Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2024-04-09 - AGENDA REPORTS - 2023 24 OVERLAY SLURRY SEAL PGM
O Agenda Item: 5 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: April 9, 2024 SUBJECT: 2023-24 OVERLAY AND SLURRY SEAL PROGRAM - OVERLAY A, PROJECT M0153 - PLANS, SPECIFICATIONS, AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2023-24 Overlay and Slurry Seal Program — Overlay A, Project MO153. 2. Find the 2023-24 Overlay and Slurry Seal Program is exempt from review under the California Environmental Quality Act pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301. 3. Award the construction contract to LCR Earthwork and Engineering, Corp., in the amount of $1,382,146 and authorize a contingency in the amount of $276,429, for a total contract amount not to exceed $1,658,575. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The annual overlay and slurry seal projects are an integral part of the City of Santa Clarita's (City) Overlay and Slurry Seal Program. Each year, streets are evaluated and identified for the need for pavement preservation and rehabilitation treatments. The 2023-24 Overlay and Slurry Seal Program is divided into five projects: Overlay A, Overlay B, Overlay C, Overlay D, and Slurry Seal, to resurface streets, seal cracks, and coat the surface of streets in various areas of the City. The overlay treatment for this project will provide a smoother ride for vehicles and reconstruct the roadway. The Overlay A project, if approved and awarded, is expected to begin Page 1 Packet Pg. 29 O construction in various areas of the City (see attached Project Location List) in May 2024 and will be completed by the end of July 2024. Overlay projects B-D and Slurry Seal will be brought before the City Council for consideration at a later date. This project supports the Sustaining Public Infrastructure theme of the City of Santa Clarita's five-year strategic plan, Santa Clarita 2025. The 2023-24 Overlay and Slurry Seal Program is not subject to California Environmental Quality Act (CEQA) review pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301, which exempts from CEQA review projects that consist of the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographical features, involving negligible or no expansion of existing or former use. Examples include, but are not limited to, existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities. This project meets the criteria for this exemption because the 2023-24 Overlay and Slurry Seal Program will be performing repairs and maintenance to existing streets. An invitation to bid was prepared and published twice on February 21 and 28, 2024, and was posted on BidNet. A total of six bids were submitted to the City and opened by Purchasing on March 18, 2024. The results of the bids are shown below: Company LCR Earthwork & Engineering, Corp Onyx Paving Company, Inc. Toro Enterprises, Inc. FS Contractors, Inc. R.C. Becker and Son, Inc. All American Asphalt Location Total Bid Jurupa Valley, CA $1,382,146 Anaheim, CA $1,432,731 Oxnard, CA $1,455,821 Sylmar, CA $1,601,678 Santa Clarita, CA $1,611,689 Corona, CA $1,643,717 Staff recommends awarding the construction contract to LCR Earthwork and Engineering, Corp., 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 20 percent contingency for the Overlay A contract will allow for additional streets from the City's pre -designed inventory and streets that may need treatment due to this year's rain to be added to the project if funds are available after construction of the original scope of work. Additionally, the remaining contingency will cover costs associated with unforeseen site conditions, such as potential utility conflicts and abandoned utilities not shown in record drawings that are often discovered during construction, as well as change order requests made by Page 2 Packet Pg. 30 O the contractor. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure accounts M0153233-516101 (TDA 8 Fund), M0153264-516101 (Measure R Local Return), M0153266-516101 (Measure M Local Return), and M0153267-516101 (Senate Bill 1) to support the recommended contract and associated project costs. ATTACHMENTS Project Location List Bid Proposal for LCR Earthwork and Engineering, Corp. (available in the City Clerk's Reading File) Page 3 Packet Pg. 31 M0153 Overlay A Project 5.a Near Lyons Avenue and Wiley Canyon Road STREET TYPE STREET FROM TO RESIDENTIAL ATWOOD BLVD LYONS AVE SOUTH END (PVT ROAD) RESIDENTIAL DE WOLFE RD LYONS AVE SOUTH END (PVT ROAD) RESIDENTIAL EVANS AVE WHEELER RD VERMONT DR RESIDENTIAL EVANS AVE EVERETT DR ATWOOD BLVD RESIDENTIAL EVANS AVE ATWOOD BLVD DE WOLFE RD RESIDENTIAL EVANS AVE DE WOLFE RD FOURL RD RESIDENTIAL EVANS AVE FOURL RD WILEY CANYON RD RESIDENTIAL EVERETT DR LYONS AVE EVANS AVE RESIDENTIAL EVERETT DR EVANS AVE SOUTH END (BEFORE VERMONT DR) RESIDENTIAL FOURL RD LYONS AVE SOUTH END RESIDENTIAL POWELL DR EVERETT DR DE WOLFE RD RESIDENTIAL POWELL DR DE WOLFE RD FOURL RD RESIDENTIAL POWELL DR FOURL RD WILEY CANYON RD RESIDENTIAL WHEELER RD LYONS AVE POWELL DR RESIDENTIAL WHEELER RD POWELL DR END RESIDENTIAL VERMONT DR LYONS AVE SOUTH OF EVANS AVE Near Mc6ean Parkway and Newhall Ranch Road STREET TYPE STREET FROM TO RESIDENTIAL CAMERON CT GRANDVIEW DR END U Q H z O U z O H U H z O U Q Q J w O 0 O W a J Q w J U) 06 Q J W W O v N M N O N r N J C O tC v O J r V d O L CL cd E Q Packet Pg. 32 PROPOSAL FORM Bid #CIP-23-24-MO1530A 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 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 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 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: LCR Earthwork & Engineering Corp. Company Address: 4791 Mt Rainier St Jurupa Valley CA 92509 Phone: 951-934-3231 Email: LCR@Icrearthworkengineering.com By. Jorge L Mendoza Print Name Title: Vice President Signature: Date: 2/2 124 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-23-24-M0153OA 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 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 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 limitthe 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. 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 forthe 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 onlyl 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. Pollution Liabilitv and/or Asbestos Pollution Liabilitv 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 Liabilitv (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 Through 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 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 underthis 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 requirements and agree to be bound by them for any work performed for the City. Authorized Signatur Date: 2/27/24 Printed Name: Jorge L Mendoza BID SCHEDULE Bid #CIP-23-24-M0153OA 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 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 NO. BID ITEMS PAYMENT REFERENCE UNIT CITY UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance G2-1 LS 1 $35,000.00 $ 35,000.00 2 Traffic Control G2-2.8 LS 1 $65,000.00 $ 65,000.00 3 Storm Water Pollution Control Program G1-8 LS 1 $7,500.00 $7,500.00 4 1/2" Type A PG 64-28PM G2-8.4 TN 5,741 $140.00 $ 803,740.00 5 AC D2 PG 64-10 G2-8.4 TN 1,644 $148.00 $ 243,312.00 6 Keycut Al G2-4.6 LF 29,882 $ 2.00 $ 59,764.00 7 Keycut 131 G2-4.6 LF 1,006 $10.00 $10,060.00 8 4" Remove and Replace G2-6.4 SF 510 $20.00 $10,200.00 9 Install Shoulder Backing (Allowance) G2-12.4 LF 100 $10.00 $1,000.00 10 Lower and Adjust Manhole Covers to Finish Grade G2-9.3 EA 44 $1,175.00 $51,700.00 11 Lower and Adjust Water Valve Covers to Finish Grade G2-9.3 EA 20 $550.00 $ 11,000.00 12 12" White Crosswalk/ Limit Line (Thermo) G2-10.4 LF 656 $ 5.00 $3,280.00 13 Yellow Cont. Xwalk G2-10.4 SF 90 $ 6.00 $ 540.00 14 Install Blue RPM @ Fire Hydrant G2-10.4 EA 21 $10.00 $210.00 15 Striping Detail #22 (Thermo & Markers) G2-10.4 LF 82 $10.00 $ 820.00 16 Striping Detail #23 (Thermo & Markers) G2-10.4 LF 920 $3.50 $3,220.00 17 Install Temporary Video Detection System G2-11.4 EA 2 $15,000.00 $ 30,000.00 18 Remove and Install Permanent Traffic Loops G2-11.4 EA 7 $1,100-OC $7,700.00 19 "STOP" Legend (Thermo) G2-10.4 EA 127 $ 300.001 $ 8,100.00 TOTAL BASE BID AMOUNT: $ 1,352,146.00 Hundred Forty Six Dollars and Zero Cents BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-M01530A 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 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: LCR Earthwork & Engineering, Corp. Business Address: 4791 Mt Rainier St Jurupa Valley CA 92509 Telephone No.: 951-934-3231 State CONTRACTOR's License No. & Class: 1048288 Class A, C-12 & C-21 DIR No.: 1000063065 Original Date: 12/26/18 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: Jorge Mendoza/Vice President 16850 Scottsdale Rd Riverside CA 92509 951-934-3231 Jennifer Mendoza/President 16850 Scottsdale Rd Riverside CA 92509 951-934-3231 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: 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 this proposal with the names, title, hands, and seals of all aforementioned principals this 28 day of February 2024 BIDDER: -�e Sig Jorge L Mendoza/Vice President Name and Title of Signatory LCR Earthwork & Engineering, Corp. Legal Name of Bidder 4791 Mt Rainier St Jurupa Valley CA 92509 Address 951-934-3231 831565574 Telephone Number Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #CIP-23-24-M01530A 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 City of Santa Clarita, California 1. Submitted by: LCR Earthwork & Engineering, Corp -Telephone: 951-934-3231 Principal Office Address: 4791 Mt Rainier St Jurupa Valley CA 92509 2. Type of Firm: M 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: 7/9/18 State of Incorporation: California President's Name: Jennifer Mendoza Vice -President's Name: Jorge L Mendoza Secretary or Clerk's Name: Jennifer Mendoza Treasurer's Name: Jennifer Mendoza 3b. If a partnership, answerthefse/questions: Date of organization:State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-23-24-M01530A 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 City of Santa Clarita, California 4. Name of person holding CONTRACTOR'S license: Jorge L Mendoza License number: 1048288 Class: A, c-12 a c-21 Expiration Date: 12/31 /24 D.I.R. Registration # 1000063065 5. CONTRACTOR's Representative Title: Vice President Jorge L Mendoza Alternate: Jennifer Mendoza Title: President 6. List the major construction projects your organization has in progress as of this date: A. owner: City of Industry Project Location: Various locations City of Industry CA Type of Project: Replacement of existing asphalt pavement with PCC pavement B. Owner: City of Orange Project Location: Various locations City of Orange Type of Project: Removal and replacement of P.C.0 sidewalks, curbs, gutters, driveway arpon, cross gutter and spandrel. C. Owner: Project Location: Type of Project: CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-M01530A 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 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. LCR Earthwork & Engineering, Corp. 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). DESIGNATION OF SUBCONTRACTORS Bid # CIP-23-24-MO1530A 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 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 DIR Registration No.* Dollar Value of Work Pavement Recycling Systems, Inc 1000003363 2D& C00• ()O Location and Place of Business 10240 San Sevaine Way Jurupa Valley CA 91752 Bid Schedule Item No's: Description of Work License No. Exp. Date: 5 / 31/ 25 Phone�51) 682-1091 569352 - Subcontractor DIR Registration No.* Dollar Value of Work Crosstown Electrical & Data Inc 1000000155 1 C+ I bso. 00 Location and Place of Business 5454 Diaz St. Irwindale CA 91706 Bid Schedule Item No's: Description of Work v ; deo at+ecAi # vN S%Rrm l 1 License No. Exp. Date: 11/30 /24 Phone 026) 813-6693 756309 Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Ekp. 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. REFERENCES Bid #CIP-23-24-M01530A 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 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 Bellflower waffle ana Haaress of uwner / Agency Jerry Stock 562-804-1424 Name and Telephone Number of Person Familiar with Project $478,350.00 Remove and Replace Parking Lot 9/6/23 Contract Amount Type of Work Date Completed 2. City of Victorville Name and Address of Owner / Agency Harry Mayo 760-955-5000 Name and Telephone Number of Person Familiar with Project PCC sidewalks, drive approaches and $775,579.00 ADA accessible curb ramps 6/12/23 Contract Amount Type of Work Date Completed 3. _City of Industry Name and Address of Owner / Agency Chris Lum 562-896-2260 Name and Telephone Number of Person Familiar with Project Resurfacing of various city streets, cold milling, AC pavement overlay repair broken curbs, gutters, driveways and sidewalks $1.284.015 00 up radina ramps to ADA standards and pavement 1112123 Contract Amount marking and striping 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: Peter Micciche 3455 ocean view Blvd suite 200 Glendale CA 91208 213-336-3714 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CIP-23-24-M01530A 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 City of Santa Clarita, California As required by California Public Contract Code section 2204, Proposer certifies that the option checked below relating to Proposer's status in regard to the Iran Contracting Act of 2010 (Public Contract Code sections 2200 et seq.) is true and correct: ® Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of California. Contractor LCR Earthwork & Engineering, Corp. Firm 2/27/24 Date gned Jorge MendozaNice President Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-23-24-M01530A 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 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. NON -COLLUSION AFFIDAVIT Bid #CIP-23-24-M01530A 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )§ Jorge L Mendoza being first duly sworn deposes and says that he/she is the Vice President (sole owner, a partner, president, etc.) of LCR Earthwork & Engineering, Corp. 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, orthat 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 person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder:,_-2/ / /W"W SOWature Title Vice President ACKNOWLEDGMENT 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 ®a& ) On before me, iW1vj&v , j U t A (insert name and title of the officell personally appeared Im '. owfk. who proved to me on t'is of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) 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. E` °.,° rA$TIAI� pN$cCA•KAA$ WITNESS m hand and official seal. .'"" �f y �' = Notary Public - California z Riverside County > ` Commission T'' 2469306 . Fo.�. My Comm. Expires Nov 28. 20J r 7�!.,a 411n Signature - / - (Seal) SpNTA O{ ti ✓� C3 9 �fn �s nccc�e�� Addendum No.1 BID # CIP-23-24-MO1530A 2023-24 Overlay and Slurry Seal Program - Overlay A City of Santa Clarita, California Addendum No. 1 March 6, 2024 This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Invitation for Bid (IFB). I. Q&A DEADLINE - UPDATE The Q&A deadline has been extended to March 11, 2024 at 2:00 PM (PT). II. BID CLOSING DEADLINE - UPDATE The closing deadline has been extended to March 18, 2024 at 11:00 AM (PT). END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Contractor' Representative 7j,41r7i7w % ' Date LL -) l W A - 1nW oL1L Company Name BID # CIP-23-24-MO1530A 4 '4 *OFD';� OECEMHEe'. Addendum No. 2 BID # CIP-23-24-MO1530A 2023-24 Overlay and Slurry Seal Program - Overlay A City of Santa Clarita, California Addendum No. 2 March 7, 2024 This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Invitation for Bid (IFB). I. SECTION C — BID SUBMITTALS: UPDATED BID SCHEDULE The quantities in Line Item #5 have been updated. Please fill out the updated Bid Schedule and submit it with your bid response. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. -7145 Contractor's�fiepresentative j1tkin kA , Company Name BID # CIP-23-24-MO1530A '31 � / 20 Date BID SCHEDULE Bid #CIP-23-24-M01530A 2023-24 Overlay and Slurry Seal Program - Overlay A City Project No. M0153 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 bythe 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 NO. BID ITEMS PAYMENT REFERENCE UNIT CITY UNIT PRICE TOTAL COST 1 Mobilization, Bonds & Insurance G2-1 LS 1 $ $ 2 Traffic Control G2-2.8 LS 1 $ $ 3 Storm Water Pollution Control Program G1-8 LS 1 $ $ 4 1/2" Type A PG 64-28PM G2-8.4 TN 5,741 $ $ 5 AC D2 PG 64-10 G2-8.4 TN 1,644 $ $ 6 Keycut Al G2-4.6 LF 29,882 $ $ 7 Keycut 131 G2-4.6 LF 1,006 $ $ 8 4" Remove and Replace G2-6.4 SF 510 $ $ 9 Install Shoulder Backing (Allowance) G2-12.4 LF 100 $ $ 10 Lower and Adjust Manhole Covers to Finish Grade G2-9.3 EA 44 $ $ 11 Lower and Adjust Water Valve Covers to Finish Grade G2-9.3 EA 20 $ $ 12 12" White Crosswalk / Limit Line (Thermo) G2-10.4 LF 656 $ $ 13 Yellow Cont. Xwalk G2-10.4 SF 90 $ $ 14 Install Blue RPM @ Fire Hydrant G2-10.4 EA 21 $ $ 15 Striping Detail #22 (Thermo & Markers) G2-10.4 LF 82 $ $ 16 Striping Detail #23 (Thermo & Markers) G2-10.4 I LF 920 $ $ 17 Install Temporary Video Detection System G2-11.4 EA 2 $ $ 18 Remove and Install Permanent Traffic Loops G2-11.4 EA 7 $ $ 19 "STOP" Legend (Thermo) G2-10.4 EA 27 $ $ TOTAL BASE BID AMOUNT: $ TOTAL BASE BID AMOUNT IN WORDS: DocuSign Envelope ID: 2F2A58B5-932F-4EB5-BE17-24A20D2B6860 c�pNTA QM t3 OFC 16 DECE^�OEA Addendum No. 3 BID # CIP-23-24-MO1530A 2023-24 Overlay and Slurry Seal Program - Overlay A City of Santa Clarita, California Addendum No. 3 March 8, 2024 This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Invitation for Bid (IFB). I. EXHIBIT A —REVISED PLANS LANGUAGE Please see the attached Plans with updated language. Approved: 1111Docu5igned byl: 870E99383E)A43'o... Damon Leiz City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. � 2 Cont ctor's Repre ntative l2Qprc� Date Company Name BID # CIP-23-24-MO1530A -- ,R1IEfED BC ARRIVKR FOR CMSIpcMN re AAae'ri'SiwArxv � wrs, nrr EAIINlER xKx✓ CITY OF SANTA CLARITA 2023 =2, OVERLAY AND SLURRY SEAL PROGRAM OVERLAY A 3 3e CITY PROJECT NO. M0153 w = os fro E R, s GENERAL NOTES: AcT I THE oOISe L9SPPONSIBLE FOR ORTAInNL G ANECESBARY PERMITS ToR t FOR AREAS TO BE REMOVER A HEPLACEO,THEE COS.ETRACTOEDHALLURRNB TIESAMEWORKRAY. THEENOIxEERATLEASTTWJ(]) WORKIIIWYSFRWRTOTHECOMMENCEMF.YTa ACPAVEMENT < OWTVEENGINEER TO MARK THE LOGTWN OFTHE TH-EnoLTMELTTL Es RETRRUETURE-EFIIRISTTARTINS CH RESPONSIBLE HOURBNOTICE REQUIRES), O ANY THE CONIRACTORBNALL BE 8. ISLI OR PRIVATE L— THEco�CTTERIHsnueanTAAcOR i�oenRBROUNSsERVICAEnsieRT AT 811 AT WD 1)—NG BAY. PH -TO THE ARFACIKTHE IN mnR TMEON�PE'nVEMoERIOUIQR PH NAX E, SHOAR OR NOT aN E THECO ucTORs Au couPLvwITH AU APPLICABLE DIRRIN OF NOV9IRIAL RELATLONe(CAL09HA)SAFETY BTANRM09.IN ACCOREAMIE H SECTION I-IR.A OF THE 95PNC. LF BEOVEHTED BY THE NSPECTOR.THE CONTRACTOR BHALL PROVIDE PROOF OPA PERMIT 7 PRIOR TOTHE PLACEMENT OF OVERLAY, EANYRI0 GRASSANDWEEBE HALL BE DE9TBOYEOOBY AFAUCAION OF WEEDKILLERS. OBInONALLY AILP THOLES eORLTRId1BPARR DV e ION WPHINWOB—ETHAA.eWiLE INTERFEREWM WdiK COTMRACTO0. SHALL RE —SAID E OFo L DE`8. B RTTSHiD�i COxTRACTOR IS RE9PONERIS SAIATINS UNLESS THECUIT '° IaHORorvN=12ATITRINDINDB. I I — CINTHAOTER SHALL REMOVE EA ATING ASPHALT MUIERIAL FROM 13. CONTRACTOR SHALL REPLACE ALL P L'THE TT(IMIIN1 VALVE HUTOFSRF.APoURBIN ADVANESSHUTOFF VALIEBTOBEEHUTOFFII'H--SE CONTRACTOR LLESYFOR B.BYNDY 5 E.�B.nm below. C191euL.ywq 9 A own LOCATION MAP �D NTS "B"SH SHEETINDEX SHEET NO, SHEETOE2PTION Ti TITLE SHEET BABEELD HBO TO NB-0 NEU HN - HIS VBNI VAIENCU-vm 10 REVISION NO. 1-03/07/24 IN ACCORDANCE —SELERESELTING L"' NO IE Ty'F� AlY AUTHO_YTOTNE 0"BC1OR OF PUBLIC woB., DIRECTOR CRFANON Axe COMMUNTY SERVICES, OIRE"'R EIGNBORH0008F RUBB, 1818TANT CITY ENOINEERSO APPROVE AILAH 'SAID THE ox IMv NNOVEMEN TOFU.Uc PROPERTYFOR DEeION IMMuxLfr PNMENTRCOOEBECTIONUE'FOR RF O AN I_ EMENT TOTHE PUBLIC PAC—, R T1 a IAIER 1-11N. -R. -I - OR R-.. ` . I '= uarrry 111- IINIRAPa O� U ISME1 Em sTrwrwr E: <ED- - - - - - - - - - - -- - - o N-q -EELERRCM,D --E. E TYPICAL SECTION NO. 1 E > IN El NIIEOEE ENXT NE'I PAVEI KEYCUT - TYPE Al KEYCUT - TYPE I31 LONGITUDINAL KEYCUT TRANSVERSE KEYCUT IT. LEGEND -Al REYOUT ---------------------------------- -NNN-, -1 HEY-T IN-LIA-LO.I. NI,.U,., ILI 1111111LEITIVERAVIENTI-El VERWNTMVE 1AITRAN-ARINGIETAI O. z 12-ITELIMIT MNEITxERNOI -j 11-T-RISOLVALK-E( 11111) RN 1EI-SIREPLAOE o o z LU TY11CAL-TOINI-I ------------- - -- -------- ------------ IN - - - - - - - - - - - - - ------- - -- - - - - - - - - - - - o :S EVERETTENRIVE z� KEY MAP IN. NEYCUTA llNI) TI-AL-1-NO I NEIROLUTIONOFTHE ITYCOUNCIL-S-OF MOMM . . . . . . . - - - - - - - - - - - - - - - - INNNNN: IN -ORCRANCE WITH RESOLUTION NO, IHN . A IIANTACLAR, ITAQ,9,-YIK DISCRET(NNARY AUTHOR- D o REOTIRIF ., DIRECTOR OFRUKI-RKS, W,V,C" .-L, I, DIRE���IIN�EAGHB'O�RH�rDIER�ICE'L 1EER AN' A1S1lT AT - FNIIEENS TO PLAN INIA111111111IR ATIVOW BLVD I__ E.TTTT. ""'E ............... RE I-NANT TO ---EIT -I� REOTION -I R-R T"l 111=T.1,1 LAR 11, 1�1 IR.R1 'Ell THE.,. _ATEO 0 AN.A, RLARY AN OR LEIIGN. OR A GON-LOTION ' RR TO ON WTCHLINE Ng-B�SEE SHEET AR1NEIENTYOTNFON OlPNIL11-- STRICTURE, IIIPEITI TO -11"T"' REVISION NO. 1 - 03/07/24 STATENENT. y .. ATNN_._N__ N9-11 VERMONT DPoVE TYPICAL SECTION NO,.1 1• EVERETTDRIVE m IS TYPICAL SECTION NO.. 1 N� LOM IY O TYPICAL B.P.FrSECTION .F.F.F,<P.F...P..«�.F.F«>�s.L...T..w� ARA!_Y.T_._T_Yt_JP�PB.TJAY_ ATWOOD SLVD MATCHLINE N9-O � SEE SHEET u c D I oo M,�.B�r.MM.s•„B.�«�«.....M....>6�x3..fi.rara..F.ww+F..........,...,.+..F m,n.e�M+M"°"wr+wMaxEL ,., � a a wv o`5 a VJTIEELER ROAD Do fr E u E o�8p > 6 gn Q_ 8 m mGb ------------- < LEGEND -a—e-- TYPE A'KEYCUT S� A •I■I■H■IR B TYPE fit KEYCUT WATER ----- —--------- --------_ VALVE MANHOLE f w VERMONT DRIVE uN.. BLUE RETRORRFLECGVE PAVEMENT MARIER K CALTRANR STRIPING GETAIL-IR Q Z W IMIT LINE 3 s � � Q N OR P0.MGYE.LREPLACE°HRRM� SREMOVETPEE ROM Q O z 4 W a TLEVELI IGCOUReE OVER WIDTH OF KEYCUT TO b THICINTES9,LS FROM G ER UTAI(vzrsnaE . a u... eP RE 'wN cOUS�SEEloxnc) ' TYPICAL SECTION NO.1KEY MAP N6 pp HTS BOBm IN ACCORDANCE WRN flESOW11 NG. UTTER / UT RE oFTHE cCILARITA DELEGATINGrciuxerRlo / AUT ORRY TO THE DI RECTOR OF PUBLI TTT ` PROSE DWECTOR OF RECREATION ANOCOMMU SG REM MENT 1.]Os6 CUTTER CRT HOS,bR TOR OFNEANTECItt EN vnv P E APPROVE PLANS AND DESIGNS FOR THE CONSTRUCTIONPROPENTY FOR OF OR IMPROVEMENTS' KEYCUT - TYPE Al KEYCUT -TYPE Bl GN 11 PURSUAW TO GOVERNMENT CODEPURPOSES OF THELONGITUDINAL KEYCUT TRANSVERSE KEYCUT HECISCRE qN DEI DO HERB CEDATTEO TO ME ANI NTS HIS ESIGN, OR NMENOMENT OR STPuORACONATIR ciLREg1RPR PERTV TO KHICAIIT 1Q REVISION NO. 1-03/07/24 N9-2 MATCHLINE N9.8-SEE SHEET NBI U F C M NEYCUT Al (TYP.) C 2 o a yE: d ° �$ E z I.PIOALHEOTIOLIN°., �all uo .�.H - - - - ', ha .°' �. wwwwRn RRRnzORAynRMRRRw- RRM-- RM II DE WOLFE ROAD NEYCUTBI RYP.) w LEGEND "IMMMIMP, TIME Al —11 .x —MIN. TTPE NGROUT o _MMVALYE I! ® MANHOLE a O msrquxEw LOOPS O MR. BLUE RETRO—ECTRE PAVEMENT MARKER © GALTRANbsr 1— oeruLv Q a ¢ Z w z .-® %EYCOTAIT P.) YPI ®.Hi�L/ er... w. r .FFINE ® IVM ITEURST LINE arsr aF.raR.... �r..OALr . REFUOE(THERMO) O a GO N REMOYETaEE ROOTS i A.wwwwRRwRwwawwwwwR Z 02 Lu FOURL ROAD NO w PM 1 JF xlm� n 1 � ( TAERLEVELING COURSE OVER YHOTH S y y S FNEYcvT TO PTH°UICNNE55TT`3' FROM y Ea IPtrYP.� y ' .rmt u FAcc�veabE 41 IXEAP i j • M) a j5_' OUasE(.A.) TYPICAL SECTION NO. 1 ED o © KEY MAP Op 2PFx�` . — :: IRSCLOPI o IM SA AB CAN VONRDA. s�NTA CUNOFTHECRY-UNGGATINGII-THEC YO F _ IX. cuRe GUTTER ,IAGVTT"E0.°a RIERIDES W�LEY OA. RITYMTHE DIRECTOR OF PUBLIC w°R%S. DIRECTOROP RECREATION AND COMM UNRY IS AND NSUSTA TCITY ENGINEERS AND g99IeTAN TO tEIFY RFAMENEz. PgvEMENT 13N —L E WEE% RPAVEMENT ,a/i FIR AND DEwGxH FOR THE RUC TION OFgt IMPROVEMENTSTMUNITY OPERTV FOR wftPOSEb OF DESIGN IMMUNITY ORSUANT TOGOVEftxMExT CODE SECTION E%ERCIeE EBO.E FOR E SCALE .—I q EP0.EeENib ON ORIGINAL KEYCUT-TYPEA1 KEYCUT-TYPEB1 THE TYOF 9ANTA cLARItA.I W HEREBY GIBCflETIOx DELEGATED NDAPGPROVE LAN.GESIONCRAME MGIFIGATIOM °""Y' TN® LONGITUDINAL KEYCUT TRANSVERSE KEYCUT E PLAN OR DEH%RN, OR CONSTRUCTION NGYENEWTOWEPUB ACILmY, "RucMTUIIE.CR OF, OR NTS NrH 1Q REVISION NO. 1-03/07f24SR IROPENNTYTO N9.3 MATCHI- NE N9�C - SEE SHEET Ny-02 WILEY CANYON ROAD IAI CF KErCUTT" K:KNE5"' ROM CUTTER L11ITTP.) t4AREYCUTAt tr RFACECOURSE MEYCUTAI {rTYVEAPoet. PM) COU EYEIMO taN CO PSE (oE AC) tSM TYPICAL SECTION NO.N1R KEYCUT - TYPE Al KEYCUT -TYPE Bl LONGITUDINAL KEYCUT TRANSVERSE KEYCUT LEGEND ®—E-ALYE ® MANHOLE rrrva BLUE RETPOREFLECTIVE PAVEMENT MARKER GD ® CY INHITE LIMIT LINE(THERMO) PEMaVEI REHACE O , RUNE6 REMOVE TREE ROOFS KEY MAP pp aaeEN US p�aERLpAE°�Eo Ra�NGLE.•LIFT FRBPaRI3LaATEDGNDBR SEA, PAE COURSE LIP OR SPANORERt lYc3AC SURFAGEc �FEEMENT TEOKc04TALLVBRTIoAL :: RGEB PRIOR TOPAVING ABONE REMOVE & REPLACE 4" AC KEYCUT-TYPE Al KEYCUT-TYPEB1 LONGITUDINAL KEYCUT TRANSVERSE KEYCUT TAIII oP_DUTToo T"NN s iROIe OMnER Lw mP.) NEYCUTAI ))vz�Tvr[n ec Eoa-SUN.) iaM d•RGRRLOGATW `cOVRSE(D2 13N G3 Ac) TYPICAL SECTION NO. 2 LEGEND TEMGVEKEYOMT1E.AG YPIAI G WATER VUVE 8 MAN 101E IM.N. BLUE RETMIREFL—VE PAVEMENT MARKER FIRE HYDRANT (EN) ® IV —I LIMIT LINE(THERMO) on c S, c OC9 u G, pM$� E a e„ d ss I/ = OcOURiR S NE�(t RA `fLigW MCH RRTD KEY MAP KTA cE- REEc 0 REVISION NO. 1-03/07/24�� PRO'EMENTS NRUS TA, no cleBAR 11IRT— eR iIS. UARY SKI ION K,PURL" I—LITT. OR V8N-1 DocuSign Certificate Of Completion Envelope Id: 2F2A58B5932F4EB5BE1724A20D2B6860 Status: Completed Subject: Please DocuSign: Plans & Addendum #3 - 2023-24 Overlay and Slurry Seal Program - Overlay A, M0153 Source Envelope: Document Pages: 7 Signatures: 3 Envelope Originator: Certificate Pages: 5 Initials: 3 Leah Becker AutoNav: Enabled 23920 Valencia Boulevard Envelopeld Stamping: Enabled City of Santa Clarita, CA 91355 Time Zone: (UTC-08:00) Pacific Time (US & Canada) Ibecker@santa-clarita.com IP Address: 216.152.79.2 Record Tracking Status: Original Holder: Leah Becker Location: DocuSign 3/8/2024 8:15:59 AM Ibecker@santa-clarita.com Signer Events Signature Timestamp Connor Hahm DoCusiyned by: Sent: 3/8/2024 8:23:46 AM CHAHM@santa-clarita.com [hkahr fk" Viewed: 3/8/2024 10:05:25 AM Security Level: Email, Account Authentication D651031SABA14FB... Signed: 3/8/2024 10:06:14 AM 9 (Optional) Signature Adoption: Pre -selected Style Using IP Address: 75.12.21.83 Signed using mobile Electronic Record and Signature Disclosure: Accepted: 3/8/2024 10:05:25 AM ID:Od7b7d55-d061-43cl-b829-facc5ac7998f Shannon Pickett °S Sent: 3/8/2024 10:06:16 AM spickett@santa-clarita.com Viewed: 3/8/2024 10:43:58 AM Assistant City Engineer Signed: 3/8/2024 10:44:20 AM Security Level: Email, Account Authentication (Optional) Signature Adoption: Pre selected Style Using IP Address: 216.152.79.2 Electronic Record and Signature Disclosure: Accepted: 3/8/2024 10:43:58 AM I D: e478506d-bfa7-4c70-86l a-335285f46f35 Damon Letz 1V0B7'0*E"i9g3'8'3'E0'A'4;36 Sent: 3/8/2024 10:44:22 AM dletz@santa-clarita.com aAft, W12 Viewed: 3/8/2024 10:49:24 AM sistant Cit En ineer ... Signed: 3/8/2024 10:50:18 AM As y g Security Level: Email, Account Authentication (Optional) Signature Adoption: Pre -selected Style Using IP Address: 216.152.79.2 Electronic Record and Signature Disclosure: Accepted: 3/8/2024 10:49:24 AM ID: gel e92e6-dbdf-4c53-9e6c-445008eb2d18 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Leah Becker lbecker@santa-clarita.com City of Santa Clarita Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Status ICOPIED Connor Hahm COPIED CHAHM@santa-clarita.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Accepted: 3/8/2024 10:05:25 AM ID:Od7b7d55-d061-43c1-b829-facc5ac7998f Timestamp Sent: 3/8/2024 10:50:20 AM Sent: 3/8/2024 10:50:21 AM Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 3/8/2024 8:23:46 AM Certified Delivered Security Checked 3/8/2024 10:49:24 AM Signing Complete Security Checked 3/8/2024 10:50:18 AM Completed Security Checked 3/8/2024 10:50:21 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure Electronic Record and Signature Disclosure created on: 5/11/2023 1:07:24 PM Parties agreed to: Connor Hahm, Shannon Pickett, Damon Letz, Connor Hahm ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Santa Clarita (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check -box next to `I agree to use electronic records and signatures' before clicking `CONTINUE' within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per -page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing yourr consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. (Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. Afl notices and disclosures will be sent to you e➢ectrronic2fly Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Santa Clarita: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: csaunders@santa-clarita.com To advise City of Santa Clarita of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at csaunders@santa-clarita.com and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To irequest paperr copies from City- of Santa Clarita To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to csaunders@santa-clarita.com and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Santa Clarita To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your signing session, and on the subsequent page, select the check -box indicating you wish to withdraw your consent, or you may; ii. send us an email to csaunders@santa-clarita.com and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https•//supportdocusign com/guides/signer= ug ide- signing-system-requirements. Acknowledging yo urr access and consent to rreceive and sngnn documents electronicaRRy To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check -box next to `I agree to use electronic records and signatures' before clicking `CONTINUE' within the DocuSign system. By selecting the check -box next to `I agree to use electronic records and signatures', you confirm that: You can access and read this Electronic Record and Signature Disclosure; and You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and Until or unless you notify City of Santa Clarita as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by City of Santa Clarita during the course of your relationship with City of Santa Clarita. March —�2�24 0/re, Nannfj and Title of Signatory CaliforniaCity Project No. M0153 city of santu Clarita, KNOW ALL PERSONS BY THESE PRESENTS that LCR Earthwork & Engineering, Corp, , as BIDDER, and The Gray Casualty & Surety Company as SURETY, are held and firmly bound unto the City of s manta Clarita, a * dollars 0°/a which is ten percent (10%) r CITY, in the penal sum of ( } of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BI DDER and SURETY agree to be bound, jointly and severally, firmly *Ten yPercent of the Total Amount of the Bid 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. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and deals, this 13th _ Day of �aNTRAC10111: Earthwork & LCP Legal Narne of Bidder Signature A7AI Mt Rainier St. Jurupa Valley, CA 92509 Bidder Address (91) 934-3231 Telephone Number Number Federal Tax I.D. No, Surety: The Gray Casualty & Surety Company SURETY*: Agent: Preferred Bonding & Insurance Services Name Pietro Micciche, Atforney-in-Fact Surety: (877) 857-6006 Email: kpaloma@.graysijrety.com Agent: (323) 663-7814 Email: peterm a@preferredbonding.com._.___._._...._.._.._._____ Phone Number and Email Surety: 1225 W. Causeway Approach, Mandeville, LA 70471 Agent: 3455 Ocean View Blvd #200, Glendale, CA 91208 Andress *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. curet si natures rust kae r,otri:chc prior tc} ukrnittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 WNMMIZ �— $rg 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 OnIAML)IA before me, An, n, personally appeared Pietro Mic.ache Nunez, Notary Public Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(K) whose name(g) ispAt* subscribed to the within instrument and acknowledged to me that he/x1xo(fty executed the same in his/)QX,Dft)qk authorized capacity(*X), and that by his/XW)*0,Xsjgnature(p) on the instrument the person(,N), or the entity upon behalf of which the personIX) acted, executed the instrument. ANGEL NUNEZ Notary Public - California Los Angeles County N Commission # 2321675 MY COMM, Expires mar 14, 2024 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of ��" Cali that the foreg paragraph is true and cor 0 I i, , 11, _X7 I WIN .201a1 Signature of 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: Document Date: Number of Pages: --__ Signer(s) Other Than Named Above: --- Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): ........ ..... . .. Partner — F" Li * d E General Individual 7Attorney in Fact Trustee f Guardian or Conservator Other: Signer Is Representing: Signer's Name: Corporate Officer — Title(s)- Partner — 3 Limited I General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: Q2014 National Notary Association - www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item#5907 Preferred Bonding Semmes 1'_ 07'2023 1 d-11 1049598040576 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY ,& SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number:'DID Principal: L. (� � [Folf -_ WVto �r 'li ' ��llneerl,)I`D L'a QQ Project: 2t�Z3 LZ DV�f��'.�. n�, 6ol 'frog -pm- pm- l%a%eo, .+7. 13i4 � y a 1,T3p. KNOW ALI. l3Y'ri lESE PRi Sl Nfs 'I'i I,A'I i Inc Ora,, Insurance C ompam and '1 he C,rm C'asualt5 & Surest Compam. corporations dui% organized and existing under tits la%%s ol'Louisiana. and ha%iti+g their principal offices in klctairic. I.c,uisianx. dc> hcrcb% ntaicc. ccinatftutc, and appoint:. Patricia Zenizo, Elisabete Salazar, and Pietro Miceiche of Los Angeles, California jointly and severally on behalf'ofeach ofthe C omptoties named aboxc its true: and La%%lul Attor-ne%ts1-ut-fact. to stake. execute. seal and deli%er. far and on its behalfand as its deed- bonds. or other %%ritings obligator in the stature ofa band. as surd%. contracts of-suretship as arc or niay be required or permitted b\ la%%. regulation. contract or otherwise. provided that no bond or undcrtakin` or contract of surct%ship executc:tf under this authoriI% shall exceed the amount of S25.000-000.00. liti. P(mer of Attorne\ is granted and is signed h\ facsimile udder and In the authorit; of' tile firflimin_u Resolutions adopted h% the Boards of Directors of both -rhe Gra\ Insurance C'ompatn and The Cira} C'asualt� & Surefy Company at tncctinr+s duly called and h41cI on'the 261" da% or .I une. 2003. ` " RLSOL,VGU. that. the President. Lwcuthe Vice Presidctt . an\ Vice President. or the Sccrctar� be and each or an% of theln hcrebx is authod/ed to execute a po%%er of Attorney qualil% ing the attornc , Tanned in the Cohen Po%%er ol'Attorne% to execute on behalf' ui'the Cutnpeamy bonds. undertakings, and all contracts of'surety. and that each or am ol'thenl is hcreb% authorised its attest to the execution ai'Nuc h L'ut%er cif Attornes�. and to attach the seal of the Company: and it is H ;R'ri Il:R RI(SOLVI:1). that the signature ofsuch officers and the seal of the C'ompam ntay he afiixcd its an', such Poaer of Attorney or to any certificate relating thereto by facsimile. and am such Po%%cr ol'Attornc% or certificate bt:aring such faesintile signature or facsimile seal shall be hittdinC� upon the Company nox% and in the future n hen so affixed %% ith regard to am bond. undertaking or contract of stlretl to %t hich it is attached. IN WI NI SS WI It-,REOI=. The Gra% Insurance Cexnpank and 'I'Ine Ora, C'asualt� & Sure:t% C'ontllum ha%C caused their official seals to he hercinto affixed. and these presents to be signed b% their authori/ed officers this 4111ttax ol'`otcmhcr. 2022. so R�""""�p.C._ a� Q: �a SEAL state: or l .ouisiantt Michael i -lira% President fhc Ora-, ln:surancc: C'ornpam 670 gJf^y4 Y i g6 Cullcn S. I'iske <:��� lei President Hie Gras C usuah & Surety Company �, } ss: Parish of'.101erson Ott this 44 da,. ol'Noventber. 2022. before nte. a \otar Public. personalk appeared ;michuel i'. Clru\. President of Hie Gra% Insurance C'ompari}. and Collets S. Piske. President of the Gra) Casual,,% & 5urch Compan%. pc:rNttnalk knu%%tn to tile. heirs citify ,%%ant. ackiio%%ledgcd that they sfened the abo%e Ptn%er of Attorrn% and al&Cd thc',Call, of the acanpanies as oilicers ol: and ackitoa ledged said instrument to be the %olurntar} act and deed. oftheir cumprtnics. v > u9trG Leitch Anne Ilenican Notar) Public. Parish of'Orieanl, State o1-I.()uisiana U+iCr~: kI% Commission is for Life I.:4,Iark S. Nlant untr Secretar% of 1-he C.ira% Insurance Company. do hci•Cb% :cttill that the abm e and lirrgoing is it true and correct copy ofa Iltmcr of Attorney given bx the:compani s. Which is still in full force and effect. IN W rrNLSS lik"I H-RFOI;. I ha%c Net nt) hand and affixed the Seals of the Company this I,&N oCM0rfik rol"r&*rvw& o l f. Leigh Anne Henican. Secretary of I he t ire% C'asualt, & Nureu company . do her&h, cer•ritj that the aboxe mid flora ping is a true and correct copy ofa Po%%crot`Attonncy Luken by the cnrnpaniCS. %%hick is�still in full linC -cc and c' ect. IN WFI NESS Wl ll:Iifa)l . 1 hzt%set my hand and affixed the seals of the C'oinpany this 13�day oi' \417'• /- \ `kv 7 ,LJ . - , off � , o�rd• .�.s �„',., ;= SEffiIe ro�a SEAL yam. � �•+'�`� y'r�""'-•�..�..r`�' ACKNOWLEDGMENT 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 Go 61 s On f)2���1-to T�' before me, y► fC�''� -s A � (insert name and title of the officer) 41 personally appeared 70QPI L. ~10 who proved to me on thuy bagis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) 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. WITNESS my hand and official seal. ]*my SENot Notary Public BASTIAN A. o Ca 1-111. S Z Z Riverside County > Commission # 2469306 Zoe Comm. Expires Nov 28. 2027 Signature ✓y ��"' (Seal)