Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2024-09-10 - AGENDA REPORTS - PROJ C2028
O Agenda Item: 9 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: ' DATE: September 10, 2024 SUBJECT: ORCHARD VILLAGE ROAD PROTECTED PEDESTRIAN AND BICYCLE FACILITY, PROJECT C2028 - PLANS, SPECIFICATIONS, AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Orchard Village Road Protected Pedestrian and Bicycle Facility, Project C2028. 2. Find the Orchard Village Road Protected Pedestrian and Bicycle Facility exempt from review under the California Environmental Quality Act (CEQA) pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301. 3. Award the construction contract to Toro Enterprises, Inc., in the amount of $568,997 and authorize a contingency in the amount of $56,900, for a total contract amount not to exceed $625,897. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND Orchard Village Road is a major arterial in the City of Santa Clarita (City), integral to the annual Fourth of July Parade, and essential year-round for community connectivity including senior housing and retail, commercial, and educational facilities. The road is currently striped as a four - lane roadway with wide shoulders followed by a raised parkway with large trees. The project improvements aim to enhance the safety and accessibility of Orchard Village Road through a barrier -protected, shared -use path for pedestrians and bicyclists. Page 1 Packet Pg. 49 O The project spans approximately one mile along Orchard Village Road, extending from Lyons Avenue to Mill Valley Road as shown on the attached location map. The project involves constructing a nine -foot -wide, shared -use path along both sides of Orchard Village Road, separated from vehicular traffic by flexible delineators mounted on a rigid base within a three- foot wide striped buffer area, as shown on the attached rendering of the design. This design utilizes the existing shoulder, and preserves the existing eight -foot -wide, raised parkway with mature trees, which precludes the installation of a traditional sidewalk. This project supports the Building and Creating Community theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2025. A Class IV separated bicycle and pedestrian facility along this segment was recommended in the City's 2020 Non -Motorized Transportation Plan (NMTP), adopted by City Council on November 24, 2020. The projects priority was determined using a scoring system evaluating public demand, connectivity, cost, safety, and equity. The NMTP's community engagement included pop-up events, community meetings, a bilingual survey (available in both hard copy and electronic formats), and a project web page with an interactive mapping tool for residents to specify their pedestrian and bicycle needs. This project is funded through an Active Transportation Program (ATP) Cycle VI grant provided by Caltrans. As part of the grant requirements, the project will be implemented as a quick -build demonstration and evaluated over a period of six months to two years to assess the benefits of the newly created path. There is an option to permanently maintain the path based on the feedback from the community. The Orchard Village Road Protected Pedestrian and Bicycle Facility 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 safety improvements, or minor alteration of existing public structures, facilities, 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 Orchard Village Road Protected Pedestrian and Bicycle Facility project will be performing minor alterations and safety improvements to existing streets for the purpose of public safety by adding bicycle facilities. An invitation to bid was published and circulated via the City's e-procurement system, BidNet, on July 3, 2024. The City transmitted the solicitation to 1,465 vendors on BidNet, of which 35 vendors downloaded materials. A total of three bids were submitted and opened on August 1, 2024. The results of the bids are shown below. Company Location Bid Amount Toro Enterprises, Inc. Oxnard, CA $568,998 Chrisp Company Santa Paula, CA $615,367 Superior Pavement Markings Cypress, CA $698,211 Staff recommends the project be awarded to Toro Enterprises Inc., the lowest responsive and responsible bidder. This contractor possesses a valid contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and Page 2 Packet Pg. 50 O conformance to the contract documents and was found to be complete. The bid proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. The requested contingency will cover the cost of unforeseen design constraints, design modifications requested by the City or other permitting agencies, field investigations, permits required by other agencies, and additional costs associated with night work. The remaining project funds will cover all anticipated project administrative costs, including staff time, project management, public works inspections, utility fees, and labor compliance monitoring. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure account C2028259-516101 (Miscellaneous Grant Fund) to support the recommended contract and project administrative costs. ATTACHMENTS Location Map Rendering Bid Proposal for Toro Enterprises, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 51 Orchard Village Road Protected Pedestrian and Bicycle Facility, Project C2028 - Rendering 01 am 0, A W e{ 7 �CY ,�5, ► � i T tN wt- 64, Y 1 tiK *Not to Packet Pg. 53 r DOCUMENT CHECKLIST Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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) Ell Proposal Form U Notice to Bidders Regarding Contractual Requirements Bid Schedule 3 Bidder's Information and Certification U Bidder's Questionnaire Certification of Non -Segregated Facilities 0 References U Equal Employment Opportunity Certification L1 Non -Collusion Affidavit EJ Government -Wide Debarment and Suspension (Nonprocurement) ® Buy America Certification All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet Q Exhibit 10-Q Disclosure of Lobbying Activities raT Exhibit 12-B Bidder's List of Subs 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 at time of bid or no later than 48 hours after bid closing: ❑ EEO Certs of subcontractors over $10,000 The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Michael Lanzone ❑ Capital Improvement Project Agreement ❑ Faithful Performance Bond (Notarized) ❑ Labor & Material Bond (Notarized) ❑ Insurance Required by Contract ❑ W9 ❑ Fringe Benefit Statement Addendum No. 1 July 17, 2024 Addendum No. 1 BID # CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility 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 July 16, 2024, beginning at 1:00 PM PT. The meeting was conducted via Zoom. Attending Staff: • Michael Lanzone— Assistant Engineer, Public Works • Annette Guzman —Administrative Analyst, Public Works • Jaclyn Abston — Buyer, Administrative Services Attending Vendors: • Jesse Diaz, Toro Enterprises • Raul Guzman, Superior Pavement Markings The following questions were asked and answered: Vendors did not ask questions during the meeting. The following was reviewed: • Project scope of work • Bidding Guidelines • Labor Compliance END OF ADDENDUM This addendum rpdst be acknowledged via BidNet and should be included with the response. :on#r ctor's Representative SEAN CASTILLO, PRESIDENT TORO ENTERPRISES, INC. Company Name 2-q Date BID # CIP-24-25-C2028 Addendum No. 2 July 22, 2024 Addendum No. 2 BID # CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City of Santa Clarita, California This addendum must be acknowledged via Bid Net and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. License Requirement CA License (A) General Engineering Contractor, or (C-32) Parking and Highway Improvement Specialty Contractor After further review, the work specified in the project can be completed in majority (50% or greater) by a C-32 license contractor, provided that: "When a specialty contractor is authorized to bid a project, all work to be performed outside of his or her license specialty... shall be performed by a licensed subcontractor..." in accordance with California Code, Business and Professions Code - BPC § 7059 This is to include restoration of Existing Improvements (CA Green Book, Part 4) which may not be covered under the license requirements of a specialty contractor. As such, a C-32 California licensed Specialty Contractor may bid on the project. END OF ADDENDUM This addendum mu,,t be acknowledged via BidNet and should be included with the response. Contractor's RepresentatiVe Date SEAN CAST�I1�LO, PRESIDENT TORO ENTERPRISES, INC. Company Name BID # CIP-24-25-C2028 PROPOSAL FORM Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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: 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 Z/ Signature: Date: NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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 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. Liabilitv 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 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 Coveraee Insurance (Services involvina real orooertv 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. 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 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 requirements and agree to be bound by them for any work performed for the City. Authorized Signature: z Date: Printed Name: SEAN CASTILLO, PRESIDENT BID SCHEDULE Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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. DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1 Mobilization/Demobilization 1 LS $(lq 5;0 — t ' $) � 2. Water Pollution Control, Implementation and Maintenance of BMPs 1 LS $ +�v � —. $ L9(9 3 Remove Traffic Stripe 1,748 LF $ V $ _! 117� 4 Remove Pavement Markings 1 EA $ $ 5 Refresh Existing Line 1,411 LF $ �// ""� V, �L/ $ 6 Traffic Lane Lines, Detail 12 320 LF $ (�, �C7 $ 7 Channelizing Line, Detail 38 200 LF $ $® 8 Bike Lane Line, Detail39 11,743 LF $ $ 6 �� 9 Bike Lane Intersection Line, Detail 39A 1,346 LF $ rTs' $ e 10. 12" White Diagonal Hatch at 45' spaced at 15' 118 LF 11. Type IV (L/R) Arrow 1 EA $ 12 $ 2© 12 Bike Lane Arrow 2 EA $ ��� $13. Bike Lane Symbol w/ Person 14. Refresh Existing Pavement Marking ! If G 15. Remove Sin 14 1 EA 4 9 16. Remove Sign and Post 33 EA $ i 17 Furnish and Install Sign Only 2 EA $ 2 �> $ 5�5� r 18 Traffic Control 1 LS too — $ 3Z trio. T- 19 Vertical Delineator -Furnish and Install 3,900 LF $ (7 4- — $20. Vertical Delineator -Furnish Only TOTAL BASE BID AMOUNT: $ TOTAL BASE BID AMOUNT IN WORDS: 4fe,, rr( V r BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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: 11/3/2014 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,2101 E VENTURA BLVD,OXNAR,CA 93036;805-483-4515 JERRY HANNIGAN,SECRETARY;2101 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 orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint 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 is proposal with the names, title, hands, and seals of all aforementioned principals this = day 2024 . BIDDER: Signature SEAN CASTILLO, PRESIDENT Name and Title of Signatory TORO ENTERPRISES, INC. Legal Name of Bidder 2101 E VENTURA BLVD,OXNARD,CA 93036 Address 805-483-4515 77-0396663 Telephone Number Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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: XC 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 4. 5 BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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 SANTA CLARITA Project Location: VARIOUS LOCATIONS Type of Project: GRIND AND OVERLAY B. Owner: CITY OF MALIBU Project Location: MORNING VIEW DR Type of Project: AC PAVING,CONCRETE WORK AND STRIPING C. Owner: CITY OF SIMI VALLEY Project Location: VARIOUS LOCATIONS Type of Project: AC PAVING,CONCRETE WORK AND STRIPING CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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). RFFFRFIVr FC Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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 SANTA BARBARA;735 ANACAPA ST, SANTA BARBARA,CA 93101 Name and Address of Owner/ Agency ADAM ZIETS;805-897-1981 Name and Telephone Number of Person Familiar with Project $5,098,139 AC OVERLAY,STRIPING 4/2023 Contract Amount Type of Work Date Completed 2 CITY OF GOLETA;130 CREMONA DR SUITE #B,GOLETA,CA 93117 Name and Address of Owner / Agency TERESA LOPEZ;818-370-2057 Name and Telephone Number of Person Familiar with Project $2,429,263 REPLACEMENT OF TRAFFIC STRIPING AND MARKINGS 8/2022 Contract Amount Type of Work Date Completed 3 CITY OF PASADENA;100 GARFIELD AVE,PASADENA,CA 91101 Name and Address of Owner/ Agency JAMES TONG;661-510-2312 Name and Telephone Number of Person Familiar with Project $4,498,494 STREET RESURFACING AND TRAFFIC STRIPING AND MARKNINGS 9/2022 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 SPECTOR1909-612-3654 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA;21688 GATEWAY CENTER DR,DIAMOND BAR, CA 91765 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 City of Santa Clarita, California This bidder TORO ENTERPRISES,INC. proposed subcontractor N9 f1,Z hereby certifies that it has :X, _, has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has Y , has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or admin' tering AGENCY, or the former President's Committee on Equal Employment Opportunity, all repots thare under the applicable filing requirements. Company: TORO ENTERP By: Title: SEAN CASTILLO, PRESIDENT Date: (�--1 r Note: The above certification is required by the Equal Employment Opportunity of the Secretary cif Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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 FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. NON -COLLUSION AFFIDAVIT Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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 person or persons as have a partnership or otherfinancial interest with said BIDDER in his general business. Bidder: Signature Title SEAN CASTILLO.PRESIDE PROPOSAL GUARANTEE BID BOND G" "C'm 2w ` `020 OIU fT�.Ir�LY�G7�\.GULO Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 City of Santa C►arita, 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, t, is 26th Day of July , 20 24 CONTRACTOR: I i 5 ` Name and Title of Sig atory Signature SURETY*: -��n� nr,iTLnnnicr_c ini� Legal Name of Bidder 2101 E VENTURA BLVD. OXNARD, CA 93036 Bidder Address 805-483-4515 7 7 03 q6 P66 (✓ Telephone Number Federal Tax I.D. No. Travelers Casualty and Surety Company of America Name `Ethan Spector, 909-612-3030, TCHRIST4@travelers.com Phone Number and Email 655 N. Central Ave., Suite 1100, Glendale, CA 91203 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 signatures must be notarized prior to submittal. 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 Vaz �u-ZC6) s_t On before me, S D A IR5 / no (inse name and title of the fficer) personally appeared a L-60 / / U 0 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/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. Signature J (Seal) ,.. W TY50N RISING COMM. #2388737 z 013.. - Notary Public California o z ` A Ventura County M Comm. Expires Dec. 31, 2025 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 JUL"- Marina Tapia, Notary Public On UL 2 �veC.�+ before me, p Y Date Here Insert Name and Title of the Officer Personally appeared Ethan Spector Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(5d whose namek) is&X subscribed to the within instrument and acknowledged to me that he/ki VXexecuted the same in his/jT(Xk vauthorized capacity), and that byhis/jZaRr rsign ature()ontheinstrumenttheperson),ortheentity upon behalf of which the personk) acted, executed the instrument. MARINATAPIA L0 COMM. # 2333302 � ' ' tg NOTARY PUBLIC - CALIFORNIA t , m LOS ANGELES COUNTY Cn My Comm. Expires Oct 7, 2024 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 , �c%dv--k, 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 0 Corporate Officer—Title(s) 0 Partner 0 Limited 0 General 0 Individual 0 Attorney in Fact DTrustee 0 Guardian or Conservator 0 Other Signer's Name 0 Corporate Officer—Title(s) 0 Partner 0 Limited OGeneral 0 Individual 0 Attorney in Fact ❑Trustee 0 Guardian or Conservator Other Signer Is Representing Signer Is Representing Travelers Casualty and Surety Company of America - Travelers Casualty and Surety Company TRQVELERS`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. '1 9 �x n 9� 1� W cor+N. 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. i �lJv V My Commission expires the 30th day of June, 2026 i* NOfAAY Anna P. Nowik, Notary Public y0,�MV�cY 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 Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and 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 Attomeys-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 J G L [: 5 L924. luarrc COwRNN COrj e .•!'t 4 cptil. / 2 W` F o � trw 1 �, � • �� dt N �S' ly Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, 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 ofAttorney is attached. No. 6516 STATE OF CALIFORNIA DEPARTMENT OF ! S U KAN CE 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 of Hartford, Connecticut, organized under the laws of Connecticut, subject to its Articles of Incorporation 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 fall compliance with all, and not in violation of any, of the applicable ]aws and lawful requirements made under authority of the laves of the State of California as long as such Icays 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 uffrxed this 16& day of June, 1997. Fee: $ 92.00 Chuck Quackenbush Rec. No. Insurance Commissioner Filed: 5/28/97 By Victoria S. Sidbury Deputy Certification I the i/nrinr.ciannri Insuronrg Cnm.missiongr of the StotP ofsolifnrnin; on hnrahv rartifi) that 7 hove compared the above copy of Certificate of Authority with the duplicate of original now on file in my off ce, and that the same is a full, true, and correct transcript thereof and of'the whole of said duplicate, and said Certificate of Authority is now in full force and effect. IN WITNESS WHEREOF, I have set uiy hand and caused my official seal to be affixed this 29tt, day of September, 2020. Ricardo Lara Insurance Commissioner By Magnolia Cutierrez-' GENERAL ENGINEERPIG 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"' day of July 2016. Jerry Ha H nnigan Secretary JHhc Equal Opportunity Employer PO BOX 6285, OXNARD, CA 93031 PHONE: (805) 483-4515 FAX: (805) 483-3635 BIDDER'S BOND Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 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 for: ILA/6 dollars ($ 0/(4_), 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: Orchard Village Road Protected Pedestrian And Bicycle Facility Bid No. CIP-24-25-C2028 Project No. C2028 Bidder's Signature I ZA CONTRACTOR/BIDDER �A Address City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCURMENT) Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 City of Santa Clarita, California Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. (1) It will comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debarment," 2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," 2 CFR part 180, (2) To the best of its knowledge and belief, that its Principals and Subrecipients at the first tier: Are eligible to participate in covered transactions of any Federal department or agency and are not presently: (1) Debarred, (2) Suspended, (3) Proposed for debarment, (4) Declared ineligible, (5) Voluntarily excluded, or (6) Disqualified, b. Its management has not within a three-year period preceding its latest application or proposal been convicted of or had a civil judgment rendered against any of them for: (1) Commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction, or contract under a public transaction, (2) Violation of any Federal or State antitrust statute, or (3) Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making any false statement, or receiving stolen property, C. It is not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses listed in the preceding subsection 2.b of this Certification, It has not had one or more public transactions (Federal, State, or local) terminated for cause or default within a three-year period preceding this Certification, If, at a later time, it receives any information that contradicts the statements of subsections 2.a — 2.d above, it will promptly provide that information to FTA, It will treat each lower tier contract or lower tier subcontract under its Project as a covered lower tier contract for purposes of 2 CFR part 1200 and 2 CFR part 180 if it: (1) Equals or exceeds $25,000, (2) Is for audit services, or (3) Requires the consent of a Federal official, and g. It will require that each covered lower tier contractor and subcontractor: (1) Comply and facilitate compliance with the Federal requirements of 2 CFR parts 180 and 1200, and (2) Assure that each lower tier participant in its Project is not presently declared by any Federal department or agency to be: a. Debarred from participation in its federally funded Project, b. Suspended from participation in its federally funded Project, c. Proposed for debarment from participation in its federally funded Project, d. Declared ineligible to participate in its federally funded Project, e. Voluntarily excluded from participation in its federally funded Project, or f. Disqualified from participation in its federally funded Project, and (3) It will provide a written explanation as indicated on a page attached in FTA's TEAM -Web or the Signature Page if it or any of its principals, including any of its first tier Subrecipients or its Third Party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. Certification Contractor TORO ENTERPRISES,IN Signature of Authorized Official Date _/ L /q Name and Title of Contractor's Authorized Official SEAN CASTILLO,PRESIDENT BUY AMERICA CERTIFICATION (STEEL OR MANUFACTURED PRODUCTS) Bid #CIP-24-25-C2028 Orchard Village Road Protected Pedestrian and Bicycle Facility City Project No. C2028 City of Santa Clarita, California General Requirement (as stated in 49 CFR 661.5) a. Except as provided in 49 CFR 661.7 and 49 CFR 661.11, no funds may be obligated by FTA for a grantee project unless all iron, steel, and manufactured products used in the project are produced in the United States. b. All steel and iron manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel additives. c. The steel and iron requirements apply to all construction materials made primarily of steel or iron and used in infrastructure projects such as, transit or maintenance facilities, rail lines, and bridges. These items include, but are not limited to, structural steel or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or iron used as components or subcomponents of other manufactured products or rolling stock, or to bimetallic power rail incorporating steel or iron components. d. For a manufactured product to be considered produced in the United States: 1. All of the manufacturing processes for the product must take place in the United States; and 2. All of the components of the product must be of U.S. origin. A component is considered of U.S. origin if it is manufactured in the United States, regardless of the origin of its subcomponents. If steel, iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each bidder or offeror in accordance with the requirement contained in 49 CFR 661.13(b). Certificate of Compliance with Buy America Requirements The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1), and the applicable regulations in 49 CFR part 661. Company: TORO ENTERPRI Name: SEAN CASTILLO Signature: JNC. Title: PRESIDENT __ Date: f'- f -4 q Certificate of Non -Compliance with Buy America Steel or Manufactured Products Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 5323(j)(2), as amended, and the applicable regulations in 49 C.F.R. 661.7. Company: Name: Title: Signature: Date: Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: a. contract N/A a. bid/offer/application b. grant b. initial award c. cooperative agreement c. post -award d. loan For Material Change Only: e. loan guarantee N/A year_ quarter_ f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: ❑ Prime N/A Subawardee Tier . if known 6. 8. 10. 12. 13. 15. Congressional District, if known Federal Department/Agency: N/A Federal Action Number, if known: N/A Name and Address of Lobby Entity (If individual, last name, first name, MI) W1 3. Report Type: ❑ a. initial N/A b. material change N/A Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable V 9. Award Amount, if known: N/A 11. Individuals Performing Services (including address if different from No. 10) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) N/A Amount of Payment (check all that apply) 14. Type of Payment (check all that apply) $ N/A ❑ actual planned a. retainer b. one-time fee Form of Payment (check all that apply): c. commission N/A ea. cash d. contingent fee b. in -kind; specify: nature N/A e deferred Value f. other, specify Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: Yes ❑ No ❑ 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. print Name: SEAN CASTILL 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any PRESIDENT person who fails to file the required disclosure shall be subject Title: to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Telephone No.: 805-483-4515 Federal Use Only: Standard Fonn LLL Rev. 04-28-06 Distribution: Orig- Local Agency Project Files Date: 8-I -7-1 Authorized for Local Reproduction Standard Form - LLL Page 1 LPP 13-01 May 8, 2013 Local Assistance Procedures Manual EXHIBIT 10-Q Disclosure of Lobbying Activities INSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant, or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. 11. Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 13. Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 14. Check all boxes that apply. If other, specify nature, 15. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 16. Check whether or not a continuation sheet(s) is attached. 17. The certifying official shall sign and date the form, and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SF- LLL-Instructions Rev.06-04 Page 2 LPP 13-01 May 8, 2013 Local Assistance Procedures Manual Exhibit 12-B Bidders List of Subcontractors (DBE and Non -DBE) Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non -DBE) - Part 1 As of March 1, 2015 Contractors (and sub -contractors) wishing to bid on public works contracts must be registered with the State Division of Industrial Relations and certified to bid on Public Works contracts. Please register at https://www.dir.ca.gov/Public-Works/Contractor- Reg istratio n . htmi. The local agency will verify registration of all contractors and subcontractors on publicworks projects at bid and thereafter annually to assure that yearly registration is maintained throughout the life of the project. In accordance with Title 49, Section 26.11 of the Code of Federal Regulations, and Section 4104 of the Public Contract Code of the State of California, as amended, the following information is required for each sub -contractor who will perform work amounting to more than one half of one percent (0.5%) of the Total Base Bid or $10,000 (whichever is greater). FEDERAL PROJECT NUMBER: Photocopy this form for additional firms. Subcontractor Name&Location Line Item & Description Subcontract Amount Percentag eof Bid Item Subcontracted Contractor License Number DBE (Y/N) DBE Cent Number Annual Gross Receipts DIR Reg Number NAME < $1 million ^ n� / �d < $1 million $10 million 1i7 ate < mi ion Age of Firm in years NAME < $1 million < $5 million < $10 million City, State I< $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME < $1 million < $5 million < million City, State I< $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million City, State I < $15 million ge of Firm in years NAME [Age < $1 million < m1 ion < $10 million City, State < $15 million of Firm in years NAME < $1 million < $5 million < $10 million State < m_ TMon Age of Firm in yeafs NAME < $1 million < $5 million < $10 million City, State < $15 million Age of Firm in years Distribution —Original: Local Agency File; Copy: DLAEw/Award Package Page 1 of September 2021 Local Assistance Procedures Manual Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non -DBE) - Part 2 In accord an ce with Title 49, Section 26 of the Co de of Fed eral Reg ulatio ns, the Bidder sh all list all subco ntractors wh o p rovid ed a q uote o r bid but were notselected to participate as a subcontractor on this project. FEDERAL PROJECT NUMBER: Photocopy this form for additional firms. Subcontractor Name & Location i Line Item & Description Subcontract Amount Percentage of Bid Item Subcontracted Contractor License Number DBE (Y/N) DBE Cert Number Annual Gross Receipts DIR Reg Number NAME I< $1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME I< $1 million < $5 million < $10 million City, State < million Age of Firm in years NAME I< $1 million < $5 million < $10 million City, State I< $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME < $1 million < $5 million < million City, State I< $15 million Aye of Firm in years NAME < $1 million < $5 million < $10 million City, State I< $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million Age of Firm in years NAME I< $1 million < million < $10 million City, State I< $15 million Age of Firm in years NAME I< $1 million < $5 million < $10 million City, State I< million Age of Firm in years Distribution —Original: Local Agency File; Copy: DLAE w/Award Package Page 2 of 2 September 2021 DOORS - Compliance Snapshot CALIF0RNIA .GOv eesaue aD DOORS DOORS Home Message CenW Out -Tools a -ROAR Owner Inlormagm Vehicle & Engine VDECS Compliance Snapshot Engine Repa Low -Use Agnwllvml Whidu Funding Non Standard Engine Nnn Diesel Engine DOORS ID: 1748 Company Name: O & C TORO CORPORATION DOORS Disclaimer Fleet Compliance Snapshot As of Today (December 12, 2023) Rmmsh Fleet Dana Hi Carlos, LogOut long -Term Rental Fleet Type: Off -Road Diesel Your fleet, as currently reported, has met the off -road regulation performance requirements through the January 1, 2025 compliance date. Please see the Compliance Summary table below for details. *This determination is based on the make up of your CURRENT fleet in DOORS, which includes age and horsepower of engines, retrofits (if any), vehicles sold (credits, if any), exempt vehicles such as Low -Use (if any), subfleets (if any), and other credits (if any) Current Fleet Statistics Fleet Size: Large (based on parent, DOORS ID 1744)** Number of Vehicles: In Fleet Average: 83 Low -Use: 0 Exempt Not Low -Use: 0 Vehicles in Funding Contracts: 0 Vehicles in Fleet: 83 Vehicles with Non -diesel or Non-standard engines in fleet 1 average: Horsepower (in fleet average): 11,774 Total Fleet Horsepower: 11,774 Family Horsepower (including all child fleets)***: 13,172 First Compliance Date: January 1, 2014 ** A fleet is part of a fleet family if there are subfleets (Parent and Child fleets) which connect fleets together. See Reporting Multiple Fleets, Private Fleet Size, Public Fleet Size FAQs for more explanation of subfleets Actually, the term "subfleets" is the commonly used term, however "fleet portions" is the specific term in the Off -Road regulation (the term "subfleets" is not in the Off -Road regulation). *** Total family horsepower is the sum of the horsepower of any parent company, subsidiary, or other fleet related to the current fleet. Click the "Show Fleet Family" option button on the reporting home page for more information. Fleet Target and Average Emission Rates (g/bhp-hr) January 1, Year 2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 Target na na 5.6 5.0 4.4 3.7 3.1 2.5 1.9 1.5 Average na I na 2.0 1 1.7 1.5 1.2 1.0 0.9 0.6 O.8 beyono 2U23, fleet I arget Kates will no longer decrease eacn year, out Will stnl De recalculateo using the final year target values to account for changes in fleet composition. Requirements 'our Current Fleet Average: 0.8 To be in compliance each year, the fleet average must be lower than or equal to the fleet target, OR the fleet must meet the required BACT amount. For more information, please see the FAQs on Fleet Average and BACT. Compliance Summary Compliance Date Begin Credit Credit Use/Expired End Credit In Compliance? Compliance Method BACT Requirement https:Hssl.arb.ca.gov/ssldoors/doors_reporting/perm/compliance_ snapsliot.php[12/12/2023 9:11:30 AM] DOORS - Compliance Snapshot 2014-01-01 0 0 0 na na na 2015-01-01 91 0 91 na na na 2016-01-01 91 0 91 yes met fleet average na 2017-01-01 91 0 91 yes met fleet average na 2018-01-01 91 0 91 yes met fleet average na 2019-01-01 91 0 91 yes met fleet average na 2020-01-01 91 0 91 yes met fleet average na 2021-01-01 1,019 0 1,019 yes met fleet average na 2022-01-01 1,157 0 1,157 yes met fleet average na 2023-01-01' 1,469 D 1,469 yes met fleet average na All existing BACT credits expire after the 1/1/2023 compliance date. 2024-01-01 73 0 73 yes met fleet average na 2025-01-01 73 0 73 yes met fleet average na Recent Year Fleet Size Year 2013 2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 Fleet Size Small Large Large Large Large Large Large Large Large Large Large -View Snapshot Calculation Detail -View Sold Vehicles With No Credit -The Early Credit FAQ provides an explanation of the early credits (which are credits 2449.1(b)13 —18), and shows example calculations. If you have questions about this page, please contact AR8 at doors@arb.ca.gov or call 1(877) 59-DOORS. littps:Hssl.arb.ca.gov/ssldoors/doors_reporting/perm/compliance_snapshot. php[12/12/2023 9:11:30 AM]