs 40.0 $8,640 40 Hrs g Project Management 0 Hrs 4.0 $864 4Hrs SUBTOTAL 0 132 0 0 3 0 160 0 $69,028 295 Hrs $69,000 295 Hrs LTOTAL LABOR $305,672 1351 Hrs $305,600 1351 Hrs H. Slurry Streets 1.00 Slurry Streets T&M a Research 0 Hrs 24.0 $5,184 24 Hrs b Office Cates 1 80 $13,760 80Hrs c Field Survey for Recovery 0 Hrs 130 $32,500 130 Hrs d Office Mapping recording CR 300.0 $64,800 300 Hrs e Field Survey to Reset lost centerline 0 Hrs 1 70 $17,500 70 Hrs 2025-1046_City of SC RFP Overlay and Slurry Seal Program - Cost File.xlsx Page 3 of 5 Printed: 3/6/2025 3:28 PNI 1.2 COST FILE HUNSAKER LA, INC City of SC RFP Overlay and Slurry Seal Program Proposal # CIP-24-25-MO157S Date:03/05/2025 2025-1046 Item No. Task Description Cale Method 0-Hourly 1 = Per Unit Cost PERUNIT COSTS HUNSAKER LABOR SUBTASK TOTALS TASK TOTALS Project Qty Contract Type Units Qty Cost / Unit or Hours / Unit Principal / Sr. Proj Mgr Sr PM PM / Sr. Proj Engineer Sr Eng / Proj Eng Staff Engineer / CAD Tech Admin Staff 2-man Survey 3-man Survey Per Diem / Travel Costs Budget Hours Budget (Rounded) Hours $240 $216 $206 $190 $172 $90 $250 $398 $ f Office Mapping rerecording CR 0 Hrs 150.0 $32,400 150 Hrs g Project Management 0 Hrs 4.0 $864 4Hrs SUBTOTAL 0 478 0 0 80 0 200 0 $167,008 758 Hrs $167,000 758 Hrs 2.00 Alternate 1 T&M a Research 0 Hrs 8.0 $1,728 8 Hrs b Office Cates 35 $6,020 35 Hrs c Field Survey for Recovery 01 Hrs 48 $12,000 48 Hrs d Office Mapping recording CR 90.0 $19,440 90 Hrs e Field Survey to Reset lost centerline 0 Hrs 24 $6,000 24 Hrs f Office Mapping rerecording CR 0 Hrs 45.0 $9,720 45 Hrs g Project Management 0 Hrs 4.0 $864 4Hrs SUBTOTAL 0 147 0 0 35 0 72 0 $55,772 254 Hrs $55,800 254 Hrs 3.00 Alternate 2 T&M a Research 0 Hrs 6.0 $1,296 6Hrs b Office Cates 30 $5,160 30 Hrs c Field Survey for Recovery 0 Hrs 40 $10,000 40 His d Office Mapping recording CR 70.0 $15,120 70 Hrs e Field Survey to Reset lost centerline 0 Hrs 20 $5,000 20 Hrs f Office Mapping rerecording CR 0 Hrs 35.0 $7,560 35 Hrs g Project Management 0 Hrs 4.0 $864 4Hrs SUBTOTAL 0 115 0 0 30 0 60 0 $45,000 205 Hrs $45,000 205 Hrs 4.00 Alternate 3 T&M a Research 0 Hrs 6.0 $1,296 6Hrs b Office Cates 16 $2,752 16 Hrs c Field Survey for Recovery 0 Hrs 24 $6,000 24 Hrs d Office Mapping recording CR 30.0 $6,480 30 Hrs e Field Survey to Reset lost centerline 0 Hrs 12 $3,000 12 Hrs f Office Mapping rerecording CR 0 Hrs 15.0 $3,240 15 Hrs g Project Management 0 Hrs 3.0 $648 3Hrs SUBTOTAL 0 54 0 0 16 0 36 0 $23,416 106 Hrs $23,400 106 Hrs 2025-1046_City of SC RFP Overlay and Slurry Seal Program - Cost File.xlsx Page 4 of 5 Printed: 3/6/2025 3:28 PM 1.2 COST FILE HUNSAKER LA, INC City of SC RFP Overlay and Slurry Seal Program Proposal # CIP-24-25-MO157S Date:03/05/2025 2025-1046 Item No. Task Description Cale Method 0-Hourly 1 = Per Unit Cost PERUNIT COSTS HUNSAKER LABOR SUBTASK TOTALS TASK TOTALS Project Qty Contract Type Units Qty Cost / Unit or Hours / Unit Principal / Sr. Proj Mgr Sr PM PM / Sr. Proj Engineer Sr Eng / Proj Eng Staff Engineer / CAD Tech Admin Staff 2-man Survey 3-man Survey Per Diem / Travel Costs Budget Hours Budget (Rounded) Hours $240 $216 $206 $190 $172 $90 $250 $398 $ 5.00 Alternate 4 T&M a Research 0 Hrs 6.0 $1,296 6Hrs b Office Cates 16 $2,752 16 Hrs c Field Survey for Recovery 0 Hrs 20 $5,000 20 Hrs d Office Mapping recording CR 32.0 $6,912 32 Hrs e Field Survey to Reset lost centerline 0 Hrs 12 $3,000 12 Hrs f Office Mapping rerecording CR 0 Hrs 16.0 $3,456 16 Hrs g Project Management 0 Hrs 3.0 $648 3Hrs SUBTOTAL 0 57 0 0 16 0 32 0 $23,064 105 Hrs $23,100 105 Hrs 6.00 Alternate 5 T&M a Research 0 Hrs 24.0 $5,184 24 Hrs b Office Cates 60 $10,320 60FIrs c Field Survey for Recovery 0 Hrs 112 $28,000 112 Hrs d Office Mapping recording CR 200.0 $43,200 200 Hrs e Field Survey to Reset lost centerline 0 Hrs 40 $10,000 40 Hrs f Office Mapping rerecording CR 0 Hrs 100.0 $21,600 100 Hrs g Project Management 0 Hrs 8.0 $1,728 8Hrs SUBTOTAL 0 332 0 0 60 0 152 0 $120,032 544 Hrs $120,000 544 Hrs ILTOTAL LABOR $434,292 1972 Hrs $434,300 1972 Hrs 12.0 REIMBURSABLE EXPENSES Prints : Percent of Budget 1.00% $4,300 $4,300 Messenger] 0.00% Mileage/ Puking: 1 0.50% $2,200 $2,200 Total Reimbursables:1 $6,500 $6,500 PROJECT TOTAL $746,464 3323 Hrs 1 $746,400 1 3323 Hrs 2025-1046_City of SC RFP Overlay and Slurry Seal Program - Cost File.xlsx Page 5 of 5 Printed: 3/6/2025 3:28 PM Hunsaker & Associates Los Angeles, Inc. — Standard Rate Schedule Rates Effective: January 1, 2025 — December 31, 2025 Compensation for work performed on a time -and -materials basis will be computed as follows: Hourly Description Straight Rate • Principal / Director $ 240 • Sr. Project Manager $ 216 • Project Manager / Sr. Project Engineer $ 206 • Assistant Project Manager $ 190 • Project Engineer / Sr. Engineer $ 190 • Engineer $ 172 • Assistant Engineer / CAD Tech $ 154 • Processor $ 154 • Engineer Intern $ 102 • Admin Staff $ 90 • Field Survey — 1 — Man Crew $ 250 • Field Survey — 2 — Man Crew $ 328 • Field Survey— 3 — Man Crew $ 398 All unbilled portions of the contract will be escalated in accordance with our labor cost increase beginning on January 1, 2026, and each January I" thereafter. All extra work will be performed on a time -and -materials basis per the Standard Rate Schedule in effect at the time the work is performed. Reimbursable: All reproduction costs, including both out -sourced and in-house reproduction are reimbursable to H&A in addition to the stated fees. In-house reproduction will be invoiced per H & A's standard reproduction rate schedule. in- house reproduction costs will apply to all blueprints and computer plots, which includes scan -to -copy, interim plots, check plots, final plots and color plots or color printing. (Out -sourced reproduction, deliveries, mileage, and other reimbursables will be invoiced at cost plus ten percent (10%) All travel lodging, meals, on -site transportation, auto, or truck rental and fuel costs are reimbursable to H & A at cost plus 10 percent (10%) in addition to the stated fees. Insurance: The following is a summary of the insurance coverage that Hunsaker & Associates LA, Inc. provides and is included in our offer of this proposal: General Liability Personal Injury ..... Auto Liability....... Professional Liability Umbrella Excess Liability $1,000,000 / $2,000,000 $1,000,000 $1,000,000 $2,000,000 $8,000,000 Page 2