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