Loading...
HomeMy WebLinkAbout2015-05-26 - AGENDA REPORTS - OVERLAY/SLURRY PROJ M0102 SEAL (2)Agenda Item: 5 CITY OF SANTA CLARITA a) AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:iL�p DATE: May 26, 2015 SUBJECT: 2014-15 ANNUAL OVERLAY AND SLURRY SEAL PROGRAM, PROJECT M0102 - AWARD CONSTRUCTION CONTRACT FOR THE SLURRY SEAL PORTION DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the slurry seal portion of the 2014-15 Annual Overlay and Slurry Seal Program, Project M0102. 2. Award the construction contract to Intermountain Slurry Seal, Inc., in the amount of $1,241;004 and authorize a contingency in the amount of $124,101 for a total contract amount not to exceed $1,365,105. 3. Authorize an expenditure in the amount of $61,252 to Twining, Inc., for a professional services contract to provide for project inspection and materials testing. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Annual Slurry Seal project is an integral part of the City of Santa Clarita's (City) pavement management program. Each year, streets are evaluated and identified for the need of pavement preservation and preventative maintenance treatments. The 2014-15 project will seal cracks and coat the surface of streets in various areas of the City (see attached project street list). This treatment will provide a smoother ride for vehicles, enhance the appearance of the roadway and surrounding area, and extend the life of the roadway for a minimum of three years. This year's project is expected to begin construction in June 2015 and be completed by the end of August 2015. APPROYED 0 Page 1 Packet Pg. 47 0 An invitation to bid was prepared, published three times (March 14, March 15, and March 18, 2015), and posted on the City's website. Plans and specifications were also sent to area plan rooms. Bids were submitted to the City and opened by Purchasing on April 16, 2015. The results of the bids confirmed by the City are shown below: Company Location Bid Amount Intermountain Slurry Seal, Inc. Reno, NV $1,241,004.10 Pavement Coatings Jurupa Valley, CA $1,286,587.62 All American Asphalt Corona, CA $1,290,000.00 VSS International West Sacramento, CA $1,302,552.03 Staff recommends awarding the construction contract to the lowest responsive bidder, Intermountain Slurry Seal, Inc., who possesses a state contractors license and is in good standing with the State Contractors Board. The bid from Intermountain Slurry Seal, 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 surfacing ordered by the City. To ensure efficient and proper procedures in construction inspection and materials testing, costs for these services were anticipated and identified in the original budget, and a request for proposal (RFP) was sent to five qualified engineering firms. The RFP asked firms to identify their relevant experience in similar projects and demonstrate their approach to this project. The City received proposals from four firms by April 15, 2015. City Staff reviewed the proposals and based on their evaluations scored the firms on a scale of 100 possible points. Rank Company Score Location ProposalAmount I Twining, Inc 93 Ventura, CA $61,252.00 2 NV5 West, Inc. 92.5 Ventura, CA $60,539.00 3 Pavement Engineering, Inc. 92 San Luis Obispo, CA $62,826.00 4 California Testing Inspection 61.75 Los Angeles, CA $62,870.00 The scoring system was based on the following: recent experience in similar projects, qualification of team and resources, understanding of key development items, quality of proposal and proposed services in relation to the projects scope, scheduling and availability, and references. Based on the City's evaluation process, staff recommends awarding the construction inspection and materials testing services contract to Twining, Inc., in an amount not to exceed $61,252. Twining's proposal rating is a reflection of their experience with similar projects within the City and due diligence during the preparation of their proposal. California Government Code 4526 prescribes selection of architectural and engineering services to be based on demonstrated competence and professional qualification necessary for the Page 2 PacketPg.48 satisfactory performance of the services required and does not authorize the selection of professional architectural and engineering services based on cost. From the project budget, $114,000 will be used for construction management, materials testing, inspection, survey, labor compliance, staff oversight, and miscellaneous project administration costs. Slurry Seal and Overlay Program cost breakdown: Slurry Seal Portion $1,540,357.00 Overlay Portion (To be awarded under separate agenda report) $8,186,464.00 Total Awarded 9.726.821.00 ALTERNATIVE ACTION Other action as determined by the City Council FISCAL IMPACT Funding for the 2014-15 Overlay and Slurry Seal Program was appropriated via the Fiscal Year 2014-15 budget process. Adequate funds exist in expenditure accounts M0102230-5161.001 (Gas Tax), M0102233-5161.001 (Transportation Development Act, Article 8), and M0102264- 5161.001 (Measure R Local Return) to award both the slurry seal contract in an amount not to exceed $1,365,105 including contingency and the overlay contract, which is being awarded via a separate agenda report. Appropriated funds will provide for all anticipated project costs. ATTACHMENTS Project Street List Contract for Intermountain Slurry Seal, Inc. (available in the City Clerk's Reading File) 0 Page 3 Packet Pg. 49 5.a Pavement Engineering Inc. City of Santa Clarita L // You can ride on our reputation 2014-2015 Annual Slurry Seal Project, M0102B PEI Project No. 140223-01 2/24/2015 PROJECT STREET LIST FA Biid�� Arte' rials ' Street Name Begin Location End Location Copper Hill Drive McBean Parkway Seco Canyon Road Street Name Beam Location Fnd I ..-.firm FURNIVALL AV SOLEDAD ST 0320 FT NORTH OF SANTA CLARA ST RUETHER AV SOLEDAD CANYON RD (SANTA CLARA ST SANTA CLARA ST RUETHER AV FURNIVALL AVE SOLEDAD ST IRUETHER AV IFURNIVALL AVE C28 Street Name Renin I ncatinn Fnd 1 nrnen.. LOST CANYON ROAD (SAND CANYON SEND OF PUBLIC MAINT RD ILA VEDA AV IS END I LOST CANYON RD COLHARY CT S END LOST CANYON RD Street Name Renin 1 nreann ADEN AV TOLD ADEN AV IS END CLEARDALE STREETQUIGLEY CANYON END OF PAVEMENT MEADVIEW AV PLACERITA CANYON RD I OAK ORCHARD RD PLACERITA CANYON RD 12THST ICASTAV PLACERITOS BL 12TH ST AST END EAST= QUIGLEY CANYON RD PLACERITOS BL CLEARDALE ST Page 1 of 2 Packet Pg. 50 S.a Pavement Engineering Inc. ALTERNATES l U You can ride on our reputation C34 Street Name Beain Location Fnd I BENTLEY MANOR PL (MEDLEY RIDGE DR IEND BIRKEWOOD CT MEDLEY RIDGE DR END CLOVERHURST PL NORTH END SOUTH END CROSS GATE CT BENTLY MANOR PL JEND FI ELDWOOD CT MEDLEY RIDGE DR END GAYLEMONT WY FIELDWOOD CT I CLOVERHURST PL GLADESWORTH LN POPLAR POINT LN I MEDLEY RIDGE DR INNSBRUCK POINT CT MEDLEY RIDGE DR END MARLEWOOD POINT CT POPLAR POINT LN END MEDLEY RIDGE DR LOST CANYON RD LOST CANYON RD POPLAR POINT LN EAST END - FIELDWOOD CT S21 Street Name Beain Location End I nnatmn ALTAIR LN IGARNET CANYON DR I DISCOVERY RIDGE DR CELESTIAL LN DISCOVERY RIDGE DR JEND EVENING STAR CT DISCOVERY RIDGE DR END GARNET CANYON DR NORTH END CYPRESS DR MOON DUST CT GARNET CANYON DR END MORNING STAR WY DISCOVERY RI�DR END ORION LN END ALTAIR LN STARFALL WY END ALTAIR LN SUMMER BREEZE CT SEND DISCOVERY RIDGE DR WIND FLOWER PL ILNU I DISCOVERY RIDGE DR street Name Begin Location End Location AVENIDA FRASCA (VIA BARRA INORTH END VIA BARRA JAVENIDA FRASCA VIA PALACIO VIA RANA JAVENIDA FRASCA N END Page 2 or 2 Packet Pg. 51 CAPITAL IMPROVEMENT PROJECT AGREEMENT 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-MO102B Project No. M0102B 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 INTERMOUNTAIN SLURRY SEAL, 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 famish 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. Revised 12012 Page I of 7 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. ARTICLE V City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VII Nature of Relationship CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations Revised 1/2012 Page 2 of 7 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 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. Revised I20I2 Page 3 of 7 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 such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this agreement, City may cancel the Agreement immediately with no penalty. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Further -more, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, inure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Revised 112012 Page 4 of'7 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. ARTICLE X Term This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless sooner terminated. Modification/Termination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such 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 Law Revised 112012 Page 5 of 7 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. 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.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Revised 1/2012 Page 6 of 7 Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 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 he 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 CITY: Attest: Approved as to Form: Print Name & CONTRACTOR's License No. Class Mayor/City Manager of the City of Santa Clarita City Clerk of the City of Santa Clarita City Attorney of the City of Santa Clarita Date: Date: Date: Revised 1/2012 Page 7of7 THE CITY OF SANTA CLARITA CONTRACT DOCUMENTS AND SPECIAL PROVISIONS For 2014-15 Annual Slurry Seal Project, Bid No. ENG-14-15-MO102B Project No. M0102 B City of Santa Clarita, California For use in combination with Part 1, "General Provisions," of the Standard Specifications for Public Works Construction, 2012 Edition, the Labor Surcharge and Equipment Rates in effect on the date the work is accomplished. Special provisions supplement and amend the State of California Department of Transportation Standard Specifications and Standard Plans dated May 2009. Prepared by: Pavement Engineering, Inc. Bid Opening: April 16. 2015 at 11:00 am ADDENDUM NO. 1 2014-15 ANNUAL SLURRY SEAL PROJECT Bid No. ENG-14-15-MO102B Project No. M0102B City of Santa Clarita, California April 13, 2015 This Addendum consists of 3 pages (AD01-1 through AD01-3), 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: 1. Bid Schedules — Base Bid, Alternates A, B and C: Delete Base Bid Schedule and replace with the attached Base Bid Schedule. The aggregate for all Double Fiberized Micro Surface, Fiberized Micro Surfacing, Crack Seal & Slurry Seal (Type II) shall be black rock. 2. Specifications Changes: Modify the text on the following sheets and sections as described: Sheet No. E 1 - Section 1 Terms, Definitions, Abbreviations, and Symbols. Add CASQA—California Stormwater Quality Association. Sheet No. E 10 — Section 2-5.3 Submittals. Submittals shall be sent in Attention to: Frank J. Lujan. Section 2-5.3.3 Additional Shop Drawings and/or Submittals. Delete Asphalt Rubber Mix Designs. Add Fiberized Micro Surfacing with Black Rock Mix Designs and Slurry Seal (Type II) with Black Rock Mix Designs. Sheet No. E 15 — Section 3-3.3 Daily Reports by Contractor. Add the following: The daily report shall also be submitted on EADOC each day. Sheet No. E 23 — Section 6-9 Liquidated Damages. Delete paragraph 1 and replace with the following: Liquidated damages forfailure of the CONTRACTOR to complete theworkwithin the time allowed are hereby amended to be two thousand five hundred dollars ($2,500.00) per day. Sheet No. E 27 — Section 7-8.1b Clean Up and Dust Control. Delete Pollution Prevention and replace with Best Management Practices. Delete SWPPP and replace with BMP. Sheet No. E 28 — Section 7-8.1.1 Dust Control. Delete and replace with the attached Section 7- 8.1.1. Sheet No. E 32 — Section 7-8.6 Water Pollution Control. Delete and replace the attached Section 7- 8.6. Sheet No. E 47 —Section 7-10.4.3 Special Hazardous Substances and Processes. Delete sentence 2, paragraph 2 and paragraphs 3-6. Sheet No. F 4 — Section F2-2.2 Traffic Control Plan. Delete sentence 1 and replace with the following: The detailed traffic maintenance and control plan must be approved by the City Traffic AD01-1 Engineer Add to Sections F2-4.1.5 Aggregate, F2-5.2 Materials, and F2-6.1.5 Aggregate: Aggregate shall be 100% crushed with no rounded particles, volcanic in origin and black in color, as supplied by George Reed, Table Mountain, Sonora, CA or Equal. Concrete. Delete and Add CLEARING AND GRUBBING GENERAL Clearing and Grubbing shall conform with Section 300-1 "Clearing and Grubbing" of the Standard Specifications. Clearing and Grubbing shall only apply to San Francisquito Canyon Road. Trees and shrubbery shall be trimmed in a workmanlike manner. PAYMENT Payment for Clearing and Grubbing shall be included in the unit price for "Sawcut & Remove Existing AC & Install 6" AC Plug to Widen Shoulder" and no additional compensation shall be provided therefor. NOTICE INVITING BIDS — Add the following Note: This bid is subject to SB 854. INSTRUCTIONS TO BIDDERS —Add the following: NOTICE REQUIREMENTS • January 1, 2015: All bid documents must include the following information: • No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. • No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. • This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. DESIGNATION OF SUBCONTRACTORS — Add the following Note: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. AD01 - 2 3. Plans: Add Striping Standard Plans 014-1, 016-1, and 016-2, attached. Add San Francisquito Canyon Road at Copper Hill Drive Striping Plan, Lane Widths and Paving Plan, and Typical Section, attached. Site Plan — Sheet 1 of 16 - Add the note: "Traffic control plans shall be signed and stamped by a registered Professional Engineer (civil or traffic) licensed to practice in the State of California". All references to Double Fiberized Micro Surface, Fiberized Micro Surfacing, and Crack Seal & Slurry Seal (Type II) shall have Black Rock for the aggregate. Attachments: Base Bid Schedule — (2 Sheets) Special Provisions — General (6 Sheets) Special Provisions — Technical (5 Sheets) Striping Standard Plans, (5 Sheets) San Francisquito Cyn Rd @ Copper Hill Dr Lane Widths and Paving Plan (1Sheet) San Francisquito Cyn Rd @ Copper Hill Dr Typical Section (1Sheet) San Francisquito Cyn Rd @ Copper Hill Dr Striping Plan (1Sheet) Robert .Newman Director of Building & Engineering, City of Santa Clarita BIDDER'S CERTIFICATE acknowledge receipt of this Addendum No. 1 and accept the aforementioned conditions. ` ,2015 Dat 18iddei's Signature THIS DOCUMENT TO BE SUBMITTED WITH BID End of Addendum AD01 - 3 SECTION C: PROPOSAL SECTION C: PROPOSAL FOR 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-MO102B Project No. M0102 B City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. If is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. Company Name: Intermountain Slurry Seal, Inc Company Address: 1005 Terminal Way Suite 220 Reno, NV 89502 By;rirsr�8 f� Prik Name 11 Title: nf.�• /�/4nc c.f Signature: i Date: April 16. 2015 C-1 BID SCHEDULE 2014-15 ANNUAL SLURRY SEAL PROJECT Bid No. ENG-14-15-MO102B Project No. M0102B BIDDER: ln�r�mOudrtisr/za.». r �r.c�. �*ic. BASE BID - VARIOUS STREETS ITEM BID ITEMS TOTAL UNIT PAY UNIT *TOTAL NO. QNTY REF. PRICE COST 1 Mobilization Bands &Insurance 1 LS F2-1 2 Traffic Control 1 LS F2-2.7 Tt3le 3 Storm Water Pollution Control Program 1 1 LS E7-8.6.4 Double Fiberized Micro Surface w/ Black 4 Rock 2,806 TN F2-4.10 6-0 "2 5 Fiberized Micro Surfacing w/ Black Rock 140 TN F2-6.10 5-0 • t'. poo - V V 6 AC D2 PG 64-10 412 TN 172-9.4 `j%� /�0,171y,0u 7 Di out or Remove & Replace 4" AC 40,301 SF F2-11.4 ,O 3 ' ._ 3 is 12q 93 • ,- b' o !rt ov, moo. 8 Skin Patch / AC Fill 200 SF F2-9.4 9 Shoulder Backing5,621 LF F2-12.4 a I /q, oS.Z, y -u 10 Lower Manhole Covers 1 EA F2-14.3 75 'v 75a' cp_ 11 Lower Water Gas Valve Covers 4 EA 172-14.3 2 35-• �,, l yo,°— 12 Adjust Manhole Covers to Finish Grade 6 EA F2-14.3 t, Sa- ��. 3 goo ' Adjust Utility Cover / Vault / Well to Finish /ova, v. 3200' — 13 Grade 2 EA 172-14.3 Adjust Survey Monument Cover to Finish -75 9,n^ 14 Grade 5 EA F2-14.3 15 Install. Blue RPM's Q Fire Hydrant 32 EA F2-15.3 /01 VJ 3?� 3f o� 16 12" White Crosswalk / Limit Line Thermo 1,700 LF F2-15.3 Z . � 3 g IS", Z• 3f a 17 12" Yellow Crosswalk Line Thermo 748 LF F2-15,3. 17 S-?, 18 Yellow Continental Crosswalk Thermo 2 EA I F2-15.3 47D a. 11 ya C -2a N BASE BID — VARIOUS STREETS ITEM BID ITEMS TOTAL UNIT PAY UNIT 'TOTAL NO. QNTY REF. PRICE COST 0-30 'Sre 1. '1 19 Striping Detail # 12 Thermo & Markers 1,873 LF F2-15.3 0 tL A?9`/• 4a 20 Striping Detail #21 Thermo 3,493 LF 172-15.3 �' t n y^17 21 Striping Detail # 22 Thermo & Markers 3,116 LF F2-15.3 _7 1103 22 Striping Detail # 24 Thermo 3,258 LF F2-15.3 23 Striping Detail # 27B Thermo 10,014 LF F2-15.3 24 Striping Detail # 29 Thermo & Markers 1,410 LF F2-15.3 O IS 25 SUi in Detail # 38A Thermo & Markers 6,244 LF F2-15.3 26 "STOP"Legend Thermo 11 EA 172-15.3 /5-V I& SV - 2� qw, vu 27 "SIGNAL" Legend Thermo 2 EA I F2-15.3 28 "BUMP"Legend Thermo 2 EA F2-15.3 , 3cp` i !•jw �`�, u� 29 "AHEAD" Legend(Thermo) 2 EA 172-15.3 30 "RXR" Legend Thermo 1 EA F2-15.3 31 Arrow Type IV L I R hermo 36 EA F2-15.3 `'V 32 Arrow Type VIL/R Thermo 2 EA F2-15.3 33 Arrow Tvpe VIII Thermo 4 EA 172-15.3 ?, u✓ / o 34 Striping Detail #40(Thermo) 75 LF F2-15.3 Sawcut & Remove Existing AC & Install 6° 35 AC Plug to Widen Shoulder 594 SF F2-11.4 TOTAL BASE BID TOTAL AMOUNT IN FIGURES: t V&:2{ BASE BID TOTAL AMOUNT IN WORDS: /U4,Le ii4UddgZ S 151(, ;2 rA tZo _4/X lu�r(L "NOTE: In case of error in extension of price into the total price column, the unit price will govern. C-2b�✓�� BID SCHEDULE 2014-15 ANNUAL SLURRY SEAL PROJECT Bid No. ENG-14-15-MO102B Project No. M0102B BIDDER: Intermountain Slurry Seal Inc. Ann Al TFRNATF A _ NFIGHRORHOOn C34 [VARIOUS STREETS) ITEM BID ITEMS TOTAL UNIT PAY UNIT 'TOTAL NO. ONTY REF. PRICE COST 9.7,4.5 • yq A-1 Mobilization Bonds & Insurance 1 LS F2-1 A-2 Traffic Control 1 LS F2-2.7 93 Sq 7, y7 A-3 I Storm Water Pollution Control Program 1 LS I E7-8.6.4 I JSV 3o, 7-5-Y A-4 Crack Seal & Slurry Seal (Type II 205 TN F2-5.4 A-5 Install Blue RPM's @ Fire Hydrant 13 EA F2-15.3 A-6 12" White Crosswalk / Limit Line Thermo 113 LF F2.15.3 2 ' 3 S S. gS 40 434 ' o A-7 Strivina Detail # 21(Thermo) 545 1 LF F2-15.3 A-8 Striping Detail # 28 Thermo 220 LF F2-15.3 ^Ivo �' 3� A-9 Striping Detail # 38A Thermo 81 LF F2-15.3 0' 9LO ?2 • if' A-10 "STOP" Legend Thermo 8 EA F2-15.3 �' "' O0 �� A-11 "AHEAD" Legend Thermo 2 EA F2-15.3 t ��,lid A-12 Arrow T e IV L / R TOTAL ALTERNATE A TOTAL AMOUNT IN FIGURES: & l/61 7(0 9 - 3 S 47iP luraGe-t1.� +�'n->�'awse.�.l, �'•r-n - ALTERNATE A TOTAL AMOUNT IN WORDS: [wc: jtPn PFLo. r �t ti -h/ %r "NOTE: In case of error in extension of price into the total price column, the unit price will govern. 4, .f . C -2c BID SCHEDULE 2014-15 ANNUAL SLURRY SEAL PROJECT Bid No. ENG-14-15-MO102B Project No. M0102B BIDDER: Intermountain Slurry Seal, Inc. ADD ALTERNATE B — NEIGHBORHOOD S21 (VARIOUS STREETS) ITEM TOTAL UNIT "TOTAL NO. BID ITEMS ONTY UNIT REF. REF. PRICE COST B-1 Mobilization Bonds & Insurance 1 LS F2-1 _ °02 0 t4c. • " B-2 Traffic Control 1 LS 172-2.7 $%t 451:910. B-3 Storm Water Pollution Control Program 1 1 LS E7-8.6.4 /Q7 31 7 YO B-4 Crack Seal & Slurry Seal (Type II 220 TN F2-5.4 � B-5 Install Blue RPM's @ Fire Hydrant 10 EA F2-15.3 /o �� / m� • "� B-6 12" White Crosswalk / Limit Line Thermo 40 LF F2-15.3 G 7,,ru 13 V9 pu B-7 Yellow Continental Crosswalk Thermo 2 EA F2-15.3 o J B-8 Striping Detail # 21 Thermo 250 LF F2-15.3 'Z"" Yu 110 �y B-9 Striping Detail 27B Thermo 275 LF F2-15.3 15D � .9 SV ` VJ B-10 "STOP" Le end Thermo 3 EA F2-15.3 I$1� oe 3 B-11 "XING" Le end Thermo 2 EA F2-15.3 3 w B-12 "SLOW" L2gencl Thermo 2 EA F2-15.3 SV "' Svo B-13 "SCHOOL" Le end Thermo 2 EA F2-15.3 TOTAL ALTERNATE B TOTAL AMOUNT IN FIGURES: ALTERNATE B TOTAL AMOUNT IN WORDS: /,ijNw �4v Sikr Spv�o. 0/1 `NOTE: In case of error in extension of price into the total price column, the unit price will govern. .rNp 7 OW,,. -O N 1-s ( C -2d BID SCHEDULE 2014-15 ANNUAL SLURRY SEAL PROJECT Bid No. ENG-14-15-MO102B Project No. M0102B BIDDER: Intermountain Slurry Seal, Inc. ADD ALTERNATE C — NEIGHBORHOOD VS24 (VARIOUS STREETS) ITEM BID ITEMS TOTAL UNIT PAY UNIT *TOTAL NO. ONTY REF. PRICE COST C-1 Mobilization, Bonds & Insurance 1 LS F2-1 Zo IQ 0' �— C-2 Traffic Control 1 LS F2-2.7 C-3 Storm Water Pollution Control Program 1 LS E7-8.6.4° c J 173�u C-4 Crack Seal & Slurry Seal (Type II 96 TN F2-5.4/ +� C-5 Install Blue RPM'S @ Fire Hydrant 8 EA F2-15.3 /v- ' 80 2'3S m 390- C-6 12" White Crosswalk / Limit Line Thermo 166 LF F2-15.3 �5'P 3 C-7 I "STOP" Le end Thermo 2 EA F2-15.3 TOTAL ALTERNATE C TOTAL AMOUNT IN FIGURES: --') q O 4 ` r, a ALTERNATE C TOTAL AMOUNT IN WORDS: Se e,, its o %��ac. +/ iae {wroL •��, s( ,,A,/ 4eN L.01-15 /lav s 'NOTE: In case of error in extension of price into the total price column, the unit price will govern. C -2e BID SCHEDULE 2014-15 ANNUAL SLURRY SEAL PROJECT Bid No. ENG-14-15-MO102B Project No. M0102B RinnFR, Infarmnuntnin Slurry Seal Inc_ BID SUMMARY TOTAL PRICE IN FIGURES $ q J I 1 [C v4J BASE BIDyyyy �� k �ji/k°1tk.�L/n�.1 S�"� TOTAL PRICE IN WORDS, TOTAL PRICE IN FIGURES $ / 10, 7G 9 - f ADD ALTERNATE A GHt ` 7"H TOTAL PRICE INWORDS K L�4rt1F'S, TOTAL PRICE.70-0O IN FIGURES O $ Cf 4 / ADD ALTERNATE B TOTAL PRICE IN WORDS ah N'� 4k7�1 TOTAL PRICE $ (p to IN FIGURES ADD ALTERNATE C TOTAL PRICE INWORDS �,� )C �� 4/•CI "Ae" TOTAL PRICE ( �� $ 74 j o 0 IN FIGURES , , TOTAL OF BASE BID AND �i .++; / /D•*w o m�J e ALL ADD ALTERNATES TOTAL PRICE IN WORDS 'r sh G '40 //w t K 4 /to Ge A qts C -2f w 1-4 %"�o `111^J DESIGNATION OF SUBCONTRACTORS 201415 Annual Slurry Seal Project Bid No. ENG-1415-M0102B Project No. M0102 B City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work, labor, or render service in excess of half of one percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm, and annual gross receipts are required if subcontractor is participating as a DBE. Subcontractor Ar .,yre DBE STATUS: Dollar Value of Work A e of Firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business //S/rt 8^A',Wg. SAH Ya wz Bid Schedule Item Nos.: /Sr -31F Description of Work */t 8s 9i; cs-rte License No.4� / Exp. Date l l Phone ( ) Bid Schedule Item Nos.: Description of Work 2/g - Rai/ - /Y Subcontractor,76ro 6r�/ DBE STATUS: Dollar Value of Work Dollar Value of Work Age of Firm: Certifying enc : Age of Firm: Annual Gross Receipts: Location and Place of Business Location andPlace of Business /-20. j? 11( Jf297. " (0CAa.ti/ e.14,13o3( / Bid Schedule Item Nos.: Description of Work Bid Sqtedgle te -y os.: Pc Description of Work '/ y Ma License No. Exp. Date: / / Phone 10)r, 7�oS8of� oJ`- yp; Subcontractor Puh,4,,,, ,V e. ek DBE STATUS: Dollar Value of Work Age of Firm: Certifying A enc : Annual Gross Receipts: Location andPlace of Business - / Bid Sqtedgle te -y os.: Pc Description of Work '/ y ehach License No. Exp. Date: I Phone ( ) Q2h /S_ 7/S Sy3 S/9z 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. :�&M DESIGNATION OF SUBCONTRACTORS 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-M0102B Project No. M0102 B 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. Gross Subcontractor Age of Firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / ! Phone ( ) Subcontractor Age of Firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / Phone ( ) Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract documents. C -3b DESIGNATION OF SUBCONTRACTORS 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-M0102B Project No. M0102 B City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work, labor, or render service in excess of half of one percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm, and annual gross receipts are required if subcontractor is participating as a DBE. Subcontractor Age of Firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor Age of. Firm: DBE. STATUS: Certifying Agency; Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / 1 Phone ( ) Subcontractor Age. of Firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos.: Description of Work License No. Exp. Date: / / Phone ( ) Note: Bidders shall fill out the subcontractor's list in its entirety. The total dollar value of work to be performed by subcontractors shall be in conformance with Section 2-3 "Subcontracts" of the Special Provisions in these contract documents. C -3c 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-M0102B Project No. M0102 B 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: Al—Completed Jobs Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: See Appendix B1 List of Surety gencies Intermountain Slurry Seal, Inc. Contractors Name C-4 TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-M0102B Project No. M0102 B 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. None 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. None 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 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-MO102B Project No. M0102 B City of Santa Clarita, California This bidder intermountain Slurry Seal Inc. , proposed subcontractor hereby certifies that he has has not , 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 X has not , 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 Opportunity, all reports that are under the applicable filing requirements. Company: Intermounta in Slurry Seal. Inc By: �✓ f. Title: Date: _„-Aprj116 2015 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) is the 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 should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. C-6 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life 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. Bidders Name: Intprmallintain Sluay S,.1 Ina Business Address: 1005 Terminal Way, Suite 220 Reno, NV 89502 Telephone No.: (775)358-1355 State CONTRACTOR's License No. & Class: 462443 Original Dater September 6 1984 Expiration Date: 01/31/2016 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: See Appendix C1 ... List of Officers 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: None Ca All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: See Appendix D1 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this --<--74--day of � 20� BIDDER: 4 - Signature / n l lr�Ylr G Cf s5 17J Name and Title of Signatory termountain SI Name of Bidder 1005 Terminal Way Suite 220 Reno, NV 89502 Address t775)358-1355 87-0307259 Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subsa Notary -- jr JOSE SANTIAGO VEGA, () COMM. # 24aa628 HOTMYFUBIIC-CW.IFORNIA d SACRAfAF..tiTOCIFORN � CGMM. F3PIRES WV 22016' C-8 (SEAL) 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: 2014-15 Annual Overlay Program Bid No. ENG-14-15-M0102A Project No. M0102 A 1005 Terminal Way, Suite 220 Address Reno, NV 89502 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 2014-15 Annual Overlay Project Bid No. ENG-14-15-MO102A Project No. M0102 A City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that Intermountain Slurry Seat, Inc. , as BIDDER, and Federal Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of ten Percent of the total bid amount 0181 (S 10% ), 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 severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract 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 names, titles, hands, and seals, this BIDDER: 6th day of April 2015 Name and Title of Signatory SURETY- Federal Insurance Company! 15 Mountain View Road, Warren, NJ 07059 / 908.903.3451 Subscribed and sworn to this day of 20_ "PLEASE SEE ATTACHED JURAT" NOTARY (SEAL) `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 Department's most current list Circular 570, as amended and be authorized to transact business in the State where the project is located. C-10 A nnlary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF SANTA CRUZ JURAT Subscribed and sworn to (or affirmed) before me on this 6th day of A Stinson 2015 proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. SCHUM Clumulaalail #2087929 Hawy Pub& • Ca otnla Santa due County 0428 2818 Signature of Notary Mblic V. Schultz Chubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 1S Mountain View Road r ATTORNEY Pack Indemnity Company Warren, NJ 07058 Know All by These Presents, That FEDERAL INSURANCE COMPANY an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMI3ANY. a Wisconsincnrparation, do each hereby constitute and appoint Jigisha Dealer, John D. Gilliland, Catherine Gustanon, Kathleen S6mreckeraRart, A=hey Stinson and Lillian Tse of each as their that antl lawful Atony- In. Fad to ereCule urrdsr such destnton in disk names ant to me thea Corporele Hale to and deliver for and on their behat as Surety, thereon or othervdH, bonds sod Undertakings OW oakr "Age 06621110(v in the nature thereof linear Yuen ball bonds) stash or executed in the Course or business on Behan GRANITE CONSTRUCTION INCORPORATED and all Subsidiaries reform, or in Joint venture n princsol, In uannadion with bids, proposals Of oomraCIS to Of and; Are United SWABS of A+rmrka, any Ste# o pohhol wbdWelue thereof to any person, Arm of corpoaetm. And the esetr tkn of suds bid or obligation by such Atuuney- ids- Fad in 1110 ComperlvS name end on its behalf as surely thereon or olhwatse, under ds oorpteete MBI. in PuRaml, of the authoty hereby wMarrud $1011. upon deevery, theme; be veld SAO Wholes upon this Company. in Witness Whereof, sok FEDERAL INSURANCE COMPANY. MLANT INgURANCE CgMPANY, and PACIFIC INDEMNITY COMPANY ted mase Pmaenls arM aAlaed�mei�oxpo�rero a'eaia on this 18 day ar July, 2tt14. -- i sawn M. C110Na, Assistant StdCtiry, _Narisomis . Jr.. VIM PheoldAt STATE OF NEW JERSEY $6. County of Somerset On this 18t' day of July, 2014 before BIC a Notary Pubic Of NOW Jersey. personalty orme Dawn M. Chlwoa. or nm Anson to be Assistant Seraetery of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed ma fxsgokhg Fusion Of Aton*Y, and t* said Dawn M. CNonra, bevy by nee duly swum, did demo and say seat she Is Assistant Sedetary IN FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY And kMrvs the oerpai re seal$ MmreaC that the seals asaad to the emotions Poaro of AOXMYare Such mrporalo Sears sod were #Were affixed by ste liy M the By- !&suit M sold CWf"rdEs: and that the signed said Power of Atlmnsy as Assistant SOCTetaryof said Con"rfts If Mike aus*ttty, and sal she i6 Odtwakited Wth David D. Monte, Jr., and knanhimlo be Vka President of sake Companies; and Marina eipnature of David a. Nnrrk, Jc. subsalbed to ask Power a(Attomey U kir tit gemar* harxAVMing o Dank B. Morris. Jr . and wax Ihenda mibsamed by Sut*My M Said ey. taws and in en" presence. KATHERINE J. ADEIAAR Notarial sol NOTARY PUBLIC OF NEW JERSEY �oTARr N0.231MW ..e.e COMMk lm Eakin a July 16, Milli pUBL1C Notary Pubik CERTIFICATION Extract from INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, antl PACIFIC INDEMMY COMPANY: 'All POw4ro of attorney for and Be, behalf of the Company may and $hall be executed In me namo std on @elan of the Company, bill*( by to CtIM- Mn of ma Preskent err a Vasa Presdend or an Assrstard WOO President, JdrNy Wen the Saadary o an Assistant Sooefary, under mar reNaosim derilim a Tref The siansfune of such oKicam may be en n SL printed V Re"nophed. The sonature of Both of the fotarinp offiwos Chairman. President. any Vice PMSWW. ant ASSalant Vide President ant Saaebary. any Assistant Secretary and the Mal of %a coapeery may Be $flow try faaimile to any pOwar of attorney tab any 011111114010 stunts Ronnie appoinkng Aa6Ntont Secretarial; or Adomays- is Fad fa WhPOSIM Only of Ontallno and atealna bonds and undenaktrgs ane other wdtigs Busse" m one nature thereof. and any such power of Marmot, or mWtt bearing Bush rdia"O signal or lsbimile $set $net be veld and binding upon to Company and any such power so execuleo and o iffied by tach raaalnk* sienebxe arra lamlmae heal Shall be vMp aro binding upon the Company with rail M any bond or urderlaking to whidr s is adachad." I. Dawn M CtIOTS, Alla runt Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY Pe 'Compadn) do hereby tertythal III the "oing extract Mme By. Laws of me Companies Is true end hardest, gg the Companies arc dutyI'aensed we aue*dead to baimu euraty b Shits In an Sp Wine Unwed Swiss of America and the DNmd of Columbia and are authonae by Be U.S. Tmaalry Departmsnk further, Federal and Vigilant are NO MCd on the U S. Virgin Islands. and Federal IS livened in American Samoa. Guam, Puerto Rica, and each M me Provinei% MCanada atter4 Price Edward NIsrM, and tall the foregoing Peser MAUM*y a Yue, coned and in full (arse Ord affect GNtn under my hand and Halo of Sok CompaNes at Warren, NJ (his April 6th, 2015 FN THE EVENT YOU WISH TO NOTIFY LIS OF A CLAIM, VSUFY THE AUI-IENnQTY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT US AT ADDRESS Form 15-16 C150&U IRB,. 05431 CORP NON-CONSTNT NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-MO102B Project No. M0102 B 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 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-MO102B Project No. M0102 B City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA } COUNTY OF LOS ANGELES j) § jw—rA f wC G being first duly sworn deposes and says that he is the Cb. J ' 8&z ,r1c� v v (sole owner, a partner, president, etc.) of n IntermounT t 5 16t the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. �+ Bidder: Title Subscribed a swot o and tll°' is� t day of r , 2075 OSE SANTIAGO VEGA COMM. 0 2066629- TARP PUBLIC MCALIFC IAd SACRAMENT0 COUMYO M rXXCIIiE$ NOV. X ?09A'` C-12 BIDDER'S QUESTIONNAIRE 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-MO102B Project No. M0102 B 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. Submitted by: Intermountain Slurry Seal, Inc Telephone:_ (775)358-1355 Principal Office Address: 1005 Terminal Way, Suite 220 Reno, NV 89502 2. Type of Firm: Corporate: XX Other: Individual: 3a. If a corporation, answer these questions: Date of Incorporation: O�LJR882__State of Incorporation:I(yoming President's Name: See Appendix C1 ..List of Officers 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) 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-M0102B Project No. M0102 B City of Santa Clarita, California Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR's license: Gary R. Price License number: 462443 Class: A Expiration Date: 01/31/2016 5. CONTRACTOR's Representative: t=. 0 0." Title: f.. -k—IL 4-4 wc4, � to t-"4 9 - Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: Owner: (A) Al'tweda 4. (B) Project Location: A#—U 4e Type of Project:irlirl cry /Sk'ney Scw/ C-14 CERTIFICATION OF NON -SEGREGATED FACILITIES 2014-15 Annual Slurry Seal Project Bid No. ENG-14-15-MO102B Project No. M0102 B 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, under his control, where segregated facilities are maintained. The CONTRACTOR agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The CONTRACTOR agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. Intermountain Slurry Seal, 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 Update[ Mame 2015 INTERMOUNTAIN SLURRY SEAL, INC. 2014 Completed Jobs Greeter than $500,000 arm jCamnaxameme (earn Road Chplleal I. x 1 1. Innateness, 1 ax..a, i ea"RA1. 1 APpenal Al Pune 1 of 6 Prime or Subcontractor Name of Engineer in Ch.,. Actual Jab Nameand Addressof Owner Name, Location of Project, and Kind of Work Prime Sub Name of Contractor, IF (Owner), Phone, Fax, and Contract Completion Number you are a subcontractor Amount Email(MavailaDle7. Oate 445636 Fad, 1rgnr M1A11alAoal New Med. Panka anU CORO Pevement Pn»nabn % HanarNee LobWun6on,ln.. JamM Ovloneuee M1d14 4711.., 123W Wert U.S. AYeele Core No.: mleRc-O-0000t PCI Ran, R5a5 MOM 2454128 te... CD 60223-M5 oo.-Ina In NM 91Rin0e, MT 511 DI -25a5 (406)24"524(r7 rowr(aon. bu!dhat Re111haraeiel-eePaaewm 441353 Sble of Wwming Department of7rumarY[gn PI DeWr'menl on rane'ru pn Dextx, 2 z w0. Tim R... 2011345 M.1 Ia 91.0 rS. [Meal Vp,: NH1P{1I.g1420m Mri Ror.sM Vfhuhld WY822c1 Coleco,.W (307) 322,MIR or) Cl tlmvsn.keQr.'ry.pov 46505 Ciryal WiGlb d'o'. Rn—,facm82n14 % WA Mannan l.aq 5.$350 713014 55 None Man Stua! Coll.,t Na.: 412-05145 (3'e) 25R,126 VAUI KS 67202-1600 WoNs, KS (316) 650.7526( F) AMnwullaWg o"Oe ies,ce 153652 Sal .-"Spe®1 S.—Dree,n.' barer Ccunly co" Seat % WA NIA .12346 &31.014 1535 SO4h 100 Weft cnOve Nn: 1312Ltl R.,few. UT 6701-T015 'balI Clio xel e`FnaS PI, RIa—Lounry Road and B.,e DalaineM Plo SIR—County Clio Seal X w0. If.,Pill 649,61 0/30/1014 510 Se:acd all Ccntrool No:. 2014LHIPSEAL 310) 87"500 ale."C061a4t 31W In an... Courcy, co '970)676 3ga NI 'CHp seal a 4581 Sbx al.el— SH UC Kl,,lew EAeb evat % Vaer Pennin0lnn 1325204 61161IC14 IDI EM 4'cnm AMnue Rnnm 117 Coned No[ STA 340l8 (970)216-131a ver. Co 6022b3erA SH NC aou, of Fru4, CO (303)157-J210(N at-rnuealy . ryemlirdrondherar .Ns .53682 dy of Tubm Ciyf!TJ—S'.Cau Seal % A 9cbae0Aller XASSS 711$1014 413 Ean"'xava Con%d Na_6NM46 (55S)tie 07 Tulare, LA.32744757 'Or Tulare, CA (S50j86YH31 (Fl lbahtl alurryaenl miller®a Nlare,u.ua 0.811. .of WynnTg De,ra lo-Tramilax. ilktle Mognal Mmeulace X NIA oaNJ-af noc.1 7iilol. 5110 reall Rod ... nI Conal No: NHPP'H.9a090 poar)On 355D Daayenne.'M/20043240 4M In GI0rl 017)667-75NM wurcennp hJordlpwlo.gov 156941 Sble Of vrycmoe Do,nonl of rNII.ufIn Luak In Het creek MA ".. x A,Seal 118x,793 Im320aa SIMPlanvp aoulwad C-If.c:N¢: SCP4SLt4-Ne54074 oorr 35&5515 cbeyenne. wv 63113334) : US 45 xAh of l,nk, wl ol1047111 an Mrcro R.ol, m.—ania'x/o Ooo 461008 Sole of LNM1rrnk el anent a-ens'ns. El Coredoeounly M9cmeurfiu X WA Mean Clerk 630,7. &/3170.14 1727 Raft blreel LOMaal vo: of'oesw 530)3163132 6amme.. CA.9116 ne Coun laS-On Jundun R.U.M (530)7414111 Pj Are I11 iIICMLReure maM1InFIGMQdelc4Qw 062018 Cfe01 0104 per. S.,IRS; iMenava. 12614 % eoa.al OR.. a I,jal IM1201< 2711 Murigryl Sonn CDnhac1 Nd: 3K1a20 (R,,for"... 0. IS. T%15215 Oallaa T% Far. NIA Sol Reel in. ml.."Soloo 461063 MxM RfirWSMn as 15019X11 ev merR resew on X NA Mark tlgd 1311"S 82 014 R300WNOarcb Aronue Co.. N -UT moil IM(l) (3011 0013595 kewoM, LO BPII&2595 Uttle Sahara Recreeaon Area, UT (720)08}3360(") MP ural rune.11oyeQlieol8or arm jCamnaxameme (earn Road Chplleal I. x 1 1. Innateness, 1 ax..a, i ea"RA1. 1 APpenal Al Pune 1 of 6 Fni or Subcontr ctor Job Name and Address of Owner Name, Location of project, gntl of Work Prime Sub Naame ame of Contractor, M of Engineer in Charge Contact Actual Completion Number and You arc a subcontmcmr Meaner), Phone, Pa; andgmouM. E.mag)If ailable). av Dam ''.. I" NUM 5N 5Ree1 S. tt6 Careen Na:IM30 E 07)M-0808 Douglas WY 03 2W m.Uu*.W Fee WA W ubN MlO..I unnrw'Merym lb,.mm UpdMad: March 2015 Appendix A5 Page 2 of 6 Uplatec: Va= 2015 Appends Al Page 3 of 6 Prime or Subcontract. Job Name of Engineer in Charge Actual Number Name and Address of Owner Name, Location of Projecq and Kind of Work Prime Sob Name of Gonlraetor,M (Owner), Phone, Fa[, and Contract Completion you are a subcenttactor EHnail (R available). Amount Cate a6]]B3 eff.eNeve]a CepaNnvmlTrfoop,amn SR 376 US Oo OR 331, SR 318 aa6 ARNY 44 Cop Seal % Spj, Son.... 1.3A.WhS000nl Slreel emhail N.-3555 4.ZS6,1B> 7QiRo14 •son Oil W89112 Vanoul HghfnRs In kV (Tnn Se"AS, (]02)Do?L1(F) CNP.eel RSaS...DOdM.aara.nr1R 46BI]3 Nol .uM1am CON of Gieaham 2o14.Afic—mcin4 M RA Derma HUBhu 635,]50 12(eL20'1 1333 No.. Eatbnao Farkvay Mo.RNw:=00 (503)916258 Giesfam, OR Bm3U3125 cfforcrofham, OR (5O])66""as n Type 111 m'er0eul(a<✓:'e a6M38 COlarerlo CeparhneMpf Trene(aaYeecn Col... do Dop... OITraMppbnon l-)0 Ch9$eal A Meya cnla`Rdhl Oofon9ka LWo, WVMcock 11(],253 a/112U14 60fi 3wP 91 3}eel Contract Na.: NHPP0701-223 5555puMen Avenue (9]0)242-53]0 GranEJuneion,(081501 11 In 3]w w 491 Gmntl Anatlon. C08150 3826 (oI.6-M6(F) o", ."I charlevwoaEcpGQplemmnehuctldtCnm 48(623 OF,of Hanbk H.W,J %.I Yeer131A CA, Seal % .,A L. Done 1 ] —77-,—n 7,-4 3O 50Nh 1O1h Avenue Lmbe1N.-05.7.14921 DOW ss -255C 4Nnfom, CA 8323 S,L H.Wrd, CA F. NIA Cap seal bwlmanl bocm�aryokaMONoa,m.m 41109] SRN.1 Ca111mrtn Dapertmem nChenalan9on NumbGN C...NSwl LOal % WA Fm Oaer 17213OS, Sheol Cern Nn:O14can" (.11)834'152 L15RO14 ponro—m9 CA 9Wu H11'r.Oouny, LA FAC N/A CMP-- A1 M*,1Ddl, gov 472505 CnLMyoISubLatle suSt.7.Uips7 % KI—A NO, —71j1 RO Bea 250 wSfIo No: 2014 HIPSEAL 9nMala,W .2.1 MOO u. Roxhin I. MR, Mp A .]6165 feJerel-AgM1weY mr,oclno' Oklahnma Farts 2014 % WA 7mKerd n 291],121 BI31RO19 123W WAR Caxba Awnua IRCI No: 0TFH6Fta.00002] (Y20)9833392 LakraaM. CO 80862595 OH F. WA -encs mip and mKro oo*.nb.n®boreov 4]82]8 CIa'k CcunN. ARI Nt4JOMMAy-County Preurvatan Co"I % N/A MI 1,tMN2 9MOOD14 1]03 F—u,r 6hart Co^Va,.tNy 18II0 Cup 3m-aula ewer, V'A OtuE OS65 CNrk r-1, WA fm:WA AR cbip—I wM elurrv, o.n.0eun.l*ERr1—a- 480856 S of M. "fYIB'bom Yo'RRo cinO > NIA —G.- 524,8)8 9 !,W1. 15O E. Moin Sheel Conhcl Na.:205522Z1d102 (503)34Bd234 Millonbre, OR 971234028 CRfnP frro,OR (003)SDI 8232(F) T, 11111 aN TY.. ill mina krezeQi6 n(�CXlad�molegortpov 4.1750 LounNaf San Luk Onlapa Ean Wh CORN County Povemml Swface Treatmanl % IVA S.ntw...m 915,713 lWI,2014 1055 Mcn1erey RRRR, O. -o 0-120 U-Ieot No.:245R12SB19 (805))61-5251 en L...V11o,:Aeb06 OW VariwaSen LU Odeno County ot.d. u05)]at-122B(F1 l9ttwunc�inB mono'.@rnaosaul 78vne tRy of5fre1cge 5prcga ChYofsmSnpe S'nI Pavement N.avle—oo of6 NiA MarkIGZIda 50.002 1307 NOM Commucr Dora Dune 200 Comvol No.: NA 0.1)78(6504 8"0014 S.Ro".."on' UT So.6 SanNpa Spnnpa, OT (B.1)'l6&7ee(F) T, Isurry medwertlaQwrahgssprkpaortY-com 4 25 6Nbo Uub OSI CNp Seal % WA yg Taagren 1,3]3T56 430ROfa 801 SouM2700W. Conal NO:F$4BB(224) (x35)259 -5030#L So" L.0". ur"114WA yca 1"I U` reps.rtmire fair. aenpren�MeF.pov 4BTa16 C0C 7`0 MI., 6116 4PiWnNnlllmgemam .� Oamv Genwa44ar. DNRI(yaM x.@aAn la/LSo14 SR 141CCean,CA.Sdoom 41O aTiS COmN.eks505 (4pq]2 i -M'11 .. Santa CruE,CA95C60 Sm%Cr,aCojA Crp[Coumy. CA Lie2. LA B5054.V18 (44)32]-0088 AAclipui �,yyi_�.pt9Af Uplatec: Va= 2015 Appends Al Page 3 of 6 Updated. March 201E APLandlx Al Page 5 of 6 Prlme or Subcontractor Job Name of Contactor, if Name of Engineer In Charge Contract Actual Name and Address a1 Owner Name, Location of Project, antl Kind of Work Prime Su0 (Deaner),Amount er), Phone, Fax, and Completion Number you areasubconlractor E-mall(R aMadialle). Data WTe`] Csv"or pence Plea County Cape Seak, and Asphaft Robber Chip Seal % NIA Lletl so'. Ni l M1201a el55artFe1^Sren Confaf Na.: 1287 (253)798-7265 Tacoma,WAO8ho"609 Rha Cemy, WA (251) 7g.LS99(9 Ask chip xal am gum, -paccoybrU—s' loco" Cry of Les Cmcas Las C. Mlcwnnech, % WA 3mmy Fbnno 801116 12,314201. ICO Nors, hil S•Jeel C.m. Va: 153LV160 (5l5)52ad126 Las Cruces, NM Sets' City Or Les Crums, NM (575)52 036 a) pan—r-612 pa^pml..aa«ean 192982 Ceytll Tfocepoal AleLyvepue Mwsurfads, % '!A Ph 3x Remo 1.1`.2,236 121t120f1 M S. 39] pM1ed No: b BOS-1441391-0,15101 (50.12257795 A-Ouguereua, NMB7103 1 offinCnpuemue, NY As, NIA mwrleeiis prono&agel ]9583 fila(`of Opel SM 10 Chip Seal Proan % WA Ron Alem-der ]298.568 12411201' a]m Eeaf Aveno»s Aro nun R.h, rt]a -ecl he. C 190331 (970)2'9b285 Qmx, CDe0.3195 la Ciy, CO it CcAnc9(F) N .... I heel—re ragualenMvChrou « '12168 Cil el Fernl^glon Mice« m..13 A WA JaXSmala .31,191 12,3120'.1 600 Mmlupel pros Conant id, 1.2353 (SON)590.1283 Fenln9lan, NM 818712663 ,aa of FamlrSlon NM Fax'. WA Mcaoxprfacrng kmatr®1rnT or9 4IQ16 Cily of Hobbs Ciy ofHo6u Fee seal m13 % N. Ronrta choa2 1.90,250 12c12014 CO Eesl ti.dwey S'lee`t C.McenNc: NIA (615)391-9236 obhs. NU S.11ee35 cald MDo.. NM (5151397-93M19 Fry xe4n9 Oases Sb50 Kfoehtifhohtrnnor9 162189 A.P.aeaf. all alp, seal P"hNt A' WA .,Co.., 1Y166te 1.11ITs 911 Ven rS¢enl Con. -I No.: WA Mae) 7745791 R—Ille. CA 95618 1 ok,MR—ffe CA (916)R45756(F) Slurryseal Ergo co,escho, llesa.us 400797 Iol Angeles Count, Department of:lNC Will EI Nd. Pavemanl P.c.' % WA Coin MCCaMr 1169506 SWO14 PO a. 1463 CDrlrydllJimCC Sea, "45sl AI'.,bes. CA 91al 7-216 0 mua Shoe. MIS close C-1 C, (62m'56316711 Saob peal and macro uxh mg c«Mrgf6pxucaaMyeav .03532 gets DICal.rcia D.p.nnl.. of Tmnpoessn snare 66 CMp Seal % MA 10ver W7.7 65201. 1T 30th fib«1 Conblilk, 0ibvW (70l 6341153 SacramenW, CAB5.16 humbgwr Comic, CA Fee NUA AspNh ilbber smo ael Jim.0..CebrQtlata.gsr 05391 co, N Fon use, 2013 btreN Resu se: Relad X WA me Persons 1197,519 54142911 ITS Narrh Frankil SOae3 Canaan Po.: 41275 Van %1 -sus Fort Oregg, CA 7 210 V.—S..c..n Fp[&ago CA (707)an-2802(F) AR«pe -el I«aam$IorMaaccen 110833 S. of Navede D,schrrenr n(Tramserehon ciia Seal of Feisang k.psee, % WA Con ChrhOon«n 4,101,951 BcJOr]01a 1263 South o wee Ofreer Corr.ol._ 3535READV (775)2[9-0970 Conch ChyMf 89712 Us5,he'S 1, SR 315, and $R 1601n Oncol^erd Nyn 15)3aia911(:j chip seal duress mplanaTalelenn- 412114 LMy DI can Jox 201361urr/ Seal F."ci A We RpprgpMo.. 1}]6.391 22 N2011 3M sag ban. Clea.tact DMrad W: 13.9 I..)7941957 San Joe+. CA 9 31111 9 0 3 San Jora, CA (108)207KI99 siu:ry xal 7lartlpmo:alee$sanfpxm.0ov Updated. March 201E APLandlx Al Page 5 of 6 Updated'. Mare: 2015 Appendix At Page 5 of 6 PH.Or SubDcmrACMr Name WEnginnurin Charge Actual Job Name of Contractor, R Contract Number Name and Address of Owner Name, Location of Project and Kind of Work Prime SUD You are a au Dconfmcror (�'^eq, Phone, Fan, a1M Amount Completion Email(if available). Date .7[516 ovrry o'6an W¢C4nm 2D13AaxowMcvy Vmw.a Cauny Raab% N/p Scop Wertnwn 7201561 X1201. 1CSS MOnd'W Shea. C.,Oadt4.: 24` 12M14 (905)]01-SM San Lam Ob;aW OA 93408 V.0d. LDwa0mm San Lue O0'sPD Couny. CA (a05)7.11 19 Miennurnde9 we'mom$eoyb.u,us "t a cdu el sa^. ft.. i"'Zis COvnly Wda 5avL ft. ane Mcrd.' d.N A A Cull Replade 1,997'M 1.12014 S20 Wecl Fwlel doed ColradNo: 09831 gar)7aM Omnarl.na, CA9345S3618 Saha Barba. County CA .(005 729d7nn ScvEvenl, Mcroz+rtetln0 'aPle9®eoebPw.net 417980CRy6CDunryal6an F.nc¢c CRy66ounry Dison F.ncvn Pweme¢PreuvafiOn % P MCWm W%ema 10)5039 a54C14 1 x wand, Sheol.m Fl am COro.d V0.: 215SIR (415)65 w Ban Fran..., CA.10d San F.ndem. CA (,, 5, S.s 19{F) nekMl and—amfatlng Maun—wffl emsa'rd n.am .20035 ad. VINunUna DebmMcl0! T.',rdn'On 9We NDph % NIA h1sAW WOWNpNe 1 30]27 1.12D14 PO Sox 21 COMraa: No.:STPF5-1120N0 (406)21oS 2 Sunrver, 6f'i908]Fg9a Au,. n, CPIP.v Hdh., 207, MT ACe)20 %d53(F) oau(IatloO and NWga rehab MwaMho�ce$mtaw 42217> Icanv Tra-I. ., D�,wrnlot he.CT sa.O X N/A James Omer 500030 10/71 /t01< PO B. 7129 CwY✓ed Nc,; AGI 2(4a) 1A012(L2a) firm 3Je-3J]) Soiac10037C7-11M 5H395106B.ID (20)239 M?n Ch'.0 e..NnaI�M bahcgW 125057 BM1I.Of1 ' ab Me.auRadcg p WA Rm, Rulry 1pS2}14 10.^.2M4 15015ouIh 2730 Wa1r Coned NO. F-P.F2IiD (0D1)91 N258C W Lw. 14 LT 6.111 Ffi]: W 5C'e 60 F. N:A MirtOwfaan0 tpubyQlWR9nv 435355 Sone 0Nyomlrg OePnMent 01Tns,HcrAMn NM6'Ieb FOM d.eMn % AIA JOeh JPM: .8B0 7 111'38014 5300 Soren 0orf—rd COrUW. hj:SIP-2300041 don M4660 ch.,—, WY 820P3140 Hghway 450; MP 32,11 k 4550 (30]1607-75. fl Try. M mann-, Nand+n01$^'rU0O+ 449023 Sbb of Cafif Wz Oe,apmem ol'lanapMsSod MOW5dvmlo Ou.-ry % WA heW—nna, SO..740 1MiM014 1121 ]OM fire.: Ocmmn 90_ OBdaaSO4 p00) ett-OPLL Saaemenro. CA 550th Rem O O Mile r.. DI ROu. 1 MW NV Sa. C- p00)8R-08700Fl PbeamentelAp Nyseal JoeSla'nmwr®Gd.ca 9w 4251>t Cey ofCnryortso 2314 % WA I4m Sbvona 512224 IcO5Q111 21m O'Neil Awnva =107 aeMae: Ne; A27-14 (307)530- ene9mne.wrezoo+4Xz varoca Lnbecneln vN 1307)03T4250n ikma,,a-md'e'rda TJP.9 wag .ore Updated'. Mare: 2015 Appendix At Page 5 of 6 Intermountain Slurry Seal, Inc. LIST OF SURETY AGENCIES Chubb Group of Insurance Companies —1926 to Present Federal Insurance Company 15 Mountain View Road Warren, NJ 07059 Contact: Scott Bishop, Underwriting Manager - (908) 903-3451 State of Incorporation: Indiana Rating — AM Best: A++ XV; Moody's: Aa2; Standard & Poors: AA NACI #: 20281 California License No.: 0059-6 CNA Financial Corporation — December 15, 2014 to Present The Continental Insurance Company Continental Casualty Company 333 South Wabash Avenue, Floor 41 Chicago, IL 60604 Contact: Samuel Ware, Underwriting Manager - (312) 822-1931 State of Incorporation: CIC — Pennsylvania; CCC - Illinois Rating — AM Best: A XV; Moody's: A3; Standard & Poors: A NAIC #: 35289 California License No.: 2270-7 The Travelers Companies, Inc. — August 1, 2002 to Present Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company 1 Tower Square Hartford, CT 06183 Contact: Brien Bialaski, Vice President - (860) 277-1914 State of Incorporation: Connecticut Rating — AM Best: A++ XV; Moody's: Aa2; Standard & Poors: AA- NAIC #: 31194 California License No.: 244-8 Zurich North America — February 1, 2004 to Present Zurich American Insurance Company Fidelity and Deposit Company of Maryland Red Brook Corporate Center 600 Red Brook, 4" Floor Owings Mill, MD 21117 Contact: Dave McVicker, VP National Director (410) 559-8733 State of Incorporation: Zurich — New York; F & D - Maryland Rating — AM Best: A XV; Moody's: Al; Standard & Poors: AA- NAIC #: 16535 (Zurich), 39306 (F&D) California License No.: 2479-4 Agent Name and Address: Aon Risk Insurance Services West, Inc. 199 Fremont Street, Suite 1500 San Francisco, CA 94105 (415) 486-7442 Contact: John D. Gilliland — Vice President License # 0363334 Expiration 03/31/2015 Single Job Capacity: $450,000,000. Aggregate Capacity: $5,000,000,000. Updated: December 2014 Appendix B1 INTERMOUNTAIN SLURRY SEAL, INC. List of Officers NAME Present Office Position Jason T. Klaumann President Kathleen Schrecken ost Vice President, Treasurer & Assistant Secretary Darren S. Beevor Vice President, Controller & Secretary Gary R. Price Vice President & Assistant Secretary Ryan W. Brady Assistant Secretary Updated, December 2014 Appendix Cl INTERMOUNTAIN SLURRY SEAL, INC. LIST OF AFFILIATES We define "Affiliate" as our Parent Company (Granite Construction Incorporated) and any direct consolidated subsidiary of our Parent Company. Address: P.O. Box 50085 Watsonville, CA 95077-5085 Granite Construction Incorporated - Parent GILC, Incorporated - Subsidiary Granite Construction Northeast, Inc. - Subsidiary Granite Construction Company - Subsidiary Granite Construction International - Subsidiary Granite Federal, Inc. - Subsidiary Granite Land Company - Subsidiary Kenny Construction Company - Subsidiary P=olan Products Company - Subsidiary Updated January 2015 Appendix D1 INTERMOUNTAIN SLURRY SEAL, INC. CERTIFICATE OF SECRETARY RESOLVED, that, effective January 1, 2015 through December 31, 2015, the individuals named on the attached Exhibit 1 are authorized to negotiate, execute and/or attest electronic and paper documents and contracts necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid -related documents prepared and submitted on behalf of the Company not to exceed $25 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED, that, effective January 1, 2015 through December 31, 2015, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and attest electronic and paper documents and contracts necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid -related documents prepared and submitted on behalf of the Company not to exceed $75 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that the authority provided for herein shall be in accordance with applicable policies, procedures and limits of authority previously approved and the Granite Construction Incorporated Delegation of Authority and Policy then in effect. I, Kathleen Schreckengost, do hereby certify that I am duly qualified as Assistant Secretary of INTERMOUNTAIN SLURRY SEAL, INC., a Wyoming corporation (the "Company"); that the foregoing is a true and correct copy of resolutions duly adopted effective January 1, 2015 by unanimous written consent of the Board of Directors, held without a meeting as authorized by 17-16-821 of the Wyoming Business Corporation act and the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolution adopted has not been modified or repealed and is still in full force and effect. l7 Dated: January 1, 2015 Kathleen Schreckengost I:u11RRE0 COUALI KbM C.oiT ^L N�tl 1M35 Muv^P'dupipivM lirnW Siy�rmUnlSJp tlWmvtl SiP�ree 12A DIMS M. wiW FniiN412-t1i Wr[ Page 1 of EXHIBIT 1 Intermountain Slurry Seal, Inc. California, Nevada, Utah, Northwest Area and Texas AUTHORIZED SIGNERS Gary R. Price, VP & Assistant Secretary James Grogan, VP & Assistant Secretary James Bryan Warner, Area Manager Marc C. Thoreson, Chief Estimator Paul Foster, Chief Estimator Shawn Fielding, Construction Manager Richard Cross, Construction Manager Nathan B. Niemann, Project Manager Jason Lampley, Area Manager Scott C. Youngren, Project Manager Josh Bowen, Project Manager Scott Curtis, Regional Division Controller Gary R. Price, VP & Assistant Secretary James Grogan, VP & Assistant Secretary James Bryan Warner, Area Manager Marc C. Thoreson, Chief Estimator Paul Foster, Chief Estimator Shawn Fielding, Construction Manager Richard Cross, Construction Manager Nathan B. Niemann, Project Manager Jason Lampley, Area Manager Scott C. Youngren, Project Manager Josh Bowen, Project Manager Derrick Deckwa, Project Manager Scott Curtis, Regional Division Controller Jane Nielson, Office Administrator Kari Coleman, Office Administrator Brooke Precourt, Office Manager 1ASIVX-2000NLLWOU Cc tM%25 MMuipUUNnirW 61.v 5.1-RO1IUD Al ,W &p— 12.9 MSS CF..RI'n10 fulidi.12.214Aw Page 2 of 3 EXHIBIT 2 AUTHORIZED SIGNERS Intermountain Slurry Seal, Inc. California, Nevada, Northwest and Utah Areas Jason T. Klaumann, President Li MRFO,C LLMOVCa mNAZ Ww Sipwf1301N0 AqR Alien MWIVSSMT WA E INL]12-34A% Page 3 of 3