Loading...
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