Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2024-01-23 - AGENDA REPORTS - NEWHALL RANCH AND BOUQUET CYN RDS INTERSECTION PROJ C4017
O Agenda Item: 9 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: January 23, 2024 SUBJECT: NEWHALL RANCH ROAD AND BOUQUET CANYON ROAD INTERSECTION IMPROVEMENTS, PROJECT C4017 - PLANS, SPECIFICATIONS, AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements, Project C4017. 2. Award the construction contract to Toro Enterprises, Inc., in the amount of $418,593 and authorize a contingency in the amount of $62,789, for a total contract amount not to exceed $481,382. 3. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND In anticipation of ongoing and future development in and around the City of Santa Clarita (City), and overall traffic increases, the Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements project, shown on the attached location map, will modify medians and striping to enhance traffic flow and accommodate future traffic volumes. The proposed improvements include modifications to the raised medians, traffic signals, signing and striping, and paving. In addition, a catch basin will be relocated to accommodate a third westbound left -turn lane on Newhall Ranch Road. This project supports the Sustaining Public Infrastructure theme of the City of Santa Clarita's five-year strategic plan, Santa Clarita 2025. Requirements for the California Environmental Quality Act (CEQA) for the project were satisfied through Master Case 18-089 (Bouquet Canyon Project) which was certified by the Page 1 Packet Pg. 43 O Santa Clarita City Council on November 10, 2020. The Environmental Impact Report (State Clearinghouse Number 2018121009) was certified, and the Mitigation Monitoring and Reporting Program was adopted. The Newhall Ranch Road and Bouquet Canyon Road intersection improvements were analyzed in the Environmental Impact Report. Construction Solicitation Process An invitation to bid was prepared and published twice in The Signal newspaper, on November 21 and 28, 2023, and was posted on BidNet. A total of two bids were submitted to the City and opened by Purchasing on December 21, 2023. The results of the bid are shown below: Company Location Bid Amount Toro Enterprises, Inc. Oxnard, CA $418,593 R.C. Becker and Son, Inc. Valencia, CA $451,101 Staff recommends awarding the construction contract to Toro Enterprises, Inc., the lowest responsive and responsible bidder. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it to be complete. The bid proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In this type of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsive and responsible bidder. The requested construction contingency will cover the cost of unforeseen site conditions such as potential utility conflicts and fees, abandoned utilities not shown in record drawings, field adjustments, additional work requested by the City, and unanticipated costs associated with nighttime work. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in the expenditure account C4017233-516101 (TDA Article 8 Fund) to support the recommended contract and project administrative costs. ATTACHMENTS Location Map Bid Proposal for Toro Enterprises, Inc. (available in the City Clerk's Reading File) Page 2 Packet Pg. 44 N01103Sa31M aVOM NOANVO 13nDnos 4Nv aVOM HOWN IIVHM3N) dew uoi;eoo-j:;u9wgoejjv LO y o C, Z a E o 66 a 4 d m lie LL U U O v M , • •! P # !� q Ini• t Z = O d U Zo Z �Lu-0 a <ZLu� o �E a W � m . • C!� o v # w m w`' r +; U Z J v Arw -v o x �� f' Q� a w a -. O O ' y J t ••. � x � � '.. �' , � � � � �. .try` ��`. r;,eyr�« ,'. t 4% 4 IL i p 4 f ..IIF i k ' r ( jft * - ' _ �v _i.l #. 'L k cnNvaa r f ' xL �} ° °; ° ■ -t d Of J� f�� y A3lTd� sEco f dpw * -... 4f a'�w�Nm ays� vu�Ev Ak acoKM41 r lip ow $ s s8 . w • w DocuSign Envelope ID: 8204BAFG5065-4F60-A90E-2EDFF752E680 Addendum No.1 December 6, 2023 Addendum No. 1 Bid # CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on November 30, 2023 beginning at 10:00 AM (PT). The meeting was held via Zoom. Attending Staff: • Mariela Delgado — Buyer, Administrative Services • Lisa Campos — Project Development Coordinator, Public Works • Leslie Frazier —Engineer, Public Works • Brian Powell — Public Works Inspector, Public Works • Erven Jaramilla — Traffic and Transportation Planning, Public Works • Scott Bachrach — Project Technician, Neighborhood Services • Annette Guzman —Administrative Analyst, Public Works • Alyssa Herrera — PTS Office Clerk, Administrative Services Attending Vendors: • Nick Godin, RC Becker and Son • Alcotano Construction Inc. The following was reviewed: • Project scope of work • Updated Traffic Control Plans — Please see page 3 • Schedule, working days, and hours • Bidding Guidelines • Labor compliance Scope of work update: • The Traffic Control Plans in the scope of work have been updated. Please see page 3. BID # CIP-23-24-C4017, PROJECT# C4017 DocuSign Envelope ID: 8204BAFG5065-4F60-A90E-2EDFF752E680 OF gANTA C, 4 b oGyo Pam^ P � �6 pECEN�' Traffic Control Plans 1. Sheet 8 - Replace Traffic Control Sheet TC1.1 with Sheet TC1.1A. 2. Sheet 9 - Traffic Control Sheet TC1.2 is not used. Addendum No. 1 December 6, 2023 I Add Specification Section Part 6 Temporary Traffic Control to Section F, Special Provisions. Approved: UocuSigned by: b8MzqrPt3e"A436 City Engineer END OF ADDENDUM This addendurust be#knowledged via BidNet and should be included with the response. Contr$ctor's Representative Company Name IZ1611-7 D to BID # CIP-23-24-C4017, PROJECT# C4017 DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 DOCUMENT CHECKLIST Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, California The following documents must be completed and submitted by the bidder as per the outlined timeframes. The following documents must be provided by ALL bidders: Uploaded via BidNet (see Section C) ❑ Proposal Form ❑ Notice to Bidders Regarding Contractual Requirements ❑ Bid Schedule ❑ Bidder's Information and Certification ❑ Bidder's Questionnaire ❑ Certification of Non -Segregated Facilities ❑ Designation of Subcontractors ❑ References ❑ Non -Collusion Affidavit ❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet Delivered to City Hall, Attn: Purchasing, Suite 120 prior to bid closing: ❑ Proposal Guarantee Bond/Bidder's Bond (Notarized) The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Lisa Campos ❑ Capital Improvement Project Agreement ❑ Faithful Performance Bond (Notarized) ❑ Labor & Material Bond (Notarized) ❑ Insurance Required by Contract ❑ W9 ❑ Fringe Benefit Statement DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 PROPOSALFORM Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY'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 CITY 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 CITY 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 CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern overfigures. 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 CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: TORO ENTERPRISES, INC. Company Address: 2101 E VENTURA BLVD,OXNARD, CA 93036 Phone: 805-483-4515 Email: ESTIMATING@TOROENTERPRISES.COM By: SEAN CASTILLO Print Name Title: PRESIDENT Signature: Date: DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: 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 DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 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. II. INSURANCE 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: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 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, insure 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 for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance_(Services involving real property only) CONTRACTOR 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 DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Throueh Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 All of such insurance shall be primary 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 Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'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 canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. 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's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. 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. I have read and understand the above requi performed for the City. 14 Authorized Signature: nts and agree to be bound by them for any work Printed Name: SEAN CASTILLO, PRESIDENT Date: 1 Z 1 e/ -3 DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 BID SCHEDULE Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. Item Code Bid Item No. Item Description Unit Quantity Unit Cost Bid Price GENERAL ITEMS 100703003 1 Mobilization/Demobilization LS 1�®g�� 100312005 2 Water Pollution Control, Implementation and Maintenance of BMPs LS 1�a� -5��'� 100310003 3 Construction Survey LS 1 64 60101003 4 Faffic Control LS - 1 �j✓�,6�® �S� ®� DEMOLITION OPERATIONS 440107005 5 Sawcut Pavement LF 490,E 440107103 6 Remove Stamped & Colored Concrete SF 1,370 14. Z -,r Su%2Z.s 440107371 7 Remove PCC Curb and Gutter LF 520 331402003 8 Remove Traffic Stripe LF 4,665 d j i 331402005 9 Remove Pavement Markings EA 14 331506013 10 Remove Sign and Post EA 1 STREET IMPROVEMENTS 440412005 F11 Cold Mill AC Pavement, 2" TSF 3325 DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 330205003 12 AC B PG 64-10 (Base Course) TON 42 36- 17 7�5 330205005 13 AC C2 PG 64-16 (Finish Course) TON 56 330305087 14 Stamped & Colored Concrete, 4" Thick SF 900 330305045 15 Concrete Curb & Gutter, Type A2-6 LF 460 s ¢� 91), 330102005 16 Crushed Miscellaneous Base CY 70J` STORM DRAIN IMPROVEMENTS 440107423 17 Remove Catch Basin EA 1 A 330301505 18 Catch Basin Per SPPWC STD Plan 307, W=7' EA 1 330301527 19 Local Depression Per SPPWC STD Plan 313, Case E EA 1 E� J� —, 330101535 20 Connection to Catch Basin LS 1 SIGNING AND STRIPING 331404105 21 Traffic Lane Lines, Detail 12 LF 1860�; - 331404109 22 No Passing Zones - Two Direction, Detail 21 LF 175 2,0 331404111 23 Left Edge Lines, Detail 24 LF 435 1.40 331404113 24 Right Edge Lines, Detail 27B LF 25 E _ 331404117 25 Median Islands, Detail 29 LF 90 331404127 26 Channelizing Line, Detail 38 LF 830 331404127 27 Channelizing Line, Detail 38A LF 775 331404133 28 Lane Line Extensions Through Intersections, Detail 40 LF 895 331404134 29 Install 12" Diagonal Lines LF 50 331404155 30 Type IV (L/R) Arrow EA 17 j -qp , 331404187 31 Pavement Markings Limit Line (Stop Line LF 225 331404183 32 Pavement Markings Words Detail "NO TRUCKS" EA 4 Lie� 331506017 1 33 Furnish and Install Sign and Post EA 4 TRAFFIC SIGNAL MODIFICATIONS 770117251 1 34 Traffic Signal Modifications LS 1G� TOTAL BASE BID: TOTAL BASE {{ BID IN WORDS: In V'JL1fidA9 elLyf /�,IJ At-i M ir0 DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, CA 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 CITY, 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. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name:TORO ENTERPRISES, INC. Business Address: 2101 E VENTURA BLVD,OXNARD,CA 93036 Telephone No.: 805-483-4515 State CONTRACTOR's License No. & Class: 710580;A,C-31 DIR No.: 1000002410 Original Date: 11/3/14 Expiration Date: 6/30/25 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: SEAN CASTILLO, PRESIDENT;21 01 E VENTURA BLVD,OXNARD,CA 93036 805-483-4515 DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 JERRY HANN IGAN,SECRETARY;21 01 E VENTURA BLVD,OXNARD,CA 93036;805-483-4515 TRENT ROYLE,VP OPERATIONS;2101 E VENTURA BLVD,OXNARD,CA 93036;805-483-4515 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 areas follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and submits of all aforementioned principals this, Ir day of BIDDER: Signature SEAN CASTILLO,PRESIDENT Name and Title of Signatory TORO ENTERPRISES, INC. Legal Name of Bidder proposal with the names, title, hands, and seals A 2023 . 2101 E VENTURA BLVD,OXNARD,CA 93036 Address 805-483-4515 Telephone Number 77-0396663 Federal Tax I.D. No. DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 BIDDER'S QUESTIONNAIRE Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, California 1. Submitted by: TORO ENTERPRISES,INC. Telephone: 805-483-4515 Principal Office Address: 2101 E VENTURA BLVD,OXNARD,CA 93036 2. Type of Firm: 0 C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 12/22/1994 State of Incorporation: CALIFORNIA President's Name: SEAN CASTILLO Vice -President's Name: TRENT ROYLE Secretary or Clerk's Name: JERRY HANNIGAN Treasurer's Name: N/A 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: N/A Name of all partners holding more than a 10% interest: N/A N/A N/A Designate which are General or Managing Partners. N/A DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 4. 6i BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, California Name of person holding CONTRACTOR's license: SEAN CASTILLO, PRESIDENT License number: 710580 Class: A,C-31 Expiration Date: 8/31/25 D.I.R. Registration # 1000002410 CONTRACTOR's Representative: SEAN CASTILLO Title: PRESIDENT Alternate: JERRY HANNIGAN Title: SECRETARY 6. List the major construction projects your organization has in progress as of this date: A. Owner: CITY OF GLENDALE Project Location: VARIOUS LOCATIONS Type of Project: AC PAVING,UTILITY WORK,CONCRETE WORK B. Owner: CITY OF SANTA PAULA Project Location: VARIOUS LOCATIONS Type of Project: WATER MAIN AND SEWER MAIN REPLACEMENT C. Owner: CITY OF OXNARD Project Location: ETTING ROAD Type of Project: AC PAVING AND CONCRETE WORK DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER 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 BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it 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 it will retain such certifications in its files. TORO ENTERPRISES, INC. BIDDER 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). DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 DESIGNATION OF SUBCONTRACTORS Bid # CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 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 or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor �S lb-4 DIR Registration No.* W91990157 Dollar Va lUg of Work 6,0 o -5 Location and Placeofof Business �%,, � �(q ° t , Wl � S T � 2— Bid Schedule Item No's: Description of Work License No. C� V Exp. Date: / / ��r����jil� Phone 'E"r �'�9� Subcontractor DIR Registration Nd.* Dollar Value of Work Location and Place of Busin ss 2 K 6, 1-&- A 6106 Bid Schedule Item No's: Descri ion of Work H License No. �02, Exp. Date: / /,?,� //�U� PhoneK7 "Y //QV Subcontractor DIR Registration N .* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A BIDDER 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 BIDDER 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 BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1(commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 REFERENCES Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1 CITY OF PASADENA;100 GARFIELD AVE, PASADENA, CA 91101 Name and Address of Owner/ Agency FRANK LUJAN;626-477-3703 Name and Telephone Number of Person Familiar with Project STREET RESURFACING AND ADA $4,498,4849 IMPROVEMENTS 3/2023 Contract Amount Type of Work Date Completed 2 CITY OF SANTA BARBARA; Name and Address of owner/ Agency ADAM ZIETS; 805-897-1981 Name and Telephone Number of Person Familiar with Project $5,098,139 GRIND AND OVERLAY 4/2023 Contract Amount Type of Work Date Completed 3. CITY OF GLENDALE;633 EAST BROADWAYROOM 205, GLENDAL,CA 91206 Name and Address of Owner/ Agency ARMOND SIMONIAN;818-548-3945 Name and Telephone Number of Person Familiar with Project $4,153,566 AC PAVING,CONCRETE WORK 7/2023 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: ETHAN SPECTOR,909-612-3654 TRAVELERS CASUATLY AND SURETY COMPANY OF AMERICA; 21688 GATEWAY CENTER DRIVE DIAMOND BAR CA 91765 DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 BIDDER'S BOND Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita N/A dollars for: ($ N/A ), 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 CITY provided this Proposal shall be accepted by said CITY 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: Newhall Ranch Road And Bouquet Canyon Road Intersection Improvements Bid No. CIP-23-24-C4017 Project No. C4017 N/A Bidder's Signature N/A CONTRACTOR/BIDDER N/A Address N/A 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. DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 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. DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 NON -COLLUSION AFFIDAVIT Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) SEAN CASTILLO being first duly sworn deposes and says that he/she is the PRESIDENT (sole owner, a partner, president, etc.) of TORO ENTERPRISES, INC. 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 its 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 CITY 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 CITY thereof, or to any other individual, except to such p son or persons as have a partnership or other financial interest with said BIDDER in his general bu�inessr Bidder: Signature Title SEAN CASTILLO, PRESIDENT DocuSign Envelope ID: 49328137-4848-4C6E-AC38-12947D67B7D7 PROPOSAL GUARANTEE BID BOND Bid #CIP-23-24-C4017 Newhall Ranch Road and Bouquet Canyon Road Intersection Improvements City Project No. C4017 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that TORO ENTERPRISES. INC. , as BIDDER, and Travelers Casualty and Surety Company of America as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of " dollars ($ "" ), which is ten percent (10%) of the total amount bid by BIDDER to CITY 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 CITY 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 CITY. Ten Percent of the Total Amount Bid IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this ""10% of the Total Amount Bid 12th Day of December 2023. CONTRACTOR: Name and Title of Signatory SURETY`*: TORO ENTERPRISES, INC. Legal Name of Bidder 2101 E VENTURA BLVD. OXNARD, CA 93036 Bidder Address Signature 805-483-4515 7 �—03146�,� Telephone Number Federal Tax I.D. No. TraveleCw)Casualty and Surety Company of America Name Ethan Spector, Attorney -In -Fact 818-409-4240, rjtorres@travelers.com Phone Number and Email ONE TOWER SQUARE, HARTFORD, CT 06183 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone 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. Surety signature must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary 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 Ventura, On 2 Z 3 before me, Tyson Rising, Notary Public Date Here Insert Name and Title of the Officer personally appeared Sean Castillo Name(,g) of Signer() who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sb#/tt}ey executed the same in his/hdr/their authorized capacity(ipes), and that by his/helr/t dir signatureW on the instrument the personK, or the entity upon behalf of which the person(,sr) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. TYSON RISING a a COMM, #2388737 Z _ Notary Public - California ;0 Z'% Ventura County o M Comm. Expires Dec. 31, 2025 Signature Place Notary Seal Above -------------------------------------------------------- OPTIONAL --------------------------------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: _1 _ Signer (s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name Sean Castillo ® Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee []Guardian or Conservator ❑ Other: Signer Is Representing: Toro Enterprises, Inc. Signer Is Representing: ©2014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary 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 Los Angeles On DEC 1 ?ZO23— before me, Edward C. Spector, Notary Public Date Here Insert Name and Title of the Officer Personally appeared Ethan Spector Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person( whose name() is/Asubscribed to the within instrument and acknowledged to me that he/* executed the same in his/)Wk Vauthorized capacity),and that by his/jZKrsignature(A)ontheinstrumenttheperson),ortheentityuponbehalfof which the person(K) acted, executed the instrument. y \.A EDWARD C. SPECTOR Notary Public - California Z Los Angeles County n ini ' Cornmission # 2447241 My Camm. Expires May 16, 20Z7 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Q&x� Signature of Notary Public ---------------------------------------------------- OPTIONAL ------------------------------------------------------------------ Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Number of Pages Document Date Signer(s) OtherThan Named Above Capacity(ies) Claimed by Signer(s) Signer's Name ® Corporate Officer—Title(s) Partner ® Limited ® General © Individual ® Attorney in Fact ®Trustee ® Guardian or Conservator ® Other Signer's Name 0 Corporate Officer—Title(s) Q Partner ❑ Limited ®General 0 Individual ❑ Attorney in Fact QTrustee ❑ Guardian or Conservator ® Other Signer Is Representing Signer Is Representing Travelers Casualty and Surety Company of America /A► Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Ethan Spector of LOS ANGELES , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. � "La sun�YC PLTV AV, J p I ruin oso l _','C�SCµxL 2 cam• ! �Lf � v'+.� State of Connecticut By: City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. rN` P�Nph`*'� = NOTARY u3 My Commission expires the 30th day of June, 2026 •* map i�L4 Pua Ja �' Anna P. Nowik, Notary Public cONNECT'Py This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of DEC 12 2023. GL E`Cv sfoi j CORN.�+ 'Yyt '�asr Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-fact and the details of the bond to which this Power of Attorney is attached. No. 6516 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Travelers Casualty and Surety Company of America ofl-lartford, Connecticut, organized under the laws of Connecticut, subject to its Articles oflncorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the.following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in frill compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 1st day of July, 1997, I have hereunto set my hand and caused my official seal to be affixed this 161r, day of June, 1997. Fee: $ 92.00 Chuck Quackenbush Rec. No. Insurance Commissioner Filed: 5/28/97 By Victoria S. Sidbury Depay Certification I, the undersigned Insurance Commissioner of the State of California, do hereby certify that I have compared the above copy of Certificate ofAuthority with the duplicate of original now on file in my office, and that the same is a frill, true, and correct transcript thereof and of the whole of said duplicate, and said Certificate ofAuthority is now in full force and effect. IN WITNESS WHEREOF, I have set my hand and caused my official seal to be affixed this 291r, day of September, 2020. Ricardo Lara Insurance Commissioner By )Magnolia utierrez GENERAL ENGINEERING CONTRACTORS Certificate of Corporate Authority I hereby certify that Toro Enterprises, Inc. is a duly organized and existing California corporation, which has the power to take the action called for by the following resolution. I further certify that Sean Castillo is President, Jerry Hannigan is Secretary and Trent Royle is Vice President of Operations and all have the authority individually to execute bid bonds, bid submittals, contract documents and change orders on behalf of the corporation as stated in the minutes of the Board of Directors' Meeting of Toro Enterprises, Inc. held July 15, 2016. In witness whereof, I have affixed by hand and seal of said corporation this 15'h day of July 2016. Jerry Hannigan Secretary JH/rc Equal Opportunity Employer PO BOX 6285, OXNARD, CA 93031 PHONE: (805) 483-4515 FAX: (805) 483-3635