HomeMy WebLinkAbout2014-05-13 - AGENDA REPORTS - OVERLAY SLURRY SEAL PROJ M0097 (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
Agenda Item: 6
CITY pF SANTA CLARITA
City Manager Approval:
Item to be presented by:
May 13, 2014
2013-14 OVERLAY AND SLURRY SEAL PROGRAM, PROJECT
M0097 - AWARD CONSTRUCTION CONTRACT
Public Works
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the 2013-14 Overlay and Slurry Seal Program,
Project M0097.
2. Award the construction contract to Toro Enterprises, Inc., in the amount of $5,626,397, and
authorize a contingency in the amount of $381,320, for a total contract amount not to exceed
$6,007,717.
3. Authorize an expenditure in the amount of $305,000 to Twining, Inc., for a professional
services contract to provide for project inspection and materials testing.
Authorize an expenditure in the amount of $50,000 to Pavement Engineering, Inc., for a
professional services contract to provide for project design support services.
5. Authorize the City Manager or designee to execute all necessary documents, subject to City
Attorney approval.
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 2013-14 project will provide
asphalt overlay and slurry seal treatments in various areas of the City. 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 June 2014 and be complete by the
end of October.
An invitation to bid was published three times, March 16, March 19, and March 23, 2014, and
noticed on the City's website. Plans and specifications were also sent to area plan rooms. Five
bids were submitted to the City and opened by Purchasing on April 9. The results of the bids are
shown below:
Comnanv
Toro Enterprises, Inc.
All American Asphalt
Palp, Inc., DBA Excel Paving Company
C.A. Rasmussen, Inc.
Sully -Miller Contracting Company
Location
Bid Amount
Oxnard, CA
$5,626,397
Corona, CA
$5,881,419
Long Beach, CA
$6,096,517
Valencia, CA
$6,307,454
Brea, CA
$6,348,435
Upon review of the bids, staff recommends awarding the construction contract to the lowest
responsive bidder, Toro Enterprises, Inc. This contractor possesses a state contractor's license
and is in 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 (RFP)
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 $305,000. Twining, Inc., has worked with the City on past projects and
demonstrated competent and timely services.
Pavement Engineering, Inc., was selected through an RFP process as the project's design
consultant. To provide continuity of services through the construction phase of this project, staff
recommends retaining the support services of Pavement Engineering, Inc., in the amount of
$50,000.
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
Z
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 bidder just because they are local, as the State Public Contract Code does
not allow the City to recognize them as the "lowest responsive bidder."
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds are appropriated to project Expenditure Accounts M0097233-5161.001
(Transportation Development Act Article 8), M0097306-5161.001 (Developer Fees), and
M0097601-5161.001 (General Capital Projects Fund). The appropriated funds will provide for
award of the construction contract, professional services contracts for inspection and materials
testing, and for project design support services. The funds will also provide for survey services,
staff oversight related to construction, labor compliance, and miscellaneous project costs.
ATTACHMENTS
List of Streets
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
LOCATION
ARTERIALS
CITY OF SANTA CLARITA
2013-14 ANNUAL OVERLAY AND SLURRYSEAL PROJECT
CITY PROJECT NO. M0097
BID NO. ENG -13-14-M0097
PROJECT STREET LIST
FROM TO
BOUQUET CANYON
CARROUSEL DR
1012' NORTH OF CARROUSEL DR
RD NB/SB
CENTURION.WY
SUSAN BETH WY
BOUOUETCANYON
HIGHFALLS ST
MINTER CT
RD(NB/SB)
PLUM CANYON RD
CITY LIMIT
NEWHALL AVE (NB/S8)
RAILROAD AV
SIERRA HWY
CANYON COUNTRY 5
NADAL ST
CANYON COUNTRY 12
[TY RD _
GARY DR
CARROUSEL DR
1012' NORTH OF CARROUSEL DR
CARROUSEL DR
CONFORM WEST OF
I FLOWERPARK DR
264' EAST OF CONFORM
nA WV^kl r^"KITDV 94
CONNIE CT
HIGHFALLS ST
SHINEDALE DR
HIGHFALLS ST
LA VEDA AVE
CONNIE CT
LA VEDA AVE
HIGHFALLS ST
MINTER CT
MINTER CT
SOLON AVE
CONNIE CT
SHINEDALEDR
EAST'END'',
CONNIE CT
SOLON AV
SOLEDAD CYN RD
SHINEDALE DR
A��w�uwi i o ' '
CHERYL KELTON PL
JENNIFER PL
570' EAST OF KERRY ROBIN DR
DENISE PL
488' WEST OF MARKEL DR
MARKEL DR
JENNIFER PL
CHERYL KELTON PL
KERRY ROBIN DR
KERRY ROBIN DR
WABUSKA ST
CHERYL KELTON PL
LA GLORITA CR
425' WEST OF MARKEL DR
MARKEL DR
LISA KELTON PL
475' WEST OF MARKEL D
MARKEL DR
WABUSKA ST
HAWKBRYN AV
WILEY CANYON RD
1
11
LOCATION FROM TO
Mr-UMALL IO '
MILL AV
LAWNSIDE DR
HAPPY VALLEY DR
_GREEN _
LAWNSIDE DR
198' SOUTH OF GREEN MILL AV
GREEN MILL AV
NEARGATE DR
LAWNSIDE DR
EAST END
PA_RCHMAN AV
719' SOUTH OF HAPPY VALLEY
DR
HAPPY VALLEY DR
ROSEPARK CT
481' SOUTH OF HIGHSPRING.
AV
HIGHSPRING AV
ewi MisA
CORRY PL
316' SOUTH OF TULA DR
TULA DR
DENOYA DR
GUADILAMAR DR
LOS ROGUES DR
GUADILAMAR DR
SECO CANYON RD
755' EAST OF DENOYA DR
SANTA CLARITA RD
SOUTH END
GUADILAMAR DR
TULA DR
1191' SOUTH OF GUADILAMAR
IDR
GUADILAMAR DR
VIA MARCIA
TULA DR
680' NORTH OF TULA DR
Qw11fS11C '1 '
ALAMINOS DR
BENZ RD
HOB AVE
BENZ RD
BOUQUET CANYON RD
CANTERWOOD DR
CT
269' WEST OF ALAMINOS DR
ALAMINOS DR
_BRIAN
BUD CT
ALAMINOS DR
531' NORTH OF ALAMINOS DR
FAN CT
190' WEST OF BOUQUET
CANYON RD
BOUQUET CANYON RD
HOB AV
BOUQUET CANYON RD
ALAMINOS DR
JOEL ST
ROBIN AV
260 EAST OF ROBIN AV
_
KATHLEEN AV
ALAMINQST,DR,
COPPER HILL DR
PAM CT
150' WEST OF BOUQUET
CANYON RD
BOUQUET CANYON RD
PIN CT
HOB AV:
148' EAST OF HOB AV
ROBIN AV
STEVE JON ST
RUSS JAY ST
ROBIN AV
SUE DR
BENZ RD
ROW CT
ALAMINOS DR
155' NORTH OF ALAMINOS DR
RUSS JAY ST
ROBIN AV
BOUQUET CANYON RD
STEVE JON ST
ROBIN AV
BOUQUET CANYON RD
SUE DR
ROBIN AV
BOUQUET CANYON RD
SUSAN RUTH ST
ROBIN AV
283' EAST OF ROBIN AV
2
LOCATION FROM TO
ALAMOTA
cnuruc 4a
GOLD CANYON DR
COPPER HILL DR.
308' NORTH OF HORSESHOE CIR N
HIDEOUT CT
END
HORSESHOE CIR
HORSESHOE CIR
GOLD CANYON DR N
GOLD CANYON DR S
INFINITY CIR
GOLD CANYON DR N
GOLD CANYON DR S
MAJESTIC CT
HORSESHOE CIR "
END
MATADOR PL
I INFINITY'CIR
END
PARAGON DR
INFINITY CIR
COPPERHILL DR
SKYLAKE PL
GOLD CANYON DR
END
TAHOE CT
END
PARAGON DR
TOUCHSTONE CT
GOLD CANYON DR
END
VAI GN(NA a Id(1RTN
ASPEN RIDGE DR
127' WEST OF PALMETTO RIDGE
DR .
TUPELO RIDGE DR
BEECH CREEK CR
SYCAMORE CR EEK DR
801' EAST OF SYCAMORE CREEK DR
BEECHNUT CR
TUPELO RIDGE 'DR
450' NORTH OF TUPELO RIDGE DR
BRADDON OAK DR
285' SOUTH OF REDWOOD GLEN
RD
REDWOOD GLEN RD
REDWOOD GLEN RD
TUPELO RIDGE DR '
TUPELO RIDGE DR
SPRUCE CREEK CR
420' SOUT�I OF SYCAMORE
CREEK:DR: • .
SYCAMORE CREEK DR
SYCAMORE CREEK DR
TUPELO RIDGE DR
COPPER HILL DR
TUPELO RIDGE DR
447' SOUTH OF COPPER HILL DR
SYCAMORE CREEK BRIDGE
3
LOCATION FROM
vAl ounIA n wlnDYU
TO
BLUESTONE PL
LINDEN LN
120' EAST OF LINDEN LN
BRADENTON CT
BRIDGEWATER DR
142' NORTH OF BRIDGEWATER DR
BRIDGEWATER DR
GRANDVIEW DR
GRANDVIEW DR
BRIGHTON LN.`
GRANDVIEW OR
LINDEN LN
LN
GRANDVIEW DR
BRIGHTON DR
_LINDEN
SUNDERLAND CT
116' WEST OF BRIGHTON DR
BRIGHTON DR
SUNDERLAND CT
BRIGHTON DR
218' EAST OF BRIGHTON DR
WAYNESBORO LN
BRIDGEWATER DR.
590' NORTH OF BRIDGEWATER DR
WHITEFIELD PL
BRIGHTON DR
930' EAST OF BRIGHTON DR.
WILMINGTON CT
BRIGHTON DR
240' EAST OF BRIGHTON DR
u,nu w w c�^I cru
CHISWICK CT
PARK VIEW RD
240' NORTH OF PARK VIEW RD
DEL MONTE DR
MC BEAN Py
SAINT DENIS CT
GOLDCREST DR
DEL MONTE DR
VALENCIA BLVD
NOTTINGHAM CT
WEST END
PARK VIEW RD
PARK VIEW RD
DEL MONTE DR
DEL MONTE DR
WEMBLEY CT
WEST END -
PARK VIEW RD
I/M UKIPIA aei snl lTN
LN
MORNINGTON,DR
ARROYO PARK DR
_BASINGSTROKE
CHARING CROSS RD
SOUTH ENDS_'
NORTH END
DEL MONTE DR
,_.
58' NORTH OFBTARKUS WY
ST DENIS CT.
GALWAY PL
CHARING CROSS RD
ARROYO PARK DR
MORNINGTON DR
WEST END
EAST END
REGENTS PARK CR
ARROYO PARK DR
REGENTS PARK CR
4
LOCATION QOM TO
L`ANVnM rnl INTRV 19 AI TFRNATF NO. 9
ASPEN PL
ROSE MALLOW LN
END
AUTUMN OAK WY
BLUE ASPEN LN
MEDLEY RIDGE DR
BLUE ASPEN LN
EAST END
WILLOW OAK CT
EMPRESS OAK CT
END
ICY WILLOW LN
ENGLISH IVY LN
EAST END
MEDELY RIDGE DR T
ENGLISH OAK CT
END
BLUE ASPEN LN
GOLDEN WILLOW WY
END
ROYAL PINES LN
ICY WILLOW LN.
MEDLEY RIDGE DR
SUMMER MAPLE WY
RIDGE DR
ROYAL PINES LN
LOST CANYON R
_MEDLEY
MONTEREY PINES LN
SUMMER MAPLE WY
MOUNTAIN WILLOW LN
MOUNTAIN WILLOW LN
SUMMER MAPLE WY
SILK TREE WY
RED MAPLE CT
SUMMER MAPLE WY
END
RIVER BIRCH CT
ENGLISH IVY LN
SOUTH END
ROSE MALLOW LN
END
MEDLEY RIDGE DR
ROYAL PINES LN
WEST END
EAST END
SILK TREE WY
MEDLEY RIDGE LN
CHERRY WILLOW AVE
SOUTHERN WILLOW CT
'ENGLISH IVY LN
SOUTH END
STRAWBERRY PINE CT
_.`.
ENGLISH IVY LN
SOUTH END
SUMMER MAPLE WY
EAST END
WEST END
TULIP TREE CT
END
GOLDEN WILLOW WY
WHITE PINE WY
ROSE MALLOW LN.,
GOLDEN WILLOW WY
WILLOW OAK CT
END
BLUE ASPEN LN
5
LOCATION FROM TO
NFWId Al I 9A AI TFRNATF Nn 2
8TH ST
APPLE ST
VALLEY ST
APPLE ST
MAPLE ST
LYONS AV _
CHERRY ST
PEACHLAND AV
APPLE ST
HERITAGE LN
J40KSQUTH OF APPLE•ST
APPLE ST
/ AAIVMI t r%"KITRV 71 AI TFRNATF Nil 1
BOCKDALE AVE
HIGHFALLS ST
SHINEDALE DR
HIGHFALLS ST
SIMSALIDO AVE
BOCKDALE AVE
MINTER CT
MISS GRACE DR
WEST END
MISS GRACE DR
SOLEDAD CYN RD
SHINEDALE DR
SHINEDALE DR
SIMSALIDO AVE
WEST END
SIMSALIDO AVE
HIGHFALLS STY
SHINEDALE DR
vw) Cun!n a kl^MC Y AI VCRAI ATC Nn'A
ALDER GLEN CR
CALVELLO DR
560' NORTH OF CALVELLO DR
LAUREL CREEK CR
CALVELLO DR
710' NORTH OF CALVELLO DR
PALMETTO RIDGE
DR
CALVELLO DR
ASPEN RIDGE DR
PINE COVE CR
CALVELLO DR
600' NORTH OF CALVELLO DR
..vnu nn�u)rnvn enni AVC Nn C
GALETON RD
SOLEDAD CANYON RD
STILLMORE ST
LOST SPRINGS RD
440' SOUTH OF STILLMORE ST
WILDRIDGE LN
NEARBROOK ST
GALETON RD
24T EAST OF GALETON RD
STILLMORE ST
GALETON RD
1,44' EAST OF LOST SPRINGS RD
WELLHAVEN ST
GALETON RD
564' EAST OF GALETON RD
WILDRIDGE LN
LOST SPRINGS RD
258' EAST OF LOST SPRINGS RD
[7
I
LOCATION FROM TO
VALENCIA 17 SOUTH ALTERNATE NO. 6
ESTRELLA PL
WEST END
ALTA DR
FLORAL CT
SOUTH END
JOHN RUSSELL DR
LATANA CT
CORTINA DR
71T EAST OF CORTINA DR
MELISA CT
146' SOUTH OF VIA PLATA
VIA PLATA
MESA CT
CORTINA DR
630' EAST OF CORTINA DR
MIGUEL CT
JOHN RUSSELL DR
NORTH END
VAQUERO CT
JOHN RUSSELL DRQ
552'-NORTH OF JOHN RUSSELL DR
VIA ALTA DR
NORTH END
SOUTH END
VIA CANDICE
JOHN RUSSELL DR
622' NORTH OF JOHN RUSSELL DR
VIA PLATA
254' WEST OF MELISA CT
ALTA DR
Id
ADDENDUM NO. 1
2013-14 ANNUAL OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -13-14-M0097
Project No. M0097
City of Santa Clarita, California
March 27, 2014
This Addendum consists of 2 pages (AD01-1 through AD01-2), plus attachments and modifies and forms a
part of the Contract Documents noted below. Portions of the Contract Documents not specifically
mentioned in this Addendum remain in force. All trades affected shall be fully advised of these changes,
deletions, and additions. No time extensions are granted.
Changes and Clarifications to Bid Proposal:
1. Bid Schedule — Base Bid: Delete and replace with the attached revised Base Bid Schedule (4
Sheets). All Add Alternate Bid Schedules are not revised or affected bythis Addendum. Continue to use
the existing Add Alternate Bid Schedules.
2. Plan Sheets Replaced: Remove Sheets No. 2 and No. 3 from the plans and replace with the
attached Sheets No. 2 and No. 3. The attached Sheets No. 2 and 3, reviewed 3/31/14, shall supersede
Sheets No. 2 and No. 3 of the original plan set.
3. Plan Sheet Reference Number Changes:
Revisions are made to references to other plan sheets
Sheet
Reference Type(S):
No.:
22
SEESHEET NO. X FOR CONTINUATION OF WORK
FOR CONTINUATION OF WORK SEE SHEET NO, X
23
MATCHLINE—SEESHEET N0. X
24
MATCHLINE—SEE SHEET NO;X
SEE SHEET NO. X FOR CONTINUATION OF WORK
25
SEE SHEET NO. X FOR WORK
SEE SHEET NO. X FOR CONTINUATION OF WORK
26
SEE SHEET NO. X FOR WORK
27
MATCHLINE— SEE SHEET NO. X
28
MATCHLINE—SEE SHEET NO. X
38
SEE SHEET NO. X FOR CONTINUATION OF WORK
39
SEE SHEET NO. X FOR CONTINUATION OF WORK
SEE SHEET NO. X FOR CONTINUATION OF WORK
40
SEE SHEET NO. X FOR CONTINUATION OF WORK
43
SEE SHEET NO. X FOR WORK
44
SEE SHEET NO. X FOR WORK
AD01 -1
REVISION BY ADDENDUM NO. 1 TO THE BASE BID SCHEDULE
2013-14 OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -13-14-M0097
Project No. M0097
BIDDER: Toro Enterprises, Inc.
ADDENDUM NO.1 - BASE BID — VARIOUS STREETS*
ITEM
NO.
BID ITEMS
TOTAL
QNTY
UNIT
PAY
REF.
UNIT
PRICE
'TOTAL
COST
1
Mobilization, Bonds & Insurance
1
L$
F2-11
i �2 p00
2
Traffic Control
1
LS
F2-2.7
rj sem, -
3
Storm Water Pollution Control Program
1
LS
E7-8.6.4
4
Crack Seal & Slurry Seal (Type II)
181
ELT
F2-4.4
352.'
l� 3, �t 7 .
5
AC C2 PG 70-10
4,581
TN
F2-7.4
ZS
330 q -+q. ZS
6
AC D2 PG 70.10
4,793
TN
F2-7.4
.-
�jg3 i.l (t7
7
Thin Maintenance Overlay (TMO)
3,428
TN
F2-8.4
k kU . -
8
ARHM PG 64-16
22,100
TN
F2-40.4gpt7,-
9
Cold Plane 2"AC
161,165
SF
F2-11.6
10
Cold Plane 2-1/2" AC
25,524
SF
F2-11:6
®, �(ti
tQ ';i --Z0, 0c6
11
Cold Plane 7-1/2" AC
146,588
SF
F2-11.6
p.tc3
o12i3� by
12
Keycut Al (5 ft)
0
LF
172-11.6
13
Keycut All (6ft)
17,589
LF
F2-11,6
jj, 4
((�,533.a�'
14
Keycut A2 (5 ft)
17,506
LF
72-11.6
d .9
1 U L,30 . 0
15
Keycut A2 (6 ft)
76,036
LF
F2-11.6
16
Keycut A3 (5 ft)
0
LF
F2-11.6
Keycut B1 (1Oft)
0
LF
F2-11.6
18
F1917
Keycut 61 (13 ft)
588
LF
F2-11.6
'7_ . 20
� � -LI 3, b6
Keycut B2 (13 R)
246
LF
F2-11.6
(p .'
} ,4'ltn . -
20
Keycut B2 (15 ft)
2,657
LF
F2-11.6
Z , R0
-4a 0S . 0
21
Keycut B2 (30 ft)
104
LF
F2-11.6
(2 , 65
1 25 5 . z0
22
Keycut B3 (10 R)
0
LF
F2-11.6
—_
23
Digout or Remove and Replace 4" AC
29,227
SF
F2-12.4
1S
�2 U uS 0S
24
Digout or Remove and Replace 5" AC
2,064
SF
F2-12.4
i
C -2a
ADDENDUM NO. 1 - BASE BID - VARIOUS STREETS"
REM
NO.
BID ITEMS
TOTAL
GINTY
UNIT
REF.
REF.
UNIT
PRICE
*TOTAL
COST
25
Digout or Remove and Replace 6" AC
85,237
SF
F2-12.4
3 . ;D
29g, 32,9.
26
Remove Tree Roots Below AC/PCC
Repairs
784
SF
F2-15.3
5.30
.y ISS. 20
27
Prune Tree Roots 8 Place Root Barrier
99
LF
F2-16,4-
26
Shoulder Backing
2,024
LF
F2-17.4
3, -
t -v, 0t2. -
29
Adjust Manhole Covers to Finish Grade
277
EA
F2-19.3
ZUST, -
-9 3 L{pS. -
30
Adjust Utility Cover /Vault / Well to Finish
Grade
16
EA
F2-19.3
3€1s.`
lv ltno.-
31
Adjust Survey Monument Cover to Finish
Grade
4
EA
F2-19.3
300.1-
32
Lower Manhole Covers
47
EA
F2A9.3
2-00.-
-00.-33
33
Lower Water / Gas Valve Covers
91
EA
F2-19.3
Li 5.-
.-34
34
Lower Utility Cover / Vault / Well
6
EA
F2-19.3
35
Lower Survey Monument Cover
3
EA
F2-19.3
?Lc 5_
36
Remove and Replace Loop Detectors
47
EA
F2-20.4
31 p . -
(y ;S to •'
gr
Remove and Replace Wireless Sensor
Nodes
14
E4
F2-21.4
i,Ill
� - -
38
Install Temporary Traffic Detection Loops
6
FA
F2-20.4
SI S -
39
Install Blue RPM's @ Fire Hydrant
100
EA
F2-22.4
t 2. 5
-L<7b, -
40
12" White Crosswalk I Limit Line (Thermo)
2,685
LF
F2-22.4,-
41
12" Yellow Crosswalk Line (Thermo)
753
LF
F2-22.4
Z.-
,-42
42
Yellow Continental Crosswalk (Thermo)
3
EA
F2-22.4
eSO,
Z SSa ,
43
Striping Detail # 4 (Markers)
2,853
LF
F2-22.4
6,'�(
8gLt,`t3
44
Striping Detail # 10 (Markers)
5,250
LF
F2-22.4
�j , 3
Sri
45
Striping Detail # 13 ( Markers)
6,168
LF
F2-22.4
0 - 31
46
Striping Detail # 21 (Thermo)
1,738
LF
F2 -22A
1, t U
q ((. $0
47
Striping Detail # 22 (Thermo and Markers)
5,543
LF
172-22.4
, 7i�
yS3 , oc
48
Striping Detail # 23 (Markers)
7,003
LF
F2-22.4
`, 6 Z
1, 116- ole
49
Striping Detail # 24 (Thermo)
1,520
LF
F2-22.4
d, 06
q 12 . -
50
Striping Detail# 27B (Thermo)
7,720
LF
F2-22.4
6), U0
51
Striping Detail # 27C (Thermo)
220
LF
F2-22.4
j OS
-
52
Striping Detail # 29 (Thermo and Markers)
0
LF
F2-22:4
ADDENDUM NO. 7 - BASE BID - VARIOUS STREETS*
ITEM
NO.
BID ITEMS
TOTAL
gNTY
UNIT
PAY
REF.
UNIT
PRICE
*TOTAL
COST
53
Striping Detail # 30 (Markers)
250
LF
F2-22.4
3 7'5
So
54
Striping Detail # 32 (Thermo and Markers)
0
LF
F2-22.4
55
Striping Detail # 38 (Thermo and Markers)
1,911
LF
F2-22.4
, 30
2 ,AOy 30
56
Striping Detail # 38A and 8" Line (Thermo)
690
LF
F2-22.4
57
Striping Detail # 38B (Thermo and Markers)
2,562
LF
F2-22.4
0
3 330 "0
58
Striping Detail # 38C (Markers)
1,436
LF
F2-22.4
i
59
Striping Detail # 39 (Thermo)
4,026
LF
F2-22.4-
(. ^
t4oTLP
60
Striping Detail # 39 w/ Type C (25' O.C.)
Thermo and Markers
675
LF
F2-22.4
1 ,
S l0 .
61
Striping Detail # 40 (Thermo)
201
LF
F2 -22A
2. 2-0
t(y 2 . "o
62
Striping Detail # 41 (Thermo)
170
LF
F2-22.4
2 , 26
'3 4. -
63
Striping Detail 12" Wide White Chevrons
Markers
168
LF
F2-22.4
3 , BO
L9'J�i. 46
64
"STOP" Legend (Thermo)
36
EA
F2-22,4
65
"PED" Legend (Thermo)
0
EA
F2-22.4
66
"XING" Legend (Thermo)
1
EA
F2-22.4
67
"SLOW" Legend (Thermo)
1
EA
F2.22.4
i -
(ale • -
68
"SIGNAL" Legend (Thermo)
2
EA
F2-22.4-
69
"SCHOOL" Legend (Thermo)
1
EA
172-22.4
lULk
I IPLe
70
"AHEAD" Legend (Thermo)
14
EA
F2-22.4
71
"BUMP" Legend (Thermo)
10
EA
F2-22.4
72
"25" Legend (Thermo)
3
EA
F2-22.4-
73
Bike Group Legend
14
EA
F2-22.4
(•^
! U2Ct.-
t
74
Bike Detector Symbol
4
EA
F2-22.4
75
Arrow Type IV L I R (Thermo)
53
EA
F2-22.42.
76
Arrow Type VI L / R (Thermo)
3
EA
F2-22.4-
77
Arrow Type VII L I R (Thermo)
4
EA
F2-22:4
of .
78
Install Case A, Type 3 PCC Curb Ramp
0
EA
F2-14.4
—
79
Install Case A, Type 6 PCC Curb Ramp
0
EA
F2.14.4
80
Install Case B, Type 1 PCC Curb Ramp
14
EA
172-14.4
1,15D--
zi 300. -
81
Install Case D, Type 2 PCC Curb Ramp
1
EA
F2-14.4
2 300 -
C -2c
ADDENDUM NO. 1 - BASE BID - VARIOUS STREETS*
ITEM
BID ITEMS
TOTAL
UNIT
PAY
UNIT
*TOTAL
NO.
QNTY
REF.
PRICE
COST
82
Remove and Replace PCC Sidewalk
1,559
SF
F2-14.4
Lo.1.-
83
Remove and Replace PCC Curb and Gutter
359
LF
F2-14.4
Lk I .
X41-419
84
Remove and Replace Rubber Speed
20
EA
F232
3`ib,-
U, 960
Bumps
85
Remove and Replace Type F Delineators
14
EA
172-22.4
�3.`
p22 • _
86
Remove & Replace Stop Sign and Pole
1
EA
F2-22.4
2leo. -
Z te0 ,-
TOTAL**
ui -400-"
BASE BID TOTAL AMOUNT IN WORDS: n Ikon, bra huudred{ortyoxJ u"�i
5-eut4 re aT q If o a
**NOTE: In case of error in extension of price into the total price column, the unit price �I govern.
C -2d
BID SCHEDULE
2013-14 OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -13-14-M0097
Project No. M0097
BIDDER: TbYU F'r�4 en" SILC jt!(C.
ADD ALTERNATE NO. 1 - NEIGHBORHOOD C32 (VARIOUS STREETS)*
ITEM
NO.
BID ITEMS
TOTAL
QNTY
UNIT
PAY
REF.
UNIT
PRICE
*TOTAL
COST
1
Mobilization, Bonds & Insurance
1
LS
F2-1
,Doo.2
3,000.-
2
Traffic Control
1
LS
F2-2.7
I,SDO--
3
Storm Water Pollution Control Program
1
LS
E7-8.6.4
104-00- -
4
Crack Seal & Slurry Seal (Type II)
448
ELT
F2-4.4
2$5.-
121, too
39
Install Blue RPM's @ Fire Hydrant
25
EA
F2-22.4
�T So
3t -L. SO
40
12" White Crosswalk / Limit Line (Thermo)
96
LF
F2-22.4
7 _to
Zot.LW
47
Striping Detail # 22 (Thermo and Markers)
250
LF
F2-22.4
(,'40
W-
52
Striping Detail # 29 (Thermo and Markers)
145
LF
F2-22.4
-
54
Striping Detail # 32 (Thermo and Markers)
1,131
LF
F2-22.4
, 2S
55
Striping Detail # 38 (Thermo and Markers)
202
LF
F2-22.4
I , yt
2461. 90
64
"STOP" Legend (Thermo)
7
EA
172-22.4
\U,-
g4b.-
70
"AHEAD" Legend (Thermo)
1
EA
F2-22.4
h10:-
NO. -
75
Arrow Type IV L / R (Thermo)
2
EA
172-22.4
US, -
TOTAL**
ALTERNATE NO. 1 TOTAL AMOUNT IN FIGURES: i )� , 9 yq . 40
Oka.
ALTERNATE NO.1 TOTAL AMOUNT IN WORDS:
*NOTE: Bid items with zero quantity are not shown.
"NOTE: In case of error in extension of price into the total price column, the unit price will govern.
C -2d
BID SCHEDULE
2013-14 OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -13-14-M0097
Project No. M0097
BIDDER: TOGO Enterprises, Inc.
ADD ALTERNATE NO. 2 - NEIGHBORHOOD N10 (VARIOUS STREETS)*
ITEM
NO.
BID ITEMS
TOTAL
CINTY
UNIT
PAY
REF.
UNIT
PRICE
"TOTAL
COST
1
Mobilization, Bonds & Insurance
1
LS
F2-1
2
Traffic Control
1
LS
F2-2.7
'J r 1()0,-
3
Storm Water Pollution Control Program
1
LS
E7-8.6.4
—
2,06
6
AC D2 PG 70-10
614
TN
F2-7.4
$3.?o
Sl21ori -
8
ARHMPG64-16
1,946
TN
F2-10.4
$$,S-
1-:2,31�.'d
14
Keycut A2 (5 ft)
4,554
LF
F2=11.6
(a 15
t ,-Z31.16
15
Keycut A2 (6 ft)
7,346
LF
F2711.6
;n 0, T6
20
Keycut B2 (15 ft)
412
LF
F2-11.6
2 , �S
) (3a •-
28
Shoulder Backing
822
LF
F2-17.4
y(Lle.-
29
Adjust Manhole Covers to Finish Grade
36
EA
F2-19.3
,-
q riOQ -
31
Adjust Survey Monument Cover to Finish
Grade
2
EA
F2-19.3
32
Lower Manhole Covers
11
EA
F2-19.3`,,-
33
Lower Lower Water / Gas Valve Covers
14
EA
F2-19.3
36
Remove and Replace Loop Detectors
4
EA
172-20.4
glq,`
120 r
38
Install Temporary Traffic Detection Loops
1
EA
F2-20.4
S2C -
�57cr . -
39
Install Blue RPM's @ Fire Hydrant
11
EA
F2-22.4
(IL, So
So
40
12" White Crosswalk / Limit Line (Thermo)
362
LF
F2-22.4
'Z, 6Sy
Z. o
48
Striping Detail # 23 (Markers)
40
LF
F2-22,4
2,-
Q>0.-50
Striping Detail # 27B (Thermo)
113
LF
172-22.4
.-IO
l0
9610
58
Striping Detail # 38C (Markers)
61
LF
F2-22,4
I , 5V 1qt
, So
64
"STOP" Legend (Thermo)
6
EA
F2-22.4
1,4().-
65
"PED" Legend (Thermo)
2
EA
F2-22.4
IW,-
-zoo-
66
"XING" Legend (Thermo)
,^
F2-22.4
kko.
270 •-
75
Arrow Type IV L / R (Thermo)
EA
F2-22.4-
78
Install Case A, Type 3 PCC Curb Ramp
1
EA
F2-14.4
2, OM,
2, pq0 -
79
Install Case A, Type 6 PCC Curb Ramp
2
EA
F2-14.4
2 , y c -
u q pQ ,
80
Install Case B, Type 1 PCC Curb Ramp
5
EA
172-14.4
2,000"'
IQ,OGO -
82
Remove and Replace PCC Sidewalk
800
SF
F2-14.4
(p,-
LJ
83
Remove Remove and Replace PCC Curb and Gutter
160
LF
F2-14.4
C -2e
ADD ALTERNATE NO. 2 - NEIGHBORHOOD N10 (VARIOUS STREETS)'
TOTAL"
ALTERNATE NO. 2 TOTAL AMOUNT IN FIGURES: 6
ALTERNATE NO. 2 TOTAL AMOUNT IN WORDS: „ ,Y, rex Gest
"NU i t: tiia items wrtn zero quantity are not snown.
"NOTE: In of error in extension of price into the total price column, the unit price will govern.
C -2f
BID SCHEDULE
2013-14 OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -13-14-M0097
Project No. M0097
BIDDER: Toro Enterprises, Inc.
ADD ALTERNATE NO. 3 — NEIGHBORHOOD C21 VARIOUS STREETS
ITEM
NO.
BID ITEMS
TOTAL
CINTY
UNIT
PAY
REF.
UNIT
PRICE
`TOTAL
COST
1
Mobilization, Bonds & Insurance
1
LS
F2-1
-2, p,06 -
2
Traffic Control
1
LS
F2-2.7
2,
3
Storm Water Pollution Control Program
1
LS
E7-8,6.4
—
1 1 -1.00 -
6
AC D2 PG 70-10
379
TN
F2-7:4
83 ?°
31, 532. fl°
8
ARHM PG 64-16
1,202
TN
F2-10.4
g 8 . cS
(Stv, c,1S-J
14
Keycut A2 (5 ft)
6,456
LF
172-11.6
j , (5,
yZy . y 6
20
Keycut B2 (15 ft)
154
LF
F2-11.6cj-�
. 50
23
Digout or Remove and Replace 4" AC
345
SF
F2-12.4
5 .'
t- 7,5-. —
29
Adjust Manhole Covers to Finish Grade
14
EA
172-19.3
�� ,-
7 �'Z .
32
Lower Manhole Covers
2
EA
F2-19.3
2ZG ..
_-
33
Lower Water I Gas Valve Covets
13
EA
F2-19.3
(p�j ,
4-5
39
Install Blue RPM's @ Fire Hydrant
4
EA
F2-22.4
12, 571
40
12" White Crosswalk 1 Limit Line (Thermo)
100
LF
F2-22.4
; K'
21S
48
Striping Detail # 23 (Markers)
48
LF
F2-22.4
7j (tip
64
"STOP" Legend (Thermo)
4
EA
172-22.4
IZ(06, -
i oqC)
TOTAL**
ALTERNATE NO. 3 TOTAL AMOUNT IN FIGURES: l[ 1
phc 1-,.vv%&r'(� L�Xkt o*v.
ALTERNATE NO. 3 TOTAL AMOUNT IN WORDS: S P:Y ti a c fu ltr X18 r
'NOTE: Bid items with zero quantity are not shown.
**NOTE: In case of error in extension of price into the total price column, the unit price will govern.
C -2g
BID SCHEDULE
2013-14 OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -13-14-M0097
Project No. M0097
BIDDER: Toro Enterprises Inc.
Ann At TFRIJATF NO. 4 - NEIGHBORHOOD V6N (VARIOUS STREETS)*
ITEM
NO.
BID ITEMS
TOTAL
QNTY
UNIT
PAY
REF.
UNIT
PRICE
'TOTAL
COST
1
Mobilization, Bonds & Insurance
9
LS
F2-1
2
Traffic Control
1
LS
172-2.7
2 ; boo,
3
Storm Water Pollution Control Program
1
LS
E7-8.6.4
) tjGO
7
Thin Maintenance Overlay (TMO)
1,038
TN
F2-8.4
J j tQ , 55
120, 9-ts , 9a
13
Keycut Al (6 ft)
6,744
LF
F2-11.6
) , Stn
I , iM
18
Keycut 61 (13 ft)
365
LF
F2-11.6
3 ,
1 � Z�:J--J . S"
23
Digout or Remove and Replace 4" AC
891
SF
F2-12.4}SS,-
26
Remove Tree Roots Below AC/PCC
Repairs
150
SF
F2-15.3
5,GD
g25. `
27
Prune Roots & Place Root Barrier
10
LF
172-16.4
29
Adjust Manhole Covers to Finish Grade
11:
EA
F2-19.3
76:�K .- .
7 o2S-
30
Adjust Utility Cover / Vault / Well to Finish
Grade
i
EA
F2-19.3
11360. -
32
Lower Manhole Covers
2
EA
F2-19.3
-Z2e5,:
t4iz.
33
Lower Water / Gas Valve Covers
4
EA
F2-19.3
, ;, -
;,-
ZtnC> •
39
39
Install Blue RPMs (g Fire Hydrant
7
EA
F2-22.4
IC (;b
TOTAL**
ALTERNATE NO. 4 TOTAL AMOUNT IN FIGURES: �yLP S -+ i -may
s'Lvud fvri) 5fc j16u.5a od,
ALTERNATE NO. 4 TOTAL AMOUNT IN WORDS: IINE^acs•�s a o : '
`NOTE: Bid items with zero quantity are not shown.
"NOTE: In case of error in extension of price into the total price column, me unit price win govern.
C -2h
BID SCHEDULE
2013-14 OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -1344-M0097
Project No. M0097
BIDDER: Toro Enterprises, Inc.
ADD ALTERNATE NO. 5 - NEIGHBORHOOD C9 VARIOUS STREETS)*
ITEM
NO.
BID ITEMS
TOTAL
ONTY
UNIT
PAY
REF.
UNIT
PRICE
*TOTAL
COST
1
Mobilization, Bonds & Insurance
1
LS
F2-1
N, 0 o0 . —
2
Traffic Control
9
LS
F2-2.7
3
Storm Water Pollution Control Program
1
LS
E7-8.6.4
2,
6
AC D2 PG 70-10
383
TN
F2-7.4
51,
21`1000: S11
8
ARHM PG 64-16
1,430
TN
F2A0.4
-13.95
134, 205. $"
14
Keycut A2 (5 ft)
2,394
LF
F2-11:6
'Lb
-1, ° Z. 90
15
Keycut A2 (6 ft)
6,314
LF
F2-11.6
(. 3'P
°d, q; o y
20
Keycut B2 (15 ft)
228
LF
F2-11.6-
23
Digout or Remove and Replace 4" AC
9,362
SF
F2-12 4
L4. —
34,'A
26
Remove Tree Roots Below AC/PCC
Repairs
231
SF
F2 -15.3`j
'. So
i i zHtj
27
Prune Tree Roots & Place Root Barrier
21
LF
F2=16:4-
29
Adjust Manhole Covers to Finish Grade
19
EA
F2-19.3
36
Remove and Replace Loop Detectors
8
EA
F2-20.4
"J1C>
2i y60 - -
39
Install Blue RPM's @ Fire Hydrant
8
EA
F2-22.4
11, S7
tCe --
40
12" White Crosswalk / Limit Line (Thermo)
132
LF
F2-22.4
'2 ,
48
Striping Detail # 23 (Markers)
419
LF
F2-22.4
2, tS
906 -es'
64
"STOP" Legend (Thermo)
2
EA
F2-22.4
1`i0.-
3j,—
79
Install Case A, Type 6 PCC Curb Ramp
2
EA
F2-14.4
2,4bb.
c1 066-
82
Remove and Replace PCC Sidewalk
200
SF
172-14.4
U.-
.-83
83
Remove iacn��J Replace PCC Curb and Gutter
40
LF
F2-14.4
Li I_-
W40
TOTAL**
ALTERNATE NO. 5 TOTAL AMOUNT IN FIGURES: -ZLI 3
+� G kv. ,6rLcl
ALTERNATE NO. 5 TOTAL AMOUNT IN WORDS: vt a re 3% t
*NOTE Bid items with zero ouantity are not shown.
"NOTE: In case of error in extension of price into the total price column, the unit price will govern.
C -2i
BID SCHEDULE
2013-14 OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -13-14-M0097
Project No. M0097
BIDDER: TOPO Enterprises, Inc.
Ann AI TCOKIAT= AIn it _ AIFIf_s4RnRwnnrl V17S tVARInfIS STRFFTSi*
ITEM
NO.
BID ITEMS
TOTAL
ONTY
UNIT
PAY
REF.
UNIT
PRICE
*TOTAL
COST
1
Mobilization, Bonds & Insurance
1
LS
F2-1
2
Traffic Control
1
LS
F2-2.7-
3
Storm Water Pollution Control Program
1
LS
E7-8.6.4
7
7
Thin Maintenance Overlay (TMO)
1,641
TN
F2-8.4
ILo
Ido, to 6Z,
12
Keycut Al (5 ft)
2,594
LF
F2=11.6
D • ��
Z, 33`A . Leo
16
Keycut A3 (5 ft)
9,424
LF
F2-11.6
O , SD
-1, 539 • Zo
17
Keycut B1 (10 ft)
80
LF
F2-11.6
c6."
Lf40."
22
Keycut B3 (10 ft)
324
LF
F2-11.6
(fir ,�
1 , `I`{ri.-
23
Digout or Remove and Replace 4" AC
406
SF
172-12.4
T,
29
Adjust Manhole Covers to Finish Grade
23
EA
172-19.3
310
32
Lower Manhole Covers
4
EA
172-19.3
2Z5 •—
JOrb-
33
Lower Water / Gas Valve Covers
12
EA
F2-19.3
(,R(Q
39
Install Blue RPKs @ Fire Hydrant
ll
EA
F222.4
Ji;. So
\-;�tO. Sa
40
12" White Crosswalk / Limit Line (Thermo)
71
LF
F2-22:4
�j, toI
e2-20, to
64
"STOP" Legend (Thermo)
3
EA
I F222.4
TOTAL
ALTERNATE NO. 6 TOT
ALTERNATE NO. 6 TOTAL AM(
*NOTE: Bid items with zero quantity are
"NOTE: In case of error in extension of
2-7, g3Z ss
Itv.radruJ �v:ewi�
IN WORDS:
-fwo
shown.
into the total price column, the unit price will govern.
C -2j
BID SCHEDULE
2013-14 OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -13-14-M0097
Project No. M0097
BIDDER: Toro Enterprises, Inc.
ADD ALTERNATE NO. 7 — ADD FIBER STABILIZING ADDITIVES TO THIN
MAINTENANCE OVERLAY"
DELETE RID ITFM NO 7 FROM RASP RID AND At I At TFRNATFS
ITEM
BID ITEMS
TOTAL
UNIT
PAY
UNIT
*TOTAL
NO.
QNTY
REF.
PRICE
COST
7
BASE BID Thin Maintenance Overlay
3,428
TN
F2-8.4
1u . "
(yt{B '
TMO)
,
F2-9.3
7
ALTERNATE NO.4 Thin Maintenance
1,038
TN
F2-8:4
I I Ip .55
I p, 9". R o
Overlay TMO)
F2-9.3
7
ALTERNATE NO. 6 Thin Maintenance
1,641
TN
F2.8.4
i1Lr.ts
02•
190r1u�
OverlayTMO
F2-9.3
TOTAL
TOTAL OF BID ITEM NO. 7: 110, Z7-1 • 65
ADD sun. ITFM NO 7A TO RARF RID AND At I At TFRNATFS
ITEMBID
ITEMS
TOTAL
UNIT
PAY
UNIT
'TOTAL
NO.
QNTY
REF,
PRICE
COST
7A
BASE BID Thin Maintenance Overlay
3428
TN
F2-8.4
, Lfi ZS
213.
MO W/ Fiber Additives
,
F2-9.3
7A
ALTERNATE NO, 4 Thin Maintenance
1,038
TN
F2-8.4
\2Ei
l 52 '6�''
Overlay TMO W/ Fiber Additives
F2-9.3
7A
ALTERNATE N0, 6 Thin Maintenance
1,641
TN
F2-8.4
11.1 '59
7-C)9' 224.5o
Overlay(TMO) W/ Fiber Additives
F2-9.3
TOTAL
TOTAL OF BID ITEM NO. 7A: q -q$ P$Dy • $0
TOTAL ALTERNATE NO. 7*" (SUBTRACT TOTAL OF BID ITEM NO. 7 FROM TOTAL OF BID
ALTERNATE NO. 7 TOTAL AMOUNT IN FIGURES: tP I • `I5
nitis. tvvv-5kwd,
ALTERNATE NO. 7 TOTAL AMOUNT IN WORDS: Stet Qa c 43[10b
'NOTE: Bid jtems with zero quantity are not shown.
"NOTE: In case of error in extension of price into the total price column, the unit price will govern.
C -2k
BID SCHEDULE
2013-14 OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -13-14-M0097
Project No. M0097
BIDDER: Toro Enter rises Inc
BID SUMMARY
TOTAL PRICE
IN FIGURES.
-i
$ LAI 3LA I I 1-� d• R
BASE BID
TOTAL PRICE
'� owr e -C; Ilt.pGi la yt;ppx4Q.d Or4,s C,1a244,6USi1+✓6
IN WORDS
tt-�titeec
TOTAL PRICE
IN FIGURES
q
ADD ALTERNATE NO, 1
TOTAL PRICE
vlp.. yLLLdK.,d 'Iiwvi{ �� Wpi f"I"fu8&kd n�
1
IN WORDS
L1uWJlr2d '�r rilwe ` IfD
TOTAL PRICE
IN FIGURES
} $ '3
s lJ l, s y 3,
ADD ALTERNATE NO. 2
TOTALPRICE
r�
C"P�e k%,vuAfta Oke ti -b o", TIV,e
IN WORDS.
µtiNl'� Dli w- 'I'lnio.t '%-{E3 Y70
TOTAL PRICE
IN FIGURES
$
ADD ALTERNATE NO. 3
TOTAL PRICE
DvLL I,I,V�d 91KJI 01,M t,10uge.AJ)
IN WORDS
Cx;J 2n drvd 40yn Vwu ` D _( 00
TOTAL PRICE
IN FIGURES
ADD ALTERNATE NO.4
TOTAL PRICE
tit h u L } Si b4LRkei 1
IN WORDS
.(AX 1 }lr.t[: V�PU uke ti0
TOTAL PRICE
IN FIGURES
$ Z L(L41
y , g z 3• j
ADD ALTERNATE NO. 5
TOTAL PRICE
��„ 11 LL.w�l -Gv1411 -'DLW + vv4 ti¢. -'D
IN WORDS
Ir
L PRICE
INTOTFI
$
ADD ALTERNATE NO. 6
TOTAL PRICE
{-1,�o tw�.Lyr I.^+,.Ky'l�+L.6
IN WORDS
VI'LAV" t(•Alr 41-D � 55 IQO
TOTFIGURES
INGUR S
$ ®%
ttt b�5. ys
ADD ALTERNATE NO. 7
TOTAL PRICE
INWORDS
[r /
!�.'X •I' k�}Ai, "n^cu �zr ,5eva - "RVL /iv&
TOTAL PRICE
IN FIGURES
$ p
TOTAL OF BASE BID AND
TOTAL PRICE
-f all to ) 111104 5-:g Il XD (9 re )
ALL ADD ALTERNATES
IN WORDS
td 'hlv.Q `),( . tey IOD _
C-21
DESIGNATION OF SUBCONTRACTORS
2013-14 ANNUAL OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -13-14-M0097
Project No. M0097
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$10,000'(whichever is.greater) of the prime contractor's total bid: DBE status, age of
fin -n, and annual gross receipts are required if subcontractor is participating as a DBE.
Subcontractorhal;(
DBE STATUS:
Dollar Value of Workg i Lo d/
A4 AVAaflccta P
Annual .GrossReceipts;
IQ -
Age of Firm: 3G
CertifyingAgency:
Annual Gross Receipts: [3MLL't-'
Location d Place Business
an
C ' f I�h, (A
DYot Vr CA
Description of Work
Description of Work
id Se�hyedule ligmtNeos.:
WWtt
Description of Work
(i&�Ji. 'g.$GTIt
9 Ht+ N
`Sty cry C, -o T� pe ll
4pµ.q
License No.
ie� 32
Exp. Date:
Phone l )
`/rl X34 )ZInS
Subcontractor DBE SIATUc.
lV'a,klPt kr14n-f %aC
Dollar Value of Work
2 77
P'"VVietta<,I
Age ofFirm: l .e-Uf Certif ineAgency.
Annual .GrossReceipts;
IQ -
Location and Place dT Business
Location and PlaceOf Business
C ' f I�h, (A
Bid Schedule Itcm Nos.:
Description of Work
Description of Work
,
'Z,'7`4 (bt.{.ot
(i&�Ji. 'g.$GTIt
<i r' 1L I Yi ' tf it 5
License No.
2 Q
4pµ.q
Phone
LicenseNo.
' i tlt.. t, (�
Exp. Dates /
Phone( )
ht - �w 3'
S 1 r/
Subcontractor - DgE STATUS:
or '(SAV tK+t.hc{ �1t.1.rv(ICIMrtS
Dollar Value of Work ill-
/
-1
Age 17Finn: )LO
Certifying A enc
Annual Gross Receipts: 15
Location and PlaceOf Business
C ' f I�h, (A
Bid Schedule Item
Description of Work
,
pNos.`ll,t,�fyyx{Q
13ts�l' i� h5 C' ,1rr to ��{
C 5l / rl wCI
<i r' 1L I Yi ' tf it 5
License No.
2 Q
I'xp. 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 -3a
DESIGNATION OF SUBCONTRACTORS
2013-14 ANNUAL OVERLAY & SLURRY SEAL PROGRAM
Bid No: ENG -13=14-M0097
Project No. M0097
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._
Subcon Tactor
Ttir c l po6 Crcut �(Ei l't
�BE STATUS:
y I li ..
Dollar Value of N ork
Annual Gross Receipts:
Dollar Value of Work * 7J k SZ' =
Age of Firm: q
Certifying Agency:
Bid Schedule Item Nos.:
Annual Gross Receipts: f D
Location and Place o Business
License No.
I
�tV�1tI1Rtl� CA
Bid Se edule Item Nos.:
Description of Work
tbe5e 31r•g6 IaP
T( rrC()G log 5
trill { £ wlyejtss setzser e cries
License No.
(zsli la
Exp. Date: / /
Phone
(�jSz �oZCP
Subcontractor
I
Age of Firm:
DBF STATI IS:
Certifying Agency:
Dollar Value of N ork
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
I
License No.
Exp. Date:
Phone ( )
Subcontractor
Age of Firm:
DBE SI ATUS:
Certifying- Agency:
Dollar Value of Work
Annual Gross Reccipts: j
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
I
License No.
Exp. Date: ! 1
Phone( )
Note: Bidders shall till 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 -3b
DESIGNATION OF SUBCONTRACTORS
2013-14 ANNUAL OVERLAY & SLURRY SEAL PROGRAM
Bid No. ENG -1344-M0097
Project No. M0097
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 $110,000 (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
Age of Firm:
DBE STATUS:
Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Description of Work
License No.
Bid Schedule Item Nos.:
Description of Work
License No.
Exp. Date:
Phone( )
Suharmtractor DB{, STATUS:
Age of Finn: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
License No.
Fxp. Date: 1
Phone ( )
Subcontractor
Age of Firm:
DBE STA RIS:
Certifying .Agent :
Dollar Value of Work
.Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos.:
Description of Work
License No.
F.xp. 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
REFERENCES
2013-14 Overlay and Slurry Seal Program
Bid No. ENG -13-14-M0097
Project No. M0097
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:
1. A Q tbk 5¢2 AiAAf Cj Vk�X Y u-';
\Irt..... -. AAA -.......d ll.......- I An --- .
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completes!
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
BIDDER intends to procure in�uranc,e bonds:
Aird tZ15V S6l��hwns t2t33 tG3v- t32`,
�c.� Wilshire Chl�tc�- sie.'LvioO lc���G�\�S Cly tiC�t=t
11U,6 F, Cn a-Vt u-aHamtw_ r 9 til!
7a -a f�rf�t 6 i 14.
Contractors s Nar e
C-4
/eNTlSKP/tIR!
GENERAL ENGINEERING
CONTRACTOA6
REFERENCE LIST
PAVING
Contract With: County of Ventura
Contact: Ariel Baraza (805) 654-2058
Brief Description: Cold Milling, AC Taper with Key, ARHM Overlay
Project: Pavement Resurfacing -Meiners Oaks Arca
Owner: County of Ventura
Contract Amount: $1,483,512.00
Completed: 4/2013
Contract With: Cit of Ventura
Contact: Ernie Ferrer (805) 677-3905
Brief Description: Cold Milling, ARHM Overlay, PCC Cross gutters, C&G: Sidewalk
Project: Street Resurfacing Phase ll) Fairview Drive Neighborhood
Owner: City of Ventura
Contract Amount: $532.144.00
Completed IP -013
Contract With: City of Ventura - 501 Poli Street, Ventura, CA 93001
Contact: Ernie Ferrer (805-677-3905)
Brief Description: Cold Mill, ARHM 5,900 tons, Concrete Pavement Repairs; Access Ramps
Project: Main Street Resurfacing
Owner: City of Ventura
Contract Amount: $1,500,877.00
Start Date: 1/2012
Completion: 10/2012
Contract With: City of Compton - 205 S. Willowbrook Ave., Compton, CA 90220
Contact: Kambiz Shoghi (310) 605-6242
Brief Description: AC Paving 4,000 tons, Cold Mill 190,000sf, Curb & Gutter and Sidewalk R&R
Project: Greenleaf Street Improvement Project
Owner: City of Compton
Contract Amount: $443;350.00
Start Date: 4/2012
Completion: 8/2012
Contract With: City of Simi Valley - 2929 Tapo Canyon Rd. Simi Valley Ca. 93063
Contact: Bob Krock
Brief Description: Grind, Conventional AC Overlay 11,000 tons, Asphalt digouts, Concrete Repairs
Project: FY 2009-10 Annual Minor Street Rehabilitation Project
Owner City of Simi Valley
Contract Amount: $1,643,666.00
Start. Date 7/2010
Completed i 2011
Contract With: United Water Conservation District -106 North 8th Street, Santa Paula, CA 93060
Contact:
Brief Description: Pulverize, Grade & Compact Roadway, AC Paving, Asphalt Overlay, Asphalt Swale and Shouldc
Project: Lake Piro Recreation Area 2011 Asphalt Pavement Repairs
Owner: United Water Conservation District
Contract Amount: $320,429.00
Start Date: 2/2011
Completion: 52011
Contract With: City of Burbank - 301 East Olive Street, Burbank, CA 9.1502
ContocL .(8 i n)-238-3946 .
Brief Description Asphalt paving 3,250 tons, R&R Concrete, Utility Adjustment
Project: Various Residential Street Improvement Project
Owner: City of Burbank
Contract Amount: $569,351.00
Start Date: 42011
Completion: 102011
Contract With: City of Oxnard - 305 W. Third Street, Oxnard, CA 93030
Contact: Raymond Williams (805)_385-7902
Brief Description: ARHM Overlay, Reconstruct Alleys, Concrete Repairs, Relace Waterline & Valves
Project: Bartolo Square South Phase 11
Owner: City of Oxnard
Contract Amount: $2,478,801.00
Stan Date: 32011
Completion: 32012
Contract With: County of Ventura - 800 South Victoria Ave., Ventura, CA 93009
Contact: Ariel Baraza (805) 654-2058
Brief Description: Pavement Rehab, R&R Curb and Sidewalk, ARHM Overlay, Shoulder Backing
Project: Pavement Rehabilitation Piru Area Phase I
Owner. County of Ventura
Contract Amount: $1,528,217.00
Start Date: 122010
Completion: 92011
Contract With: City of Burbank - 301 East Olive Street, Burbank, CA 91502
Contact: Adam Salehi (818) 238-3946
Brief Description: ARHM Paving 3,000 tons; R&R Curb & Gutter, Sidewalk, Ped. Ramps, Adjust Manholes
Project: Street Improvement Project
Owner: City of Burbank_
Contract Amount: $1,157,609.00
Start Date: 12/2010
Completion: 1/2012
Contract With: County of Ventura - 800 South Victoria Ave., Ventura, CA 93009
Contact: Jeewoong Kim (805) 654-2065
Brief Description:
Project: Pavement Rehabilitation, Tierra Rejada Rd., Del Norte Rd., Harbor Blvd.
Owner: County of Ventura
Contract Amount: $1,877,904.00
Start Date: 9/2010
Completion: 11/2011
Contract With: City of Simi Valley - 2929 Tape Canyon Rd. Simi Valley Ca. 93063
Contact: Faud Shamout
- Brief Description: Grind, ARHM Overlay 1,200 tons, Asphalt digouts, Conventional AC overlay
Project: FY 2009-10 Annual Major Street Rehabilitation Project
Owner: City of Simi Valley
Contract Amount: $401,852.00
Stan Datc: Sep -10
Completed
Contract With: City of Simi Valley - 2929 Tape Canyon Rd. Simi Valley Ca. 93063
Contact: Faud Shamout
Brief Description: Grind, ARHM Overlay 8,000 tons, minor concrete improvements
Project: Major Street Project
Owner:: City of Simi Valley
Contract Amount: $1,059,122.00
Start Date: Mar -10
Completed May -10
Contract With: City of Burbank - 301 East Olive Street, Burbank, Ca 91502
Contact: Adam
Brief Description: Grind. ARHM Overlay 12,000'fons, Major Concrete Remove & Replace
Project: Street Improvement Project Bid. No. 1218
Owner: City of Burbank
Contract Amount: $2,194,817.00
Start Date: 10/2009
Completed 512010
Contract With: City of Oxnard —305 W. Third Street Oxnard Ca. 93030
Contact: Raymond Williams #805-385-8051
Brief Description:
Project: Southwinds Neighborhood Resurfacing
Owner: City of Oxnard
Contract Amount: 51,981,000.00
Start Date:
Completed 72009
Contract With:.City of Oxnard —305 W. Third Street Oxnard Ca. 93030'
Contact: Raymond Williams #805-385-8051 -
Project Rose Park Resurfacing Project '
Owner: City of Oxnard
Contract Amount: $813,383.00
Start Dater
Completed: 6/2009
Contract With: County of Ventura — 800 S. Victoria Ave. Ventum, Ca. 93009-1600
Contact: Glenn Derosse0 — 805-654-2054 _
Project: Raymond St. Neighborhood Resurfacing
Owner: County of Ventura
Contract Amount: $676,305.75
Start Date: 922008
Completed 10/152008
Contract With: CityofSimi Valley - 2929 Tape Canyon Rd. Simi Valley Ca. 93063
Contact: Mansour Moradi - - - -
Project FY 2007-08 Minor. Street Overlay Project
Owner: City of Simi Valley
Contract Amount: $1,796,756.25
Start Date: 7/14/2008
Completed 8/302008
Contract With: City of Oxnard —305 W. Third Street Oxnard Ca. 93030
Contact: Raymond Williams #86-385-8051
Project: Carriage Square Resurfacing Project
Owner: City of Oxnard
Contract Amount: 52,295,964.50 -
Start Date: 5/192008
Completion Date: 71312008
Contract With: City of Oxnard —305 W. Third Street Oxnard Ca. 93030
Contact: Raymond Williams#805-385-8051
Project: Sea View Estates Resurfacing Project
Owner. City of Oxnard
Contract Amount: 51,834,000.00
Start Date: 4/142008
Completion Date: 6/132008
Contract With: City of Oxnard - 305 W. Third Street Oxnard Ca. 93030
Contact: Raymond Williams 405-385-8051
Project: Via Marina Street Resurfacing Project
Owner: City or Oxnard
Contract Amount: $2,951,000.00
Start Dotc: 12117/2007
Completion fate: 3/2&n -ON
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
2013-14 Overlay and Slurry Seal Program
Bid No. ENG -13-14-M0097
Project No. M0097
City of Santa Clarita, California
The bidder under, penalty of perjury, certified that except as noted below, he/she 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
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
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.
M0XG
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.
NONC
NOTE: Providing false information may result in criminal 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.
C-5
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
2013-14 Overlay and Slurry Seal Program
Bid No. ENG -13-14-M0097
Project No, M0097
City of Santa Clarita, California
This bidder 'oIla( , proposed subcontractor , hereby certifies
that he hasT� ,
participated in a previous contract or subcontract subject to the
equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has
has not YL65 filed with the Joint Reporting Committee, and Director of Office of Federal Contract
Compliance, a Federal Government contracting or administering AGENCY, or the former President's
Committee on Equal Employment Opportundy, all reports that are under the applicable filing
requirements.
Company: T rn
_ IS@S, inn.
By:
Title:@t1 sSl�ilt) �{"kStcier f
Date:txJ N i S 2PJ I r{
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
in41 CFR -60-1.5, (Generally, only contracts or subcontracts of $10,000 or under are exempt.)
Currently, 1he:Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports shouldnote that 41
CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits
areport 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.
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 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.
Bidder's Name: Torp EnteMdses. Inc.
Business Address: ZIUI E V21*Ara r6liveJ. 6XVVLfcj, C/A 12
Telephone No.:
State CONTRACTOR's License No. & Class:
Original Date: t 2- / 5L01qg Expiration Date: e 3j is
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:
SQAry (u YIt1lU_ ?i t`atdu (tGS} �tSiS
p.o. rte/ tr•zk� �v�.wc+�, e�� 731
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'
i\-Le)fq
C-7
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in
this proposal are as follows:
�JotAt�
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and
seals of all aforementioned principals this—%day,0 20 1`A
BIDDER:
Signature
Name and Title of
Lega! Name of Bidder
Address
-9'�- 6.35LOILQW3
Telephone Number Federal Tax I.D. No.
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER
MUST BE ATTACHED
dee, r,4 r,�+
Su
X37
(SEAL)
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT
State of: California
County of: Ventura
On _April 8, 2014 before me, Renee Cruz Notary Public
(name and title of the officer)
personally appeared Sean Castillo
who proved to me on the basis of satisfactory evidence to be the person 0 whose narreVisim
subscribed to the within instrument and acknowledged to me that hetsgeMiey-executed the same in
hisifirwA teir authorized capacity (i*, and that by hislhedtHeir signature(4 on the instrument the person(o,
or the entity upon behalf of which the persono 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.
RENEECRUZ
WITNESS m hand and official seal Commission # 2011344
y z ti Notary Public - California
z. Ventura County
My Comm. ExpiresApt6.2017
S�nattrre tary Pmtlilic
(Notary Seal
=_
-=OPTIONAL INFORMATION x� _
Information below is NOT required by law however may deter fraudulent removal of this form.
Description of Attached Document
Capacity Claimed by Signer(s)
Number of Pages 2
❑ Individuat(s)
Document Date: 4-7-14
ok Corporate Officer
President
Bidder's Information and Certification for Bid No,
m Partner
itle or type of c(ocument
Attorney -in -Fact
ENG -13.1440097; City of Santa Clarita
❑ Trustee(s)
❑ Other
Additional information
� /A
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 ten percent (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: 2013-14 Overlay and Slurry Seal Program
Bid No. ENG -13-14-M0097
Project No. M0097
Bidder's Signature
CONTRACTOR
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.
C-9
PROPOSAL GUARANTEE
BID BOND
2013-14 Overlay and Slurry Seal Program
Bid No. ENG -13-14-M0097
Project No. M0097
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that TORO ENTERPRISES, INC. , as BIDDER,
and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as SURETY, are held and
firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percent of Amount Bid
dollars ($ 2-mA o NSW ), which is ten percent (10%) of the total amount 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 severalty, 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
is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be
null and void, otherwise it shall remain in full force and effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their games, titles, hands, and seals, this
BIDDER:
7th day of _
TORO
and Title of Signatory
P.O. Box 6285, Oxnard, CA 93031 (805) 483-4515
Address
SURETY- TRAVELERS CASUALTY AND SURETY
One Tower
to this day of
20
NOTARY PUBLIC SEE ATTACHED JURAT
"Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and
telephone 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
CALIFORNIA JURAT
State of California
County of Los Angeles
Subscribed and sworn to (or affirmed) before me on this 7th day of
April, 2014 by Daravy Mady, proved to me on the basis of satisfactory evidence
to be the person(s) who appeared before me.
(seal) Signature �
c an; Notary Public
6 ALEMAN
,! COMM #1985713 z
Nolary Public • Celitorroa A
Los Angeles county o
M Cwnm. Lx re: Jul 21. 2016
POWER OF ATTORNEY
TRAVELERS -7b' Farmington Casualty Company St. Paul Memory 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 Fin and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 227584 Certificate No. 005780092
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Poul Fie 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 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 State 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 Mady, James
Ross, Misty Wright, and Nathan Vatnold
of the City of los Anveles , State of Califtimia , their true and lawful Atton ey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and =knowledge anytnd all bonds, recognirances, conditional undertakings and
other writings obligatory in the mature thereof on behalf of the Companies in then business of guamnteeidg the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required m pertained in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 29th
day of January 2014
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underrvrlters, Inc,
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
+ a 001) ft
11 19$1 iL .ere y'1. uYt�
State of Connecticut
City of Hanford as.
l�
Robert I. Raney, ram Vice President
On this the 29th day of January 2014 , before me personally appeared Robert L. Rancy, who acknowledged himself to
be the Senior Vice President of Farmingmn Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., 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, and United'States Fidelity and Gumamy Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing our behalf of the corporations by himself as a duly authorized officer.
„TET
In Witness Whereof, I bereunm set my hand and official seal.NpTNi
My Commission expires the 30th day of Joint, 7016. *s 'OUBI.IG t
'1,NEOt�.'S
58440-8-12 Printed in U.S.A.
1 \ aw"', C . t�c
C Marie C. Teucault, Nasry Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters. Inc., 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, 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 Via President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or my 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 seat with the
Company's seat bonds, recognizances, contracts of indemnity, and otter writings obfigatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Bound of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, my Via Chaimsn, my Executive Vice PMident, any Senior Vice President or any Via President may
delegate all or any part of the foregoing authority in one or more officers or employees of this Company, provided then 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, recognizmrce, or conditional undertaking
RW be valid and binding upon the Company when (a) signed by the president, any Vice Chairman, say Executive Via President, any Senior Via President or any Vice
President, say Second Vice President, the Treasurer, my Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorrays-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one of 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 Via President, any Via President,
my Assistant Vice President, my Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile marry 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 aaeating bonds
and undertakings and other writings obligatory in the nature thereof, and my such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and my 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 Fie 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 -States; Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a out and correct copy of the Power of Attorney executed by said Companies; whichiis in frill force and effect and has not been revoked.
IN TESTIMONY WHEREOF. I have hereunto act my hand and affixed the scnls of said Companies this -- day of
APR 07 2014
Kmn E Hughes A istan[ ScAtary
r,.ay.r N� �h wq rr W �arryn Y
i� , g T rFD , '^ p/O"''ve� 3 araoosa 3 wwrao. 9
�... i .+ l� a . r `ate.✓ 7 i A'' rid
20 _.
To verify the authenticity of this Power of Attorney, call 1-800-421.3$80 or contact us at www.usvelersbood.com. Please refer to the Attorney -In -Fact number, the
above-named individuals and the details of the bond to which the power is attached.
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT
State of: California
County of: Ventura
On _April 8, 2014 , before me, Renee Cruz Notary Public
(name and fitle of the officer)
personally appeared Sean Castillo
who proved to me on the basis of satisfactory evidence to be the person (whose name(} ish
subscribed to the within instrument and acknowledged to me that helshelthey executed the same in
hislherltheir authorized capacity (ies), and that by hisfte6khefr signature(,e)'on the instrument the personA ,
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 a .- Commission 2011344
sic' Notary Public - Calllornia n
L z 1° y Ventura County
Niy comm. Expires Apr 6 2017
Signature of N&arfi Public U
(Notary Seal)
—_ =OPTIONAL INFORMATION-
Information below is NOT required by law however may deter fraudulent removal of this form.
of Attached Document
Number of Pages 1
Document Date: 4-7-14
Bid Bond for Bid No. ENG -13-14-M0097;
We or type of document
City of Santa Clarita
Additional information
Capacity Claimed by Signers)
❑ Individual(s)
0�5 Corporate Officer
President
❑ Partner
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
I
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
2013-14 Overlay and Slurry Seal Program
Bid No. ENG -13-14-M0097
Project No. M0097
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.
C-11
NON -COLLUSION AFFIDAVIT
2013-14 Overlay and Slurry Seal Program
Bid No. ENG -13-14-M0097
Project No. M0097
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA }
COUNTY OF LOS ANGELES 3 §
""4
(sole being first duly sworn deposes and says that he is
the ast vi (sole owner, a partner, president, etc.) of
'fca EytiC(yY\ L- the party making the foregoing bid; that
such bid is note In he 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 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 informationor 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 have a partnership or other financial interest with said
BIDDER in his general business.
Bidder:
Signature
Title `j2CM (oEffi\10 , 'QcInkC�Ctft
Subscribed and sworn to efore me this day of '20—.
C-12
CALIFORNIA JURAT
State of : California
County of: Ventura
WITNESS my hand and official seal
Signature o rq Public
Subscribed and sworn to (c*+Aifawd) before me
this 8th day of April ,2014 by
Ov'. W.1h Y.,
(I) Sean Castillo
Name of Signer (s)
(2)
Name of Signer (s)
who proved tome on the b is of satisfactory
evidence to be the person(i) appeared -before
me
__
RENEE CRUZ
ra+m
Commission # 2011344
a �u Notary Public - California z
z Ventura County
My. Comm. Expires Apt 6. 2017'
(Notary Seal)
• =•OPTIONAL INFORMATIONS ANN,
Information below is NOT required by law however may deter fraudulent removal of this form.
Description of Attached Document
'`a°a" '
Capacity Claimed by Signers)
Number of Pages 1
❑, Individual(s)
Document Date: 4
pQ� Corporate Officer
President
❑ Partner
❑ Attorney -in -Fact
Non -Collusion Affidavit for Bid No. ENG -13-14
Title or type of document
❑ Trustee(s)
M0097; City of Santa Clarita
❑ Other
Additional information
BIDDER'S QUESTIONNAIRE
2013-14 Overlay and Slurry Seal Program
Bid No. ENG -13-14-M0097
Project No. M0097
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. G(Ab tint v hive 7
1. Submitted by: Telephone:
Principal Office Address:
2. Type of Firm:
Corporate•. Other:
Individual:
Partnership:
3a. If a corporation, answer these questions:
Date of Incorporation: State of Incorporation:
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
BIDDER'S QUESTIONNAIRE
(cont'd)
2013-14 Overlay and Slurry Seal Program
Bid No. ENG -13-14-M0097
Project No. M0097
City of Santa Clarita, California
Designate which are General or Managing Partners.
4. Name of person holding CONTRACTOR's license:
License number: Class: Expiration Date:
5. CONTRACTOR's. Representative:
Title'.
Alternate:
Title:
6. List the major construction projects your organization has in progress as of this date:
Owner: (A)
Project Location:
Type of Project:
(B)
C-14
CERTIFICATION OF NON -SEGREGATED FACILITIES
2013-14 Overlay and Slurry Seal Program
Bid No. ENG -13-14-M0097
Project No. M0097
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
CONTRACTOR certifies further that 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, underhiscontrol, where segregated facilities are maintained. The CONTRACTOR
agrees that 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 he will retain such
certifications in his files.
Tara Entemrises, inc
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. Vol. 33, No. 33 - Friday, February 16, 1968 — p. 3065).
C-15
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Contract 14-00156
2013-14 Overlay and Slurry Seal Program, M0097
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 II
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 12012
Page 1 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 Relationshio
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 Pap 2 of
employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of
liability for or on behalf of the CITY.
ARTICLE VIII
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:
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 any 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
agreement, City may cancel the Agreement immediately with no penalty.
Revised 1/2012 Pago 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
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 CON TRACTOR 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 112012 Page 4 of 7
Term
ARTICLE X
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 rights or remedies, unless
otherwise provided for herein.
Severability
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 I aw
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 Page 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.
Prevailine WaEes
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
www.dir.r,a.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at
the job site.
This contract issubjt 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 BE Signed By:
WITNESSED BY NOTARY
Print Name & Title:
CONTRACTOR's License No.
Class
CITY: Date:
Mayor/City Manager of the City of Santa Clarita
Attest: Date:
City Clerk of the City of Santa Clarita
Approved as to Form: Date:
City Attorney of the City of Santa Clarita
Revised W012
Page 7 of 7