HomeMy WebLinkAbout2013-07-09 - AGENDA REPORTS - OVERLAY SLURRY PROJ M0090 (2)Agenda Item: 6
r Y 1►YIUC . ZK O-11WO WAIR61i0E-1
AGENDA REPORT
CONSENT CALENDAR City Manager Approval:
Item to be presented by:
DATE: July 9, 2013
SUBJECT: 2012-13 OVERLAY AND SLURRY SEAL PROGRAM, PROJECT
M0090 - AWARD CONSTRUCTION CONTRACT
DEPARTMENT: Public Works
RECOMMENDED ACTION
City Council:
1. Approve the.plans and specifications for the 2012-13 Overlay and Slurry Seal Program,
Project M0090.
2. Award the construction contract to Toro Enterprises, Inc., in the amount of $3,892,037 and
authorize a contingency in the amount of $389,204 for a total contract amount not to exceed
$4,281,241.
3. Authorize an expenditure in the amount of $109,000 to Twining, Inc., for a professional
services contract to provide for project inspection and materials testing.
4. Authorize an expenditure in the amount of $30,000 to Pavement Engineering Inc. for a
professional services contract to provide for project design support services.
Authorize the continued appropriation of $14,054 of project savings in Transportation
Development Act (TDA) Article 8 funds in expenditure account M0077233-5161.001 from
Fiscal Year 2012-13 to Fiscal Year 2013-14 and transfer $14,054 from expenditure account
M0077233-5161.001 to expenditure account M0090233-5161.001.
6. Authorize the continued appropriation of $37,579 of project savings in Gas Tax funds in
expenditure account M0077230-5161.001 from Fiscal Year 2012-13 to Fiscal Year 2013-14
and transfer $37,579 from expenditure account M0077230-5161.001 to expenditure account
M0090230-5161.001.
APPROWED
Authorize the continued appropriation of $3,667,978 in TDA Article 8 funds in expenditure
account M0090233-5161.001 from Fiscal Year 2012-13 to Fiscal Year 2013-14.
8. Authorize the transfer of $731,363 in TDA Article 8 funds from account
M0097233-5161.001 to expenditure account M0090233-5161.001.
9. Authorize the City Manager or designee to execute all necessary documents subject to the
approval of the City Attorney.
10. Authorize the City Manager or designee to modify all documents to contract with the next
lowest and/or qualified bidder/proposer in the event the awardee is unable to fulfill its
obligations or perform, subject to City Attorney final document approval, contingent upon
the appropriation of funds by the City Council in the annual budget for such fiscal year.
BACKGROUND
The Annual Overlay and Slurry Seal Program project is an integral part of the City of Santa
Clarita's (City) pavement management program. Each year, streets are evaluated and identified
for their need of rehabilitation or maintenance treatments. The 2012-13 project will provide
asphalt overlay and slurry seal treatments in various areas of the City (see attached project streets
list). These treatments will provide a smoother ride for traffic and enhance the appearance of the
roadways and surrounding areas. This year's project is scheduled to begin construction in July
and be completed by the end of December.
An invitation to bid was published three times: May 19, May 22, and May 26, 2013, and noticed
on the City's website. Plans and specifications were also sent to area plan rooms. Seven bids were
submitted to the City and opened by Purchasing on June 12, 2013. The results of the bids are
shown below:
Company
Toro Enterprises, Inc.
Palp, Inc., DBA Excel Paving Company
C.A. Rasmussen Inc.
All American Asphalt
Sully -Miller Contracting Co.
Granite Construction
Griffith Company, Inc.
Location Bid Amount
Oxnard, CA $3,892,036.87
Long Beach, CA $3,951,824.26
Valencia, CA $3,989,776.05
Corona, CA $4,125,000.00
Brea, CA $4,134,499.65
Watsonville, CA $4,181,943.25
Rancho Cucamonga, CA $5,184,274.00
The basis for awarding this contract is the base bid plus the alternates. The City reserves the right
to award the base bid and any of the alternates at the City's discretion. The bid results shown
above include all of the Additive Alternates 1 and 2, which includes residential streets in
Newhall and Saugus. Staff recommends awarding the base bid and Additive Alternates 1 and 2.
Upon review of the bids, staff recommends awarding the construction contract to the lowest
responsive bidder, Toro Enterprises, Inc., which possesses a state contractor's license and is in
IA
good standing with the Contractors State License Board. The bid from Toro Enterprises, Inc.,
was reviewed for accuracy and conformance to the contract documents and found to be complete.
The construction contingency requested will cover the cost for unforeseen site conditions, such as
potential utility conflicts, abandoned utilities not shown in record drawings, change order
requests made by the contractor, and change orders for additional street paving ordered by the
City.
To ensure efficient and proper procedures in construction inspection and materials testing, costs
for services were anticipated and identified in the original budget. A request for proposal was
sent to several consultants. Upon reviewing the consultants' proposals, staff recommends
awarding the construction inspection and materials testing services contract to Twining, Inc., in
an amount not to exceed $109,000. Twining, Inc., has worked with the City on past projects and
demonstrated competent and timely services.
Pavement Engineering Inc., is the City's design consultant for this project. To facilitate possible
change orders during the construction phase of this project, staff recommends retaining the
design support services of Pavement Engineering Inc. in the amount of $30,000.
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 State Public Contract Code with regard to
public works project procurement. In these types of procurement, the State 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 bidder." As confirmed by the City Attorney's
Office, this direction precludes the City from applying any superseding criteria for award except
in the case of a tie. Thus, in awarding public works contracts, the City is not permitted to award
to the second lowest bidderjust because they are local, as the State Public Contract Code does
not allow the City to recognize them as the "lowest responsive bidder."
In the past two years, the City has annexed several areas. The new streets were inspected and
added to the City's pavement management system. As a result of these latest annexations, 97 new
lane miles were added to the City. The City is now responsible for the maintenance of 1,096 lane
miles. Annexed areas may now be included in future overlay efforts.
A budget of $105,733 is available for survey services and staff oversight related to construction
and project management, including public works inspection, labor compliance services, and
clerical support.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
TDA Article 8 funds in the amount of $75,000 are currently appropriated in expenditure account
M0090233-5161.001. The requested continued appropriation of $3,667,978 in TDA Article 8
F
funds (Fund 233) along with the requested continued appropriation and transfers of project
savings of $37,579 in Gas Tax funds (Fund 230) and $14,054 in TDA Article 8 funds from
Project M0077 to M0090, and the transfer of $731,363 in TDA Article 8 funds from Project
M0097 to M0090 creates a total project budget of $4,525,974. These funds will provide for the
construction contract of $4,281,241, the professional services contract of $109,000, the design
support services contract of $30,000, and allow for expenditures of $105,733 for survey services
and staff oversight related to construction and project management, including public works
inspection, labor compliance services, and clerical support.
ATTACHMENTS
Streets List, Project M0090
Bid Proposal for Toro Enterprises, Inc., available in the City Clerk's Reading File
Contract for Toro Enterprises, Inc., available in the City Clerk's Reading File
G;
CITY OF SANTA CLARITA
2012-13 ANNUAL OVERLAY AND SLURRY SEAL PROJECT
CITY PROJECT NO. M0090
BID NO. ENG -12-13-M0090
PROJECT STREET LIST
LOCATION FROM TO
ARTERIALS
CALGROVE BLVD WILEY CANYON RD EAST END
CANYON COUNTRY
ABDALE ST
FRIENDLY VALLEY PY
FAIRGATE AV
ANNE FREDA ST
EAGLE PEAK AV
SOLEDAD CANYON RD
BEACHGROVE CT
ABDALE ST
522 FT EAST OF ABDALE ST
BRONCO DR
LIVE OAK SPRINGS CANYON RD
1920 FT EAST OF CLEARLAKE DR
CEDARFORT DR
CLEARLAKE DR
499 FT EAST OF CLEARLAKE DR
CHUCKWAGON PL
SOUTH END
SADDLEBACK RD
CIRCLE G DR
CONDOR RIDGE RD
LIVE OAK SPGS CYN RD
CLEARLAKE DR
LIVE OAK SPRINGS CANYON RD
EAST END
DEEP CREEK DR
SOLEDAD CANYON RD
ANNE FREDA ST
DEER CREEK LN
SOUTH END
WARM SPRINGS LN
EAGLE PEAK AV
SARITA AV
ANNE FREDA ST
EAGLEHELM DR
789 FT SOUTH OF LIVE OAK SPRINGS
CANYON RD
LIVE OAK SPGS CYN RD
FALCON RIM DR
WEST END
CIRCLE G DR _
FRIENDLY VALLEY PY
END
SIERRA HWY
GREEN MOUNTAIN DR
GOLDEN VALLEY RD
FRIENDLY VALLEY PY
MAPLEBAY CT
ABDALE ST
588 FT EAST OF ABDALE ST
MISS GRACE DR
WINTERDALE DR
721 FT WEST OF WINTERDALE DR
OAKFLAT CT
FRIENDLY VALLEY PY
265 NORTH OF FRIENDLY VALLEY PY
SADDLEBACK RD
LIVE OAK SPRINGS CANYON RD
CONDOR RIDGE RD
SADDLEBACK RD
CONDOR RIDGE RD
CHUCKWAGON PL
SADDLEBACK RD
CHUCKWAGON PL
720 FT EAST OF CHUCKWAGON PL
SAND CANYON RD FTG
477 FT NORTH OF WARM SPRINGS
DR N
1084 FT SOUTH OF WARM SPRINGS DR
SIERRA ESTATE DR
940 FT WEST OF FRIENDLY VALLEY
PY
FRIENDLY VALLEY PY
VALLEY WELLS CT
GREEN MOUNTAIN DR
141 FT NORTH OF GREEN MOUNTAIN DR
WARMSPRINGS DR
SAND CANYON RD
510 FT EAST OF DEER CREEK LN
WINTERDALE DR
DEEP CREEK DR
121 FT SOUTH OF BAINBURY ST
�i
LOCATION FROM TO
NEWHALL
8TH ST
323 FT SOUTH OF WAYMAN ST
NEWHALL AVE
12TH
ARCH STREET
PLACERITOS BL
13TH
RAILROAD AVENUE
ARCH STREET
ARCH STREET
13TH
12TH
BELLA CT
DARCY LN
403 FT NORTH OF DARCY LN
BRECKENRIDGE PL
692 FT SOUTH OF WAYMAN ST
WAYMAN ST
BRIARDALE WY
883 FT SOUTH OF MENTRY DR
MENTRY DR
BROOK CT
127 FT SOUTH OF CRESTVIEW DR
CRESTVIEW DR
CARY CT
DARCY LN
392 FT NORTH OF DARCY LN
CLEARBANK LN
SOUTH END
CREEKSIDE DR
CLOVERDALE CT
SKYRIDGE DR
235 FT EAST OF SKYRIDGE DR
CREEKSIDE DR
BRIARDALE WY
CALGROVE BL
CRESTVIEW DR
GLENRIDGE DR
SKYRIDGE DR
DARCY LN
219 WEST OF BELLA CT
CREEKSIDE DR
DEPUTY JAKE DR
VALLEY DEL ORO
END
HADEN CT
WAYMAN ST
174 FT NORTH OF WAYMAN ST
KIRSCH CT
DEPUTY JAKE DR
WEST END
LOLA LN
456 FT SOUTH OF WAYMAN ST
WAYMAN ST
MATTHEW PL
DEPUTY JAKE DR
WEST END
MENTRY DR
BRIARDALE WY
CALGROVE BL
OAK CIRCLE CT
WEST END
OAKRIVER LN
OAK FOREST
OAKHURST DR
SOUTH END
OAK RIVER
OAK LEAF CANYON
SOUTH END
OAKHURST DR
DOCKWEILDER DR
OAK RIVER LN
OAKLEAF
SOUTH END
OAKHURST DR
OAKVIEW LN
NORTH END
OAKLEAF CANYON DR
QUIGLEY CANYON RD
PLACERITA CANYON RD
PLACERITOS BL
RED OAK
NORTH END
OAK RIVER
SAGEBRUSH WY
SOUTH END
CRESTVIEW DR
SKYRIDGE DR
246 FT SOUTH OF CLOVERDALE CT
GATE
STILLWATER PL
SKYRIDGE DR
348 FT NORTH OF SKYRIDGE DR
Ira
LOCATION FROM TO
NEWHALL CONTINUED
THISTLE CT
CRESTVIEW DR
139 FT NORTH OF CRESTVIEW DR
WAYMAN ST
8TH ST
LYONS AVE
WINDCREST PL
SKYRIDGE DR
399 FT EAST OF SKYRIDGE DR
SAUGUS 9
ALAYA DR
GARZA DR
285 FT EAST OF GARZA DR
ARRIOLA AV
ALAMOGORDO RD
CACERAS ST _
BARADA AV
ALAMOGORDO RD
CACERAS ST
BARBACOA DR
GARZA DR
1526 FT SOUTH OF GARZOTA DR
BARBACOA PL
350 FT SOUTH OF BARBACOA DR
BARBACOA DR
CANON ES CR
GARZA DR
CANONES PL
CANONES PL
CANONES CR
170 FT EAST OF CANONES CR
CANSO LN
BARBACOA DR
CANONES CR
DULCE LN
BARBACOA DR
GARZA DR
EMPINO LN
GARZA DR
CATALA AV
GARZA DR
ALAMOGORDO RD
903 FT NORTH OF ALAMOGORDO RD
GRANO AV
ALAMOGORDO RD
BANUELO AV
MECATE DR
GRANO AV
150 FT EAST OF GRANO AV
VALENCIA
ALBERTO CT
EL PASEO DR
312 FT NORTH OF EL PASEO DR
ALEJANDRO DR
300 FT SOUTH OF EL PASEO DR
362 FT NORTH OF EL PASEO DR
AMABLE CT
458 FT SOUTH OF EL PASEO DR
EL PASEO DR
BALERIA CT
438 FT SOUTH OF EL PASEO DR
EL PASEO DR
BELLA SANTA DR
335 FT SOUTH OF EL PASEO DR
402 FT NORTH OF EL PASEO DR
BENITO CT
DEL MONTE DR
135 FT SOUTH OF DEL MONTE DR
CABEZO CT
225 FT WEST OF ALEJANDRO DR
ALEJANDRO DR
CAPISTRANO CT
EL PASEO DR
407 FT EAST OF EL PASEO DR
COLUMBIA CT
EL PASEO DR
440 FT EAST OF EL PASEO DR
GALVEZ CT
DEL MONTE DR
360 FT NORTH OF DEL MONTE DR
GAUCHO CT
MAGDALENA DR
361 FT EAST OF MAGDALENA DR
HUERTA DR
240 FT SOUTH OF DEL MONTE DR
416 FT NORTH OF DEL MONTE DR
LA VITA CT
277 FT SOUTH OF DEL MONTE DR
DEL MONTE DR
LOCATION FROM TO
VAI FNCIA CONTINUED
LAGUNA CT
371 FT SOUTH OF EL PASEO DR
EL PASEO DR
LAS LANAS CT
272 FT SOUTH OF DEL MONTE DR
DEL MONTE DR
MAGDALENA DR
DEL MONTE DR
581 FT NORTH OF DEL MONTE DR
MANZANO CT
TIERRA DR
541 FT NORTH OF TIERRA DR
MONTOLLA LN
100 FT SOUTH OF VIA TURINA
DEL MONTE DR
PALOMITA DR
ESTABAN DR
SOUTH END
PASALA CT
EL PASEO DR
230 FT NORTH OF EL PASEO DR
SABADO CT
272 FT SOUTH OF DEL MONTE DR
DEL MONTE DR
SIVAL CT
153 FT SOUTH OF DEL MONTE DR
DEL MONTE DR
SOMBRAS CT
TIERRA DR
700 FT NORTH OF TIERRA DR
TAMPICO DR
382 FT SOUTH OF EL PASEO DR
455 FT NORTH OF EL PASEO DR
TIERRA OR
EL PASEO DR
NORTH END
VIA CATALINA
EL PASEO DR
SOUTH END
VIA RAZA
272 FT SOUTH OF S/DEL MONTE DR
DEL MONTE DR
VIA ROSA LINDA
EL PASEO DR
540 FT NORTH OF EL PASEO DR
VIA TURINA
274 FT WEST OF MONTOLLA LN
MONTOLLA LN
VIENTO CT
DEL MONTE DR
442 FT NORTH OF DEL MONTE DR
TE NO. 1
I VALLE DEL ORO I NEWHALL AVE 1140 FT NORTH OF COSTA BRAVA J
CAI If:I1R Q Al TFRNATF NO. 2
CHERAW DR
GARZA DR
CATALA AV
MELODI LN
750 FT SOUTH CATALA AV
CATALA AV
ONLEE AV
CATALA AV
CATALA AV
A
r
THIS.DOCUMENT TO BE SUBMITTED WITH BID
End of Addendum
N10090 Addendum, 1— 2012-12 Overlay program
SECTION C:., PROPOSAL
FOR
2012-13 Overlay and Slurry Seal Program
:.Bid No. ENG -12-13-M0090
Project No. M0090. .
TO THE CITY OF SANTA CLARITA, AS AGENCY:
In accordance with AGENCY'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 altworkin,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 at[ other contract documents. ;If this proposal is accepted for award, BIDDER
agrees to enter into a contract with AGENCY 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 AGENCY of the proposal, guaranteeaccompanying 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 AGENCY 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 prices: bid include all appurtenant expenses; taxes,.;
royalties, and fees. -In the:.case of discrepancies in.the amounts bid, unit prices shall govern over extended:amounts,.
and words shall govern over figures:'
I
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 AGENCY's notice of award of contract to the BIDDER, the proceeds. of the security accompanying this bid shall
become. the property, of the AGENCY and this bid and.the acceptance' hereof may, at the AGENCY's, option, be
.considered null and void:.
Company Name:TOYiD �hflt t� t( S CS /✓1'C
Company Address: SIO1 E V4nduvQ4 OIVC(
Oy_viawd <A 930310
By; SQA t 10
Print Name,
Title: Qt QSId
Signature: "
Date: ,1ity o {2013
BID SCHEDULE
2012-13 ANNUAL OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -12-13-M0090
Project No. M0090
BIDDER: Toro Enterprises. Inc. .
BASE BID -VARIOUS STREETS.
ITEM
NO.
... BID ITEMS
TOTAL
ONTY
UNIT
PAY
REF.'
UNIT
PRICE
*TOTAL
COST
1
Mobilization, Bonds &'Insurance
1
LS
F2-1
J6'i,066.-
1041P6().-
2
Traffic Control :.
1
LS
F2-2.7'
: ani Q00,.'
g$, (J00.'-
3
Storm Water Pollution Control Pr.ograni
1
LS
E7-8.6.4
11,000.°0
1q,060.�
4
Crack Seal & Slurry Seal (Type II)
265
ELT
F24.4
3y0 •'° .
40, to 6.
5
AC D2PG64-10
5,312
TON
F2-7.4
00
'kkjkv,Zob,-
6 `.'Thin
Maintenance Overlay (TMO).
7,573
TON
F2=8.4.
,(66.°°
_iS ,300•-
7.
ARHMPG64-16
18,547
TON
F279.4,
S1.0o
I,(0%,6S3.00
8.'
Cold Plane,1-3/4° .
23,470
SF,
F2-10.6.
.t) Zy .
5'U32-90. .
.9
Cold Plane 2"
72,791
SF
F2-10.6'.'
0. Z6.
14 $92;
10
Keycut Al
87,651
LF
F2=10.6
p •9°
"i BEG. q0
11.
Keycut A2'
48,349
LF,
F2-10.6�.mS
3Z,$.i9•.3?
12
Keycut A3:
7,936.
LF
F2-10.6
'L. 5
I3 �. q o .
13
Keycut B1
1,396
-LF
F2-10.6
14
Keycut B2
1,761
LF
F2-10.6
5 , oo-
15
Keycut B3 .:'
126
LF
F2-10.6..`
20.eo
2,524.E
16 ..
Cold Plane and Replace 2° AC
0
SF.
F2-11.4
17
Cold Plane and Replace 4-1/2" AC'
0
SF .:
F2-11.4
'£'a.
18,
Digout or Remove and Replace 4" AC .
42,353
SF
172-11.4
3.
19
Digout or Remove and Replace 6" AC
9,048
SF
F2-11.4..
3, 3S
30, 3lI .'
20'
'Remove 5-3/4"and Replace 4"AC
1,100
SF
F2-11.4..3;.is.
3,53Sr ,
21
,RemoveTreeRootsBelowAC/PCC Re airs
11189
SF
F2-12.3
:22.
Trim Vegetation Along Edge of Road
11700
LF
F2-13.3.
3, eaS
Z65.•
23'
Shoulder Backing
8,694
LF' .
F2-14.4
it, o
24
Adjust Manhole Covers to Finish Grade
305
EA..
F2-15.3.
2SS.-O
SIR, R25 9°
25
.Adjust Utility Cover/ Vault / Well to Finish
Grade'
12
EA
'. F2-.15.3
I,Dsi7:• 00
1,2 (g00.-
26 .,
Adjust.Survey Monument Cover to Finish -
Grade
11
EA:
F2-15.3
ZS - -
- - 27_:'
e -- -- - --- -
-Lower Manhole Covers
--- 4- -
--EA-
--F2=T5:3---
28
Lower Water / Gas Valve Covers
15 .
EA
F2-15.3
-7700. o0
3, ODO
C 2e
BASE BID - VARIOUS STREETS
ITEM
NO,
BID ITEMS
TOTAL
ONTY
UNIT
PAY
REF.
UNIT,
PRICE
*.TOTAL
-COST
29
Remove and Replace Loop Detectors
15
EA
F2-16.4
5b6. °O
: 5-00 .- .
30'
Install Blue RPM's @ Fire Hydrant
132.
EA
F2-17:4:.
) D ,'S° .
31
12" White Crosswalk / Limit Line (Thermo)
946
LF
F2-17.4.
3. IS
2, ,
32
White Continental Crosswalk (Thermo)
0
EA
'F2-17.4
33
Yellow Continental Crosswalk (Thermo)
11
EA
F2-17.4
315,eOq
3..c�'LpS.-.
34
Striping Detail # 2 (Thermo)
655
EA
F2-17.4
52q;. '
35.
Striping Detail # 21 (Thermo)
1,040
EA
F2-17.4
\ . 6�
1$6q2 . ^
36
: Striping Detail # 22 (Thermo)
5,193
EA :.
F2-17.4
37
Striping Detail # 23 (Thermo arid Markers) :.
425
EA
F2717.4.
38
Striping Detail # 24 (Thermo),
1;444'
LF
F2-17.4
�.:p5
1 ;51La
39
Striping Detail # 27B _(Markers)
2,576
LF
F2-17`.4.
�,'.
2,,-:.tO4 . $o
40.
Striping Detail # 29 (Thermo and Markers)
33
LF'
F2=17:4
2; toy
41'
Striping Detail # 31 (Thermo)
265
LF
F2-17.4
2. �O
SSIa.• S°
42
Striping Detail # 32 (Thermo. and Markers),.
1,560
LF
F2-17.4
2!.U5
i\ X34,-,.
43
Striping Detail # 38 (Markers)
510
LF
.F2-17.4
44,
Striping Detail # 38A and 8"Line (Thermo):
750.
LF
F2-17.4
(_'{S
gl�Z ;
45
Striping Detail # 38B (Thermo and Markers) '
1,215
LF
F2-17:4
46
Striping Detail # 38C (Thermo)
255
LF
F2-17.4
1.59
345 , 25
47
Striping Detail # 39 (Markers)
41,830.
LF
F2-17.4 '
Q
48
Striping Detail #41.(Thermo) ..
902. -
LF
F2=17.4.
\ ; dS
1 p �, W
49
"STOP" Legend (Thermo)
31
EA
F2-17.4
1!5,5 , °�
rj X35 •-7
50
"XING" Legend (Thermo)
4 `
EA '
. F2-17.4
155, °fl
CO20 . -.
51
.'SLOW" Legend (Thermo) .'
3
EA'.'.
F2>17.4.
1555.0
52.
"SCHOOL"Legend (Thermo)
4
EA
.172-17.4
_2LO.4O
53
"25" Legend (Thermo) '
2
EA
F2-1 T4
ICS ,"
210:
54
Railroad Crossing Legend(Thermo).
1
EA
F2:17:4
55
Bike Group Legend (Thermo)
13
EA
F2-17.4
56
Arrow Type IV L / R (Thermo) .
43
EA.
F2-17.4
Q� ,
SA 40
57
Arrow Type VII L / R (Thermo)
1
EA
F2-17.4
TOTAL
BASE BID TOTAL AMOUNT IN FIGURES: � �; l�� l srbp, (04
----_-.-------------------6tuv_ait4gSevant-y_fow-.
BASE BID TOTAL AMOUNT IN WORDS:.-rv4 V V„A4d doh do arui Sift se h cam
*NOTE: In case of error in extension of price into the total price column, the unit price will govern.
C -2b
BID SCHEDULE
2012-13 ANNUAL OVERLAY &'SLURRY SEAL PROGRAM
Bid No: ENG -12=13-M0090
Project No. M0090
BIDDER: Torb Enter I'ID S2S', Inc.
ADD ALTERNATE N0. 1 - NEIGHBORHOOD N12 (VALLE DE ORO)
ITEM
NO.
BID ITEMS
TOTAL
QNTY
.
UNIT
PAY
REF....
UNIT
PRICE
•TOTAL
COST .
1
Mobilization, Bonds & Insurance
.. 1
LS
F2-1
3,SD0:- .
3, Sr6 - .
.2
Traffic Control:
�: 1
LS
F2-2.7.
3
Storm Water Pollution Control Program
1
LS
E7-8.6.4
j pD0 -
1 GGO ,-
.4
Crack Seal & Slurry Seal (Type II) .p
ELT
F2-4:4
5
AC D2 :PG64=10
TON
F2-7.4
E.
6
Thin Maintenance Overlay (THIO)
p
TON
F2`&4
7
ARHM PG54-16.
pTON
F2-9.4.
8
Cold Plane 1-314"
p
SF
F210.6
9
Gold Plane 2"
p
SF
F2-10.6
10 .
Keycut Al
p
LF
I.. F2-10.6
11
Keycut A2
p
LF
F2-10.6
-
12
Keycut A3
p .
LF
172-10.6
13.
Keycut B10
LF
F2-10.6
"= v
14
Keycut B2
p
LF
F2-10.6
_
71
15
Keycut.B3
p'
LF
F2-10.6
h Y
16
Cold Plane and Replace 2" AC
3,520
SF
F2-1.1..4'-
17
Cold. Plane and Replace 4-1/2" AC
25,300
SF
F2-11.4 .
2. $� .
O lb`(0.-
18
Digout or Remove and Replace 4" AC
0
SF
F2711.4
--
19.
Digout or Remove and Replace 6" AC
p
SF
F2-11.4
-
20
Remove 5-3/4" and Replace 4" AC
p
SF'
F2=11:4.
--- .
--
21
Remove Tree Roots Below AC/PCC
Repairs
p
SF,
F2-12:3
--
--
22
Trim Vegetation Along Edge of Road
p
LF
--
23
Shoulder Backing,
p .'
LF
F2-14.4
24
Adjust Manhole Covers to Finish Grade
„g
EA
F2=15.3
25
Adjust' Utility Cover / Vault / Well to Finish
Grade
1
EA
F2-15:3 `
ti050, oo
26
Adjust Survey Monument Cover to Finish
Grade
0.
EA
F2-15.3 .
--27-
Lower Manhole Covers--'- --- -
p
-EA --F2-15-3--.
-
28
Lower Water / Gas Valve Covers
p
EA I
F2-15.3
---
---
C-2c
ADD ALTERNATE NO. 1 - NEIGHBORHOOD N12 (VALLE DE ORO)
ITEM
NO.
BID ITEMS
TOTAL
ONTY
UNIT
PAY
REF.
UNIT,
PRICE
`TOTAL
COST
29
Remove and Replace Loop Detectors:
4
EA
F2-16.4
5q!j.m
30
Install Blue RPM'S @ Fire Hydrant
3'
EA
F2-17.4
fib. S4
31
12" White Crosswalk / Limit Line (Thermo)27
LF
" F2-17.4 .'
. 3, �S.
$5. os
32
White Continental Crosswalk (Thermo)
1 `.
EA
F2-17.4
k5. CO
'✓' t5. -
33
Yellow Continental Crosswalk (Thermo)
0
EA
F2=17.4
34,
Striping Detail # 2 (Thermo)
p.
EA
F2-17.4
--
---
35
Striping Detail # 21 (Thermo)
0
EA
F2-17.4
-
36
Striping Detail # 22 (Thermo)
p
EA
F2-17.4
37 -.
Striping Detail # 23 (Thermo and Markers)890
..
EA
172-17.4
1 .55 .
1
38
Striping Detail # 24 (Thermo)
0
LF
F2-17.4
-
39,
Striping Detail.# 27B (Markers).
0 .'
LF
F2-17.4
40
Striping Detail # 29 (Thermo and Markers)
p
LF
F2-17.4
41' . _
Striping Detail # 31(Thermo)'LF
P 9
0
F2-17.4
ter:,a
w
42 <
.Striping Detail #.32 (Thermo and Markers)
p
LF
F2-17:4
rzea��z
43..
Striping Detail #38 (Markers) ..
p .,
LF
F2-17.4
44
Striping Detail # 38A and 8" Line (Thermo)
0:
LF
F2-17.4
_
45
Striping,Detail.# 388 (Thermo and Markers)
p
LF
F2717.4
-
46
Striping Detail # 38C (Thermo)
105
LF
F2-17.4.
,�5
1 to -2-
p247
47
Striping Detail # 39
LF
2-17.4
- v
48
Striping Detail #41 (Thermo)0
:
LF.
F2-17.4
49
;STOP" Legend (Thermo)
p.
EA
F2-17.4
S
50.
"RING" Legend (Thermo),
0
EA
F2-17.4.
-
51.
. "SLOW".Legend (Thermo)
0 ..
EA.
F2-17:4
--
52
"SCHOOL" Legend (Thermo)
0.
EA
F2-17.4 ..
-
53
"25" Legend (Thermo)
.p' .
EA '
F2-17.4
54
Railroad Crossing Legend (Thermo) ..
0.
EA
F2-17.4
---
55
Bike Group Legend (Thermo)
0.
EA
F2-17.4
---
--
56
Arrow Type IV L / R:(Thermo)
2
EA .
F2-17.4
57. "
Arrow Type VII L7 R (Thermo)
0
EAF2-17.4
TQTAl
ALTERNATE NO. 1 TOTAL AMOUNT IN FIGURES: # 9 183. SO
- -- nrnvFy-tme t4wl !-ani havowk ekj"-1
ALTERNATE NO'. 1. TOTAL AMOUNT IN WORDS:_ detlout and ' h
`NOTE: In case of error.in extension of price into the total price column, the unit price will govern.
C -2d .
BID SCHEDULE
2012-13 ANNUAL OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG42-13-M0090
Project.No. M0090
i
BIDDER: , Toro Enterprises..lnc.
ADD ALTERNATE NO. 2.- NEIGHBORHOOD S9 VARIOUS. STREETS
ITEM
NO..
BID ITEMS
TOTAL
QNTY
UNIT..,
PAY
. REF..PRIG
UNIT
o
'TOTAL
COST
"
1
Mobilization, Bonds &' Insurance .
1,
LS"
F2-1
^'
r
2
Traffic Control.
.1
LS
F2 -2,V
Vgg
oO`so.
r
3
Storm Water Pollution Control Program".
1.
LS
E7-8.6.4
4'
Crack Seal & Slurry Seal (Type II),
p
ELT
: F2 4.4
. .z.'. x
5
AC M PG64-10
227
TON.
172-7.4
6
Thin Maintenance Overlay (TMO)182
TO
F2-8.4
01;°0
18, 3$Z;
7
ARHM PG64716.
767
TON
F2-9.4
. �_b;
wo."
8Cold
Planed -3/4" .
0 '.
SF
F2-10.6
3^r
a_ '
9
Cold Plane 2"
0
SF .
F2-10.6
"-_
10
"Keycut Al
4,816
LF"
F2-10.6
D,4p
33y•`�°
11
KeyculA2
1,414
LF
F2710.6
t;oo
12
Keycut A3
0
LF.
F2-10.6
--_• _
13
Keycut Bl
120
LF.
F2-10.6
to eo..
�2D
14
Keycut B2
30
LF
F2-10.6
36. °D
00.
15
Keycut B3
Q
LF
F2-10.6
16
Cold. Plane and Replace 2' AC
0
SF,
F2711.4
k ->
17
Cold Plane and Replace 4-1/2" AC
0
SF
F2-1.1:4
-
18
Digout or Remove and Replace 4" AC
p
SF
F2-11.4
-
19
Digout or Remove. and. Replace 6" AC0
SF'
F2-11.4'
_--.
20
Remove.5-3/4" and "Replace 4" AC {
, p _
SF"
F2-11.4 .
21
Remove Tree Roots Below AC/PCC
Re .airs
0
SF
F2A2.3
-
-
22
LTri
.Vegetation Along Edge of Road
LF
F2-13.3
-
=
23
Shoulder Backing
0
LF
F2=1.4.4
----
24
AdjLst Manhole. Covers to Finish Grade
12
EA
F2-15.3
2$5. pO
.3 2 j .•�
25
Adjust.Utility Cover/'Vault/ Well to Finish
Grade .
0'
EAC
F2-15.3
-
26
Adjust Survey Monument Cover to Finish
Grade
0
EA
F2-15.3
-27 "Lower
Manhole Covers
0
EA
_F2-_1_6_.'3__-
-
28. .Lower
Water / Gas Valve Covers
0
EA
F2-15'.3
-
C- 2e
ADD ALTERNATE NO. 2 — NEIGHBORHOOD.S9.(VARIOUS STREETS)
ITEM
NO.
BID.ITEMS'
TOTAL
QNTY
UNIT
PAY.
REF.
UNIT
PRICE
*TOTAL
COST
:29
Remove and Replace Loop Detectors..
0
EA ..
F2-.16.4.
30 .
Install Blue RPM's.@ Fire Hydrant
4
EA
F2-17.4
10,.
31
12" White Crosswalk / Limit Line (Thermo)
0
LF
F2-17:4.
--
32
White Continental Crosswalk (Thermo)
0
EA
F2-17.4
---
—
33
Yellow Continental Crosswalk,
0
EA .
F2-17.4
34
. Striping Detail # 2 (Thermo)
0
EA
F2717.4
—
-
35
Striping Detail # 21 (Thermo)
o
EA
F2-17.4
.36-
Striping Detail # 22 (Thermo)
p
EA
F2-17.'4
s
37 '
Striping Detail # 23 (Thermo and. Markers)
p .
EA
F2=17.4
...38
Striping Detail # 24 (Thermo)
0
LF,
F2-17.4
39
Striping Detail # 27B (Markers)
p
LF
F2-17.4
—
40
Striping Detail # 29 (Thermo and Markers)
o
LF
F2-17.4
41 '
Striping Detail # 31' (Thermo)
p'
LF
F2-17.4
42
Striping Detail# 32 (Thermo and Markers)
o
LF
F2=17.4
43
Stri m Detail # 38 Markers
ping (Markers)
0
LF
F2=17.4
y*"
4.4 .
Striping Detail 38A and 8" Line (Thermo)
0 '
LF
F2-17.4
—
45
Striping Detail # 38B (Thermo and Markers)'
o
LF
F2-17.4
46
Striping Detail# 38C (Thermo)
0 .
LF
F2-17.4
—
47 .
Striping Detail # 39 (Markers)
0
LF '
F2-17.4
— A{
48
Striping. Detail #41. (Thermo)
p
LF
F2-1.7.4
49
"STOP" Legend (Thermo)
p
EA
F2-17.4
* :=
..50
"RING" Legend (Thermo)o
"EA
F2-17.4
,ry
.51.
"SLOW" Legend (Thermo) .
0
EA
F2-17:4 .
---
52
"SCHOOL" Legend (Thermo)
0
EA
F2-17.4
--
--
53
"25" Legend (Thermo)
0
EA
F2-17.4
Railroad Crossing Legend (Thermo)
0
EA
F2-17.4
. Bike Group Legend (Thermo)
p
EA.
F2-17.4
E
Arrow Type. IV L / R (Thermo)
0
EA
F2-17A.Arrow
Type VII L / f2.(Thermo) .
0
EA
F2-17.4
--
TOTAL
ALTERNATE NO. 2 TOTAL AMOUNT IN FIGURES: 1%u
ALTERNATE NO. 2 TOTAL AMOUNT IN WORDS: +hyo huwio cc lty {wa �letlars 6v6 (U'�
*NOTE: In case of error in extension of price into the total price column, the unit price will govern.
C -2f .
BID SCHEDULE
2012-13 ANNUAL OVERLAY & "SLURRY SEAL PROGRAM
Bid No. ENG -12-13-M0090
Project No. M0090
BIDDER: Toro Enterprises, Inc.
81D SUMMARY. ..
"
. ".
TOTAL PRICE
IN FIGURES
$� 3 i �1-44 .I SCiO• cQ4 .. .
BASE BID
TOTAL PRICE-.
-(Y:cet-tUl0utl StK 6v"f�tl S<.0-9 'f7),aY'tinolASAM.CY,
...
..IN WORDS
• U v7Fi.&A02hjCAI awl y LQVl C.CN1
"
. ..
. TOTAL PRICE
IN FIGURES
$ �i .� aJ • Sd. "
ADD ALTERNATE NO: 1
TOTAL PRICE
n. one. -wYeuS°vtd ' du. t\uAA(l d. QA V +Ai-ge
� � 5
...
INWORDS
Ci61�0.Y5 O-Y� ed h "CQYdS .
"
.
TOTAL PRICE
IN FIGURES
$LZlD�2�2-y0." .. .
ADD ALTERNATE "NO. 2
' ..
TOTAL PRICE
x W,,av� �4vuon.4yec iwSiK Usmncl i—b vwx�ad
..
IN WORDS
6 WRYvdm vmA avLd 6 Ck6-4-9" . .
TOTAL PRICE "
IN FIGURES
$2
TOTAL OF BASE BID AND
ALL 'ADD ALTERNATES.
TOTAL PRICE
IN WORDS
�ti�v tix d61,1 -M aAct p,L k tenYT
DESIGNATION OF.SUBCONTRACTORS
2012-13Overlay and Slurry Seal Program '
Bid No. ENG -12-13-M0090
Project No.. M0090 ..
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, labor, or render setvice:in excess of half of one
percent, or $10,000 (whichever is greater) of the prime contractor's' total bid: DBE status, age of
firm, and annual gross'receipts are required if subcontractor is participating as a DBE.
Subcontractor
DBE -STATUS: Iy �
Dollar Value of Work I.cj j2p.^�
Dollar Value of Work lZ
Y�.bhut�4?6 [CMc)Gfilet.5ealer LYV-' ..
c.
.'. .
Age ofFirm: Z
Ceiti inA enc: -
Location and Place of Business
Annual Gross Receipts: %i%rjpt1L.
LocationandPlaceo Business.
V ivk � CA
�ktll.PX'1bh
Bid Schedule Item Nos.: -
Description of Work
Bid Schedule Item Nos.:'
Description of Work
CL i 2 Ira. LQo s ..'
ilk
5eatI C4 6narJF6 on
s-fvNt� 'la tie 91+-t,me4.
License No.
. Exp. Date: / /
Phone
� :
li 31 l3 �l`t-.4
X13-5142
Subcontractor
DBE.STATUS: Nor4m.. -
Dollar Value of Work I.cj j2p.^�
sic e5leowtr COWL?.
c.
Age of Firm: 35. ttY5
Certifying A enc :
Annual Gross Receipts: lS tAkt. '
Location and Place of Business
V ivk � CA
Bid Schedule Item Nos.: -
Description of Work
19
CL i 2 Ira. LQo s ..'
-
License No.
Exp: Date: ` / . ✓ .
Phone
License No.
Subcontractor Sc: DBE STATUS: �pry[�� �Ilv Nlueo Wo Q'}��—'
Subcontractor - SG _ - DBE STATUS: S Dollar Value.of Work �
C_
. Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by
subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract
documents.
C-3 a,
i
c.
.Agee of Firm.
Certifying A enc :
Annual Gross Receipts: Zz14p4kt Sc
Location and Place of Business
i a
Bid Schedule Item Nos.:
Description of Wotk- ..5 C
-
ls� �oR 54:�-I
`C
License No.
Subcontractor Sc: DBE STATUS: �pry[�� �Ilv Nlueo Wo Q'}��—'
Subcontractor - SG _ - DBE STATUS: S Dollar Value.of Work �
C_
. Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by
subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract
documents.
C-3 a,
DESIGNATION OF SUBCONTRACTORS
2012-13 Overlay and Slurry Seal Program
Bid No. ENG -12-13-M0090
Project No. M0090"
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, labor, or render service in.excess of half of one
percent; or $10;000'.(whichever is greater) of the prime contractor's total bid: D13E status, age of
firm, and annual gross receipts"are required if subcontractor is participating 'As a DBE.
Subcontractor CAA-S+r( e
DBE STATUS: OU4w
DollarValueofWork toAgeoflirm:
Dollar Value of Work 81 lea,1US--
jAnnual
g
Certi in A ency;GrossReceipts:
�g1$Mtl
Location and Place of Business
.
C-ol�� CIR.
Bid Schedule Item Nos.:
30
Description of Work
1#?-
6 36-5} At{L36-32 Rkw Sla
Ski ' " .t It rUur
License No.
Exp. Date: / / .
Phone ( )
License No.Ezp.
3l.. 1.`1
64-S :�h�o..
Subcontractor.
DBESTATUS: prit
.es
Dollar Value of Work
'Annual Gross Receipts:
Dollar Value of Work 81 lea,1US--
ft1L ic�.vLG0.N i4spl.P.l+
Bid Schedule Item Nos.:
Description of Work
Age of. Finn:. t4l,4g
Certifying Agency:
Annual Gross Receipts: - IS j, l iL
Location and Place of Business..
Bid Schedule Item Nos.:.
Description of Work
Porkwvt �{ ..
^Li V e l�
�Iut
License No.Ezp.
Date:. '/ /
Phone ( )
21a�o�3
I 3'1 1y
yS -q3L- zS
Subcontractor
Age "of Firm:Certi
DBE STATUS:
irig A ency:
Dollar Value of Work
'Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
License No.
Exp. Date; / /.
Phone ( )
Note: Bidders shall 'fillout the subcontractor's list in its entirety. The total, dollar value of'work to be performed by .
subcontmerors'shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract
documents.
DESIGNATION OF SUBCONTRACTORS
C_3b,
2012-13 Overlay and Slurry Seal Program
Bid No: ENG -12-13-M0090.
Project No. M0090
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, labor, or render service in excess of half of one .
percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of
firm,.and annual gross receipts are.required if subcontractor is participating as a DBE.
Subcontractor . DBE STATUS:. ..
Age of Firm: Certifying 'Agency:.
DollarValue of Work "
Annual Gross Receipts:
Location.and Place of Business _
Bid Schedule Item Nos.:
Description.ofWock
License No.
Exp. Date:. / /
Phone (' )
Subcontractor
Age of Firm:
DBE STATUS:.
Certifying Agency:
Dollar Value of Work .
Annual Gross Receipts:
Location and:PlaceofBusiness
Bid Schedule Item Nos.:
Description of Work.
License No....
Exp. Date: / /.
Phone (. )
Subcontractor
Age of Firm:".
DBE STATUS:
Certifying Agency:
Dollar Value of Work
"Annual Gross Receipts:
Location and Place of Business
' Bid Schedule Item Nos.:
Description of Work.
License No.
Exp; Date:. - / :./
Phone
Note: Bidders shall fill out the subcontractor's list in its entirety.. The total dollar value of work to be performed by
subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract. .
documents. .. .. .
C -3c
2012-13 Overlay and Slurry Seal Program
Bid. No. ENG -12-13-M0090
Project No. M0090
City -of Santa Clarita; California
The .following are the names, addresses;. and, telephone numbers of three public agencies for .which
BIDDER has performed similar work within the past 3 years::
f..StE f<�fkctlEb PFL'�i�lcc� .
Name and Address of Owner 1 Agency
Name and Telephone Number of Person Familiar with.Project:
Contract Amount Type of Work Date Completed
2.`.
Name and Address of Owner / Agency. .
"Name and Telephone. Number of Person Familiar With Project
Contract Amount Type of Work Date Completed
3..'
Name and Address of Owner /'Agency
Name and Telephone Number of Person Familiar with Project :.
ContractAmount Type of Work Date Completed
The following are. the names,' addresses,. and telephone numbers.of ell brokers and sureties from whom
BIDDER intends to.procure insurance'bonds:
�o� '.witShirp V31u6. ste''4UM k -a Ar.Aeles CA R501:�
Tro-v.el.ers' Caicu ala. '• 5 ux eiti{ C9wt brivu/ �.i 09� U t Z — 3laS i
ZiLe16 C-1a-tP ceh3 e brty-e Diawymd Rar,
Y1 ('a-- --
Contractors Name'
C-4
i , t
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
2012-13 Overlay and Slurry.Seal Program
Bid No., ENG -12-13-M0090
Project No. M0090
City of Santa Clarita, California
The bidder under penalty of .perjury, certified that except as noted below, hetshe''or any person.
associated therewith in the capacity of owner,, partner, director, office manager:
is not currently under suspension; debarment, voluntary exclusion or determination. of -ineligibility by
any federal AGENCY;
has not been suspended, .debarred, voluntarily excluded, :or determined- ineligible by any federal '
AGENCY within past three'years;
does not have a proposed. debarment pending; and .
I
has not been indicted, convicted, or had. a civil judgment rendered against it by a court of competentr .
jurisdiction in any.matter involving fraud or official misconduct within the past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following. space.
raof,�E
Exceptions will not necessarily result in denial of award, but will be considered .in determining bidders'
responsibility. For any exception noted above, indicate below to whom' it applies, initialing AGENCY, and
dates of action.
I
NOTE:. Providing false information may result in crininal'prosecution or administrative sanctions.
The above certification is part of the Proposal.: Signing this..Proposal on the signature portion.
thereof shall also constitute signature of this Certification:
C5
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
2012-13 Overlay and Slurry Seal Program.
Bid No. ENG -12-13=M0090
Project No. M0090 ,
City of Santa Clarita; California
This bidder , proposed subcontractor. hereby certifies.
that he has ta,5 h s not participated in a previous contract or subcontract subject to the
equal opportunity clause, as.required by Executive Orders 10925:11114; or 1.1246, and that. he has
has not :KAL. filed with the Joint Reporting Committee, and Director. of Office of Federal Contract
Compliance,: a Fed: a Federal Government contracting or administering AGENCY, or the former President's f
Committee on: Equal, Employment Opportunity, all reports that are.. under. the applicable filing
requirements.
Company:.." OYD.. SeS lhG.'
BY:
5¢cwc Cesi-i r10
Title:. Ff2t�detlt
Date: �wnB. �.au 2013
Note:. The above certification is required by the Equal Employment Opportunity of the Secretary of
Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in
connection with contracts and subcontracts Which are subject to the equal opportunity clause as set forth
in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or.under are exempt.)
Currently; the Standard Form 100 (EEO -1) is the'oniy report required by the Executive Orders or their
implementing regulations..
Proposed prime. CONTRACTORS and subcontractors who have participated in aprevious contract or
subcontract. subject to the Executive Orders and have not filed the required reports should note that 41
CFR 6071.7(b)(1) prevents the award of contracts and subcontracts_ unless such CONTRACTOR submits
a report covering the delinquent. period .or such other period specified by the Federal, Highway
Administration or by the Director, Office of Federal Contract Compliance, U..S.,Department of Labor. .
C-6
BIDDER'S INFORMATION AND CERTIFICATION
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 AGENCY, .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 ofany-contract. awarded hereunder. .Furthermore, Bidder certifies that:,
affirmative action will be. taken to meet all equal employment opportunity requiremehts.of the contract
documents.
Bidder's Name: TOY -0 tr i 52S ( n G .
Business Address:. Z00-:,. V?rtm,Lm %31J6. OXvtaird CA 1-b6B D
Telephone No:: 0xi `"1163' 4915-
State CONTRACTOR's License No. & Class: l 0 5 ebo I A .
Original Date: 12 (30 `j`( Expiration. Date: x/31 L1.3
The following. are the names, titles, addresses, and, phone numbers of all individuals, firm members,
partners,' joint venturers, and/or corporate officers having a principal interest in this proposal:. -
Ses��.
P.D. box UIRS Q> VLrri ; CA °1303 �
laxry tn�IG<,�—SQcrafiar� tftc') X83-HSts
P:o. i�,ox �z�bs b�cv�,vd_ �:9343I
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal,; or any firm,, corporation, partnership or joint venture of :which any principal having an
interest in this proposal was an owner;'corporate officer, partner or joint venture are as follows:
A(ovi�
t40,r
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in
this proposal are as follows;
IN WITNESS WHEREOF, BIDDER executes and submits this roposal,with the: names, title,'hands, and
seals of all aforementioned principals this _ y..o,u ` 2PL3 .
BIDDER:
Signature
is -
CALIFORNIA ALL-PURPOSE CERTIFICATE OF AKNOWLEDGMENT
State of: California
County of: Ventura
On _June 11, 2013, before me, Renee Cruz, Notary Public
(name and tAle of the officer)
personally appeared Sean Castillo
who proved to me on the basis of satisfactory evidence to be the person) whose name() ishan
subscribed to the within instrument and acknowledged to me that he/she44 executed the same in
hislher/H1eir authorized capacity (i®&), and that by hismeAieir signature(,v)'on the instrument the person,(,
or the entity upon behalf of which the person,facted, 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.
RENEE CRUZ
Commission # 2011344
Notary Public - Caliromis i
Ventura County
My Comm. Expires Apr 6.21117
WITNESS my hand and official seal
outu-'i
r
Sigretur6,0 Notary Public
(Notary Seal)
_OPTIONAL INFORMATION-..-- ------..-.—.-=-- _--=
Information below is NOT required bylaw howevermay, deter fraudulent removal of this form.
Description of Attached Document
r
Capacity Claimed by Signer(s)
Number of Pages 2
❑ Individual(s)
Document Date: 6.7-13
(( Corporate Officer
President
Bidder's Information and Certiricafinn for Bid
Title or type of document
❑ Partner
❑ Attorney -in -Fact
No. ENG -12-13-M0090
❑ Trustee(s)
❑ Other
Additional information
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
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 tenpercent (10%) of the total amount of the bid. The proceeds. of -this check shall
become the property of said AGENCY provided this Proposal shall be accepted by said.AGENCY 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: 2012-13 Overlay and Slurry .Seal Program
Bid No, ENG=12-13-M0090
Project No. M0090 .
Bidder's Signature s 6x” 1tP'
. o� �'H-e-�rnri 'nS h IYiG
CONTRACTOR.
�rr� I �. V .tntu.yrw l31 gid.. .
Address.
oXvtexd. ,'CA 93031y
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 (106/6) of the total amount of the bid.
C-9.
PROPOSAL GUARANTEE
BID BOND '.
2012-13 Overlay and Slurry Seal Program
Bid No. ENGm12-13-M0090
Project. No.'M0090
City of Santa Clarita, California .
KNOW ALL MEN BY THESE PRESENTS that' TORO ENTERPRISES, INC. as BIDDER, i
and TRAVELERS CASUALTYAND SURETY COMPANY OFAMERICA,as SURETY, are held and -
firmly bound .unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percent of Amount Bid
dollars.($'.IM&AmcuptBW ), which is ten percent (.10%) of;the total amouht.bid by BIDDER to AGENCY 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 AGENCY for the above -stated project, if said bid is:rejected, or if said bid is accepted and the contract
s; awarded and entered.into by BIDDER in the manner and time specified; then
this -obs ation.shall be
null and void, otherwise it shall remain in full force and, effect in favor of AGENCY:
IN WITNESS. WHEREAS, the parties hereto have settheir name , 'ties ,hands, and seals, this,
7th day of June 2
TORO ENTERPRISES, INC.
BIDDER:,
Signature,
Seav< h"ICo ; �Presid2ht -
Name and Title _of Signatory
P.O. Box 6285; Oxnard, CA 93031- _ (805) 483-4515'
.Address
SURETY" 'TRAVELERS CASUALTY AND SURETY COMPANY OF AME ICA -
.• ' One Tower. Square By:.. -
Hartford CT 06183 213 630-3200 Name%Title: Dara d ttbne In Fact. I
orn to thisday of 20
NOTARY PUBLIC SEE ATTACHED JURAT
`Provide BIDDER and SURETY name,'address, and telephone number and the name, title,; address, and
telepltone.number for authorized' representative.
IMPORTANT Surety Companies executing Bonds must appear on.the Treasury Departments most '
current list ,(Circular 570, as amended) and be authorized to transact business in the State where the
project is'located.
C-10'
State
County of Los Angeles
Subscribed and sworn to (or affirmed) before me on this 7th day of
June, 2013 by Daravy Madyproved to me on the basis of satisfactory evidence to
be the person(s) who appeared before me.
(seal)
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
AM POWER OF ATTORNEY
TRAVELERSJ
Farmington Casualty Company
St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company
Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company
United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 225449
Certificate No. 005350503
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fre and Marine Insurance Company, St. Paul Guardian Insurance
Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the Sante of Wisconsin (herein collectively called the "Companies', and that the Companies do hereby make, constitute and appoint
Tracy Aston, Kristine Mendez, KD Conrad, Simone Gerhard, Edward C. Spector, Paul Rodriguez, Lisa K. Crail, B. Aleman, Daravy Madly, and
James Ross
of the City of . I,oc A ngpjPc , State of r2lifnrn4n , their true and lawful Attorneys) -in -Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or pemufted`in anyactions or -proceedings allowed bylaw.
IN WITNESS WHEREOF, the Companies have caused this instrumento be stgned.and theu;corporate seals to be hereto affixed, this 28th
day of January 2013 : ; 1' ✓ . "_`
Farmington Casualty Company-
.•,
'
Fidelity and Guarantyrsurance Company
Fidelity and Guaranty Insu'rance'Underwii[er
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
(•XB�,>` ��dm J` 6 , pe`!N IMSGp UBy ,XSUgh J��! L / `ir
1981€0 �`);• n i aftol rtnre,4 '�oavan4 im- . 1r\`.0 n
.,SEAL
N:o'i1 �u; Xurt-.aao. n 9 "�w'w�9 N te�'96m
Ee rtlagtalm c _ < Qryi
t 1851 i Sj�o a.\SEALa:• cPvx. a
",/
�A.. ,
!AIdS`-
`.w.
Stare of Connecticut By:
City of Hartford ss. Robert L. Raney, k.am, Vice President
On this the 28th day of January 2013 , before me personally appeared Robert L. Roney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., SL Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United Stores Fidelity and Guaranty Company, and that he, as such, being authorimd so to do, executed the foregoing .
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal. ���'*w��
My Commission expires the 30th day of June, 2016. 1\fir o'l l t0 }%IN]arie G TeneauI" Notary Public
58440.8.12 Printed in U.S.A.
IS INVALID WITHOUTTHE RED BORDER
This Power of Attorney is granted tinder and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casual Ey Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty insurance Underwriters, Inc., St. Paul Fire mrd Marine Insurance Company, St. Paul Guardianrinsursnce
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; mid it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or tiny Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (undersea], if required) by one or more Attomeys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc-, St. Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United'States Fidelr"ty' and Guaranty Company do hereby certify that the above and foregoing
is a me and correct copy of the Power of Attorney executed by said Com�pies%Aick is in,ffi7] forced n-dd--effect and has not been revoked.
+
tri.,j"'
1N TESTIMONY WHEREOF, i have hereunto set my hand anda�isW the -seals o�'said(Co panics this day of JUN 07 2013, 20
-
'kl•: ' 'F• ' Kevin E. Hughes, Assistant Secr tary
pONil-
Q'iMAin,
altD 9%%X11% �ei 'vkSEALa1 N ,W 4ttR Btl AINfi,"r-p
To verify the authenticity of this Power of Attorney, call 1-80OA21-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the
above-named individuals and the details of the bond to which the power is attached.
ICALIFORNIA ALL-PURPOSE CERTIFICATE OF AKNOWLEDGMENT
State of: California
County of: Ventura
On _June 11, 2013 before me, Renee Cruz, Notary Public
(name and We of the officer)
personally appeared Sean Castillo
who proved to me on the basis of satisfactory evidence to be the personwhose name(j' is/are
subscribed to the within instrument and acknowledged to me that he/ y executed the same in
his/hefteir authorized capacity (les), and that by his/heallwir signature on the instrument the personX
or the entity upon behalf of which the person) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
RENEE CRUZ
WITNESS my hand and official seal Comrymisaon a z Z 1344
NotaPulblic - Californla =
L a Ventura County >
M Comm. Expires Apr 6, 2017
1.
SignatureV Notary Public
(Notary Seal)
�__— ---- --=OPTIONAL INFORMATION=:-.-...---------------=___ _:=
Information below is NOT required by law howevermay deter fraudulent removal of this to= -
Description of Attached Document
Capacity Claimed by Signer(s)
r
Number of Pages 1
❑ Individual(s)
Document Date: 6-7-13
Qk Corporate Officer
President
Bid Bond far Bid Nn ENG -12-13-M0090
Title or type of document
❑ Partner
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
Additional information
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
...2012-13 Overlay. and Slurry Seal Program
Bid No. ENG,1.2-1340090
Project No. M0090
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, l
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 FNDORSEMEN.T AND EXECUTION OF THOSE CERTIFICATIONS
WHICH FORMA PART OF THE PROPOSAL: BIDDERS ARE CAUTIONED THAT MAKING.A FALSE
CERTIFICATION MAY SUBJECT.THE CERTIFIER TO CRIMINAL PROSECUTION.
C11
NON-COLLUSION. AFFIDAVIT
201.2-13 Overlay and Slurry Seal Program
Bid No. ENG-12-13-M0090 .
Project No. M0090 _.
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF'CALIFORNIA
q. COUNTY OF LOS ANGELES § -
f?-cav1 casint l r7 being first duly sworn deposes and says that he is
the Prn�ira_MI (sole owner; a :partner, : president, etc.) ` of
Tpy a .amu I u uv r54S , t nc: the parry 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 riot collusive or sham, that said .
BIDDER has not directly or.indirectly induced or solicited any,other BIDDER to put in false or sham bid, .
or that anyone. shall refrain.from bidding, that said,BIDDER'has not in any manner, directlyor 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 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 his 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 AGENCY 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 AGENCY thereof, or to any other
individual, except to such person or persons'as ave a partnership or other financial interest with said '
BIDDER in his general businexr-
C-1
2
CALIFORNIA JURAT
State of: California
County of Ventura
WITNESS my hand and official seal
k"Q, �4
Signature cfUbtary Public
Description of
Subscribed and swom to (or -wed) before me
this 11th day of June 2013 by
Daro Mooch Y.
(1) _Sean Castillo
Name of Signer (s)
(2)
Name of Signer (s)
who proved to me on the basis of satisfactory
evidence to be the person( who appeared before
me
RENEE CRUZ
Commission # 2011344
Notary Public - California i
Ventura County
QM; Comm. Expires Apr 6, 2017
(Notary Seal)
---OPTIONAL INFORMATION------ ---------_----=
Information below is NOT required by law however may dcter fraudulent removal of this form.
Number of Pages 1
Document Date: 6 TffF
Non -Collusion Affidavit for Bid No. ENG -12 -13 -
Title -or -type -of document—
M0090
Additional information
Capacity Claimed by Signer(s)
❑ Individual(s)
Os,, Corporate Officer
President
❑ Partner
❑ Trustee(s)
❑ Other
BIDDER'S QUESTIONNAIRE
2012-13 Overlay and. Slurry -Seal Program
Bid No. ENG -12-13-M0090
Project No. M0090
City of Santa Clarita, California
If the bidder has answered the questionnaire within the past year and there are no significant changes in
the,information,requested, then the bidder need. not file a new questionnaire. If there are changes,
indicate those changes. ' Should'. the space provided. not be ' adequate; so indicate- and .complete
information on a separate page(s) and attach hereto. e nnI Q -+-e Gt Q�eS}i0 r1 �r2
1. Submitted by:.' Telephone:. l WIMh�..�r `
Principal Office Address:
2'. Type of Firm:.
Corporate: Other:
Individual: .
Partnership:
3a. If a corporation, answer these questions:
Date of Incorporation: State of lndorporation:
President's Name:
Vice -President's Name: .
Secretary or Clerk's Name:
Treasurer's Name:.
3b. If a partnership, answer these questions:
Date of organization: State Organized in:
Name'of all partners holding more than a 10%interest:
C-13'
C-14
CERTIFICATION OF NON -SEGREGATED FACILITIES
201243 Overlay and Slurry Seal Program
Bid No. ENG -12-13-M0090
Project No. M0090
City of Santa Clarita, California
The CONTRACTOR certifies that he does not maintain or.provide for his employees any segregated
facilities at any.. of his establishments, and that he. does not permit his. employees to perform their
services at.*. any location, , under his. control, where segregated .facilities are maintained.. The
CONTRACTORcertifies.furtherthat he will not maintain or. provide for his employees any segregated',
facilities at any of his establishments, and that he will not permit his employees to perform their services
at any location, under .his control, where segregated facilities are maintained. The CONTRACTOR
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 CONTRACTOR, agrees that (except where he :has obtained identical
certifications from . proposed subcontractors for. specific. time periods) he 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 hewill retain such
certification's in his files.
CONTRACTOR
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. V101.33, No. 33'- Friday, February 16, 1968 _ p. 3065).
C-15
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 13-00220
1011-13 Overlay and Slurry Seal Program, M0090
This AGREEMENT is made and entered into for the above -stated project this _ day of
20 BY AND BETWEEN the CITY OF SANTA CLARITA. as CITY. and
Toro Enterprises, Inc. as CONTRACTOR.
CITY and CONTRACTOR have mutually agreed as follows:
ARTICLE I
That contract documents for the aforesaid project shall consist of the Notice Inviting Bids.
Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special
Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings,
appendices, and City's Labor Compliance Program; together with this AGREEMENT and all
required bonds, insurance certificates, permits, notices, and affidavits; and also including any and
all addenda or supplemental agreements clarifying or extending the work contemplated as may
be required to insure its completion in an acceptable manner. All of the provisions of said
AGREEMENT documents are made a part hereof as though fully set forth herein.
ARTICLE 1I
For And in consideration of the payments and agreements to be made and performed by CITY,
CONTRACTOR agrees to furnish all materials and perform all work required for the above -
stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents.
ARTICLE III
CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full
compensation for furnishing all materials, performing all work, and fulfilling all obligations
hereunder. Said compensation shall cover all expenses, losses, damages, and consequences
arising out of the nature of the work during its progress or prior to its acceptance including those
for well and faithfully completing the work and the whole thereof in the manner and time
specified in the aforesaid contract documents; and also including those arising from actions of
the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work,
suspension or discontinuance of the work, and all other unknowns or risks of any description
connected with the work.
ARTICLE IV
CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to
provide the materials, do the work, and fulfill the obligations according to the terms and .
conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay
the same at the time, in the manner, and upon the conditions set forth in the contract documents.
Revised 1/2012 Pace I of 7
ARTICLE V
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.
ARTICLE VI
CONTRACTOR affirms that the signatures set forth hereinafter in execution of this
AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate
officers having principal interest herein.
ARTICLE VII
Nature of Relationship
CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees
or officials. CONTRACTOR shall perform services in accordance with the rules, regulations
and policies of CITY respecting such services, and in accordance with appropriate standards of
professional conduct, if any, applicable to the services provided. CITY shall not be responsible
for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and
agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR
and nothing contained herein shall be construed as making the CONTRACTOR, or any
individual whose compensation for services is paid by the CONTRACTOR, an agent or
Revised 1/2012 Page 2 of 7
employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of
liability for or on behalf of the CITY.
ARTICLE VIIt
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 directlyor 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:
A combined single limit liability policy in the amount of $2.000.000 or a commercial general
liability policy with a $2.000.000 occurrence limit and a $4.000.000 aggregate limit will be
considered equivalent to the required minimum limits.
All of such insurance shall be primary insurance 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 Risk Manager shall be submitted to City prior to execution of this Agreement on
behalf of the City.
Should CONTRACTOR, for anv reason. fail to obtain and maintain the insurance required by
this Agreement, City may obtain coverage at CONTARCTOR'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 anv of the insurance requirements under this
agreement. Citv may cancel the Agreement immediately with no penalty.
Revised 1/2012 Page 3 of 7
Should Contractor's insurance required by this Agreement be cancelled at any point prior to
expiration of the policy. CONTRACTOR must notify City within 24 hours of receipt of notice of
cancellation. "Furthermore. CONTRACTOR must obtain replacement coverage that meets all
contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation.
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 Manager, then the CONTRACTOR agrees that the minimum limits herein above
designated shall be changed accordingly upon request by the City Manager.
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.
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,inure 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. All such insurance shall be primary insurance and shall name the City of Santa
Clarita as an additional insured.
Fire and Extended Coverage Insurance (Services involving real property only)
CONTRACTOR also 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.
ARTICLE IX
Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department
(EDD) of the State of California requires that a W-9 Form be filed by all vendors for all
AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required
forms necessary to comply with EDD regulations.
Revised 1/2012 Page 4 of 7
ARTICLE X
Term
This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to
Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless
sooner terminated.
Modification/Termination
No modification. amendment or other change in this AGREEMENT or any provision hereof
shall be effective for any purpose unless specifically set forth in writing and signed by duly
authorized representatives of the parties hereto. This AGREEMENT may be terminated with or
without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any
reduction of services shall require thirty (30) days advance written notice unless otherwise
agreed in writing between CONTRACTOR and CITY. In the event of termination.
CONTRACTOR shall be entitled to compensation for all satisfactory services completed and
materials provided to the date of the notice of termination.
Conflict of Interest
CONTRACTOR will comply with all conflict of interest laws and regulations including. without
limitation. CITY's conflict of interest regulations.
Non -Effect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms.
covenants, or conditions of this Agreement. or failure to exercise any rights or remedies
hereunder. shall not be construed as a waiver or relinquishment of the future performance of any
such terms. covenants. or conditions. or of future exercise of such riollts or remedies. unless
otherwise provided for herein.
Severabilitv
In the event that any one or more of the provisions contained in this AGREEMENT shall for any
reason be held to be unenforceable in any respect by a court of competent jurisdiction. such
holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall
then be construed as if such unenforceable provisions are not a part hereof.
Governing Law
This AGREEMENT shall be construed and interpreted and the legal relations created thereby
shall be determined in accordance with the laws of the State of California.
Revised 1/2012 Nage 5 of 7
Compliance with Law
CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the
federal. state, and local government, including City's Labor Compliance Program.
CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination
System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES
Requirements shall result in project delays through City issued Stop Work Notices and/or fines
levied against the CONTRACTOR.
Prevailing Wages
If required by applicable state law including, without limitation Labor Code §§ 1720 (as
amended by AB 975 (2001)), 1771, 1774. 1775, and 1776, CONTRACTOR must pay its
workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any
prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages
resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2,
copies of the prevailing rate of per diem wages are available upon request from CITY's
Engineering Division or the website for State of California prevailing wage determination at
wZv.dir.ca.Pov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at
the job site.
This contract is subject to state prevailing wage requirements of the California Labor Code
including Sections 1770 and 1773, and the City's California Department of Industrial Relations
(DIR) approved Labor Compliance Program. All covered work classifications required in
performance of this contract will be subject to prevailing wage provisions. The Contractors and
its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to
the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of
the Labor Compliance Program is available for review upon request at the Office of the City
Clerk. All pertinent state statues and regulations, including, but not limited to those referred to
in this contract and in the City's Labor Compliance Program, are incorporated herein as though
set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current
edition of all applicable state statues and regulations and adhering to the latest editions of such.
Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which
includes provisions addressing employment eligibility, employment verification, and
nondiscrimination. Under the INA, employers may hire only persons who may legally work in
the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the
U.S. The employer must verify the identity and employment eligibility of anyone to be hired,
which includes completing the Employment Eligibility Verification Form (I-9). The Contractor
shall establish appropriate procedures and controls so no services or products under the Contract
Documents will be performed or manufactured by any worker who is not legally eligible to
perform such services or employment.
Revised 1/2012 Page 6 of 7
The parties hereto for themselves. their heirs. executors. administrators. successors, and assigns do
hereby agree to the full performance of the covenants herein contained and have caused this
AGREEMENT to be executed in duplicate by setting hereunto their names and titles this
day of 20.
CONTRACTOR: CONTRACTOR Name:
Address:
Phone & Fax No.
.ALL SIGNATURES MUST RE Signed By:
WITNESSED RANOT.ARI'
CITY:
Attest:
Approved as to Form:
Print Name &
CONTRACTOR's License No.
Class
Mayor/City Manager of the City of Santa Clarita
City Clerk of the City of Santa Clarita
City Attorney of the City of Santa Clarita
Date:
Date:
Date:
Revised 1/2012 Page 7 of 7