Loading...
HomeMy WebLinkAbout2021-09-28 - AGENDA REPORTS - PROJ T3025 SIERRA HWY SIDEWALKS (2)Agenda Item: 5 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR r CITY MANAGER APPROVAL: DATE: September 28, 2021 SUBJECT: SIERRA HIGHWAY SIDEWALKS, PROJECT T3025 - APPROVE THE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for Sierra Highway Sidewalks, Project T3025. 2. Award the construction contract to FS Contractors, Inc., for Sierra Highway Sidewalks, Project T3025 in the amount of $385,534 and authorize a contingency in the amount of $77,107, for a total contract amount not to exceed $462,641. 3. Extend the current contract and authorize an increased expenditure authority for civil engineering construction support for Sierra Highway Sidewalks, Project T3025 with Encompass Consulting Group, Inc., in the amount of $7,210 and authorize a contingency in the amount of $1,082, for a total additional contract amount of $8,292. 4. Appropriate one-time funds in the amount of $9,311 from the Streetlight Ad Valorem Fund (Fund 354) to expenditure account T3025354-516101. 5. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Sierra Highway Sidewalks project will construct new curb, gutter, and sidewalk improvements along the easterly side of Sierra Highway between Scherzinger Way and Skyline Ranch Road. Standard improvements will be made at locations where the City maintains full width right-of-way and asphalt sidewalks will be placed in the locations where the right-of-way Page 1 Packet Pg. 34 is limited. The project will eliminate existing sidewalk gaps and provide a continuous paved walkway. This project supports the Sustaining Public Infrastructure theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2025. An invitation to bid was published on July 19, 2021, and was posted on BidNet. Three bids were submitted to the City and opened by Purchasing on August 18, 2021. The bid results are shown below: Company Location Bid Amount FS Contractors, Inc. Sylmar, CA $3851534.00 R.C. Becker and Son, Inc. Santa Clarita, CA $3861308.55 EC Construction South E1 Monte, CA $4281787.16 Staff recommends awarding the contract to FS Contractors, Inc., the lowest responsive bidder. FS Contractors, Inc., possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and found to be complete. The requested construction contingency will cover the cost of unforeseen site conditions, or potential utility conflicts exposed during construction, and any change orders submitted by the contractor for additional work required that was not foreseen during design, but approved by the City. These types of change orders are often encountered on this type of project, thus requiring a larger contingency amount. Civil Engineering Construction Support On April 13, 2020, the City entered into a Professional Services Agreement with Encompass Consultant Group, Inc. (ECG), to perform civil engineering design services for Sierra Highway Sidewalks, Project T3025 for a total amount of $38,885. ECG was selected through a quote process and has been the civil engineering firm utilized during the design phase of the project. On October 8, 2020, an amendment was made to the Professional Services Agreement to increase the ECG contract by $11,030 to provide surveying services, for a total contract amount of $49,915. At this time, staff is requesting that the City Council increase the current ECG contract by $7,210 to allow for construction support for the project, including a $1,082 contingency, for a total contract increase amount of $8,292. This contract increase will allow the civil engineering consultant to continue to work on the project, providing necessary construction support services. Finally, staff is requesting a one-time appropriation of $9,311 from the Streetlight Ad Valorem Fund to support the removal of an existing overhead fed wooden streetlight located on Sierra Highway and Adon Street. In addition, staff will install a new marbelite streetlight as part of this work near the intersection of Sierra Highway and Adon Street. ALTERNATIVE ACTION Other actions as determined by the City Council. Page 2 Packet Pg. 35 FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure account T3025354-516101 to support the recommended contract. ATTACHMENTS Location Map Bid Proposal for FS Contractors, Inc. (available in the City Clerk's Reading File) Proposal for Encompass Consultant Group (available in the City Clerk's Reading File) Page 3 Packet Pg. 36 UOVN1N0a NOIlaf1NiSN0a aNvmv SN-lVM3aIS kVMHJIH VNN31S) dew uoijeoo-j:ju9wLjoejjb qr ram -,16 fu 1,7 _cam SPA i�No GOLDEN L 7. t. T as NaAN Q 17�iSvH Km z pP� `� as Na,�alin°°`` r z PKLyy IL gel N WL { GF •, t s � a. •. 9 �L r • .� � � �. gam.: �' `� ' �-IlLNr r ° (� •- o LL • � •. - _. _ _ a t - � y nk AL IL u r ® , r gr 41, _ °N, V f - _ t _ i YC3 Q �. flu 4� L 06 3 flu C7 a N �. C) U ] , LL N' , ►, , 1. a 6, ��7' )A � Y P_ ' uu� . 1 - flu Ll r� °I IL 1.. % ■ 4, r, • - - ' .04 Ff �• r 1. Zr ILI , 1 ■ ' l� u ('' cn r 4—t 91 W r i r. DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA PROPOSAL FORM Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 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: FS Contractors, Inc. Company Address: 14838 Bledsoe St. Sylmar, CA 91342 Phone: (818) 838-6040 Email: martha@fscontractorsinc.com By: Jose Angel Fierros Print Name Title: President Signature: �+ /'i4'�d'7 Date: 8/18/21 DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 City of Santa Clarita, California 1. SUMMARY OF CONTRACT REQUIREMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). Contract language will be negotiated upon acceptance of proposal and prior to commencement of work. Work cannot begin until the contract has been fully executed by both parties. 2. SUMMARYOF INSURANCE REQUIREMENTS a. These are the Insurance Requirements for Contractors providing services or supplies to the 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. When Contract documents are executed, the actual Contract language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. 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. c. 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. 3. INSURANCE a. General Insurance Requirements All insurance shall be primary insurance and shall name City of Santa Clarita as an additional insured. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under the policy if not named as an additional insured, and an additional insured shall not be held liable for any premium or expense of any nature on the policy or any extension thereof solely because they are an additional insured thereon. DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then Consultant agrees that the minimum limits hereinabove designated shall be changed accordingly upon written request by the Risk Manager. iii. Consultant agrees that provisions of this Section as to maintenance of insurance shall not be construed as limiting in any way the extent to which Consultant may be held responsible for the payment of damages to persons or property resulting from Consultant's activities, the activities of its subconsultants, or the activities of any person or persons for which Consultant is otherwise responsible. iv. A Certificate of Insurance, and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. v. 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 nonpayment of premiums otherwise, without 30 days prior written notice of amendment or cancellation to City. In the event the said insurance is canceled, Consultant shall, prior to the cancellation date, submit new evidence of insurance in the amounts heretofore established. vi. All required insurance must be in effect prior to awarding this Agreement, and it or a successor policy must be in effect for the duration of this Agreement. Maintenance of proper insurance coverage is a material requirement of this Agreement, and the failure to maintain and renew coverage or to provide evidence of renewal may be treated by the City as a material breach of contract. If Consultant, at any time during the term of this Agreement, should fail to secure or maintain any insurance required under this Agreement, City shall be permitted to obtain such insurance in Consultant's name at Consultant's sole cost and expense, or may terminate this Agreement for material breach. vii. Without limiting any other Consultant obligation regarding insurance, should Consultant's insurance required by this Agreement be cancelled at any point: prior to expiration of the policy, Consultant must notify City within 24 hours of receipt of notice of cancellation. Furthermore, Consultant must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. Consultant must ensure that there is no lapse in coverage. b. General Liability and Property Damage Insurance i. Consultant agrees to procure and maintain general liability and property damage insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, and property damage, suffered or alleged to be suffered by any DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA person or persons whomsoever, resulting directly from any, act or activities of Consultant, its subconsultants, or any person acting for Consultant 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 Consultant, or its subconsultants, or any person acting for Consultant, or under its control or direction. Such public liability -and property damage insurance shall also provide for and protect City against incurring any legal cost in defending claims for alleged loss. Such general liability and property damage insurance shall be maintained in the following minimum limits: A combined single -limit policy with coverage limits in the amount of $1,000,000 per occurrence will be considered equivalent to the required minimum limits. c. Automotive Insurance Consultant shall procure and maintain public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. If Consultant does not use automobiles in performing its work under this Agreement, Consultant shall provide a waiver releasing City from all liability resulting from Consultant's use of personal vehicles under this Agreement. Worker's Compensation Insurance i. Consultant shall procure and maintain Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or as will fully comply with the laws of the State of California and which shall indemnify, insure, and provide legal defense for both Consultant and City against any loss, claim, or damage arising from any injuries or occupational diseases happening to any worker employed by Consultant in the course of carrying out this Agreement. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against City, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by Consultant for City. Questions and requests for modification of these terms must be negotiated and approved prior to contract eXecution and are at the full discretion of the City. I have react and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized) Signature: "' ' ' Date: 8/18/21 Printed Name: Jose Angel Fierros DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 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 satisfactoriily 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: FS Contractors, Inc. Business Address: 14838 Bledsoe St. Sylmar, CA 91342 Telephone No.: (818) 838-6040 State CONTRACTOR's License No. & Class: 1005940 A-CS-C27 DIR No.: 1000033438 Original Date: 6/30/1.5 Expiration Date: 6/30/23 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: Jose Angel Fierros, President 13368 Aldergrove St. Sylmar, CA 91.342 (818) 974-0895 DocuSign Envelope ID: 6D6£36170-2FCF-423A-8F89-CD6C6CDBA6BA Salomon Fierros, Vice President 12862 Maclay Ave. Sylmar, CA 91342 (818) 335-0482 Jose E F'ierros, Corporate Secretary 28470 Santa Catarina Ave. Saugus, CA 91350 (818) 335-0775 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, ititle, hands, and seals of all aforementioned principals this 18 day of Augus¢o 21 BIDDER: / ' a-'4A Signature V V Jose Angel Fierros, President _ Name and Title of Signatory FS Contractors, Inc. Legal Name of Bidder 14838 Bledsoe St. Sylmar, CA 91342 _ Address (818) 838 - 6040 47-3649570 Telephone Number Federal Tax I.D. No. This document must: be notarized prior to submittal. •RINIIA ALL-PURPOSE ACKNOWLEDGMENT• A notary public or other officer completing this certificate verifies only the identity of the individual who signed tie document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ Los Angeles On .August 18, 2021 before me, Martha Isabel LopezRi bi- N tory Public Date Here Insert Name and Title of the Officer personally appeared Jose Angel Fierros of who proved to me on the basis of satisfactory evidence to be the persory(s whose namo< is/ard subscribed to the within instrument and acknowledged to me that he/^/ yy executed the same in his/he ,Ahprf authorized capacity(io, and that by is/h0/ eir signature(sron the instrument the person(sr or the entity, upon behalf of which the person(�cted, executed the instrument. �.— ' MAMA ISABEL LOPEZ RIUBI Notary Public • California _ Los Anoes County Commission k 2356361 My Comm. Expires May 21, 2025 r �w 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 il. .� i_ Signature of Notary ublic (0 OPTIONAL Though this section is optional, completing this information can deter alteration of the fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Capacity(ies) Claimed by Signer(s) Signer's Narne: ❑ Corporate Officer — Title(s): ❑ Partner — C Limited ❑ Gene ❑ Individual ❑ Attor Fact ❑ Trustee ardian or Conservator ❑ Other: Signedpresenting: _ Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 • • • • • • • • i • • i • i • i iii-IF®RMP DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA BID SCHEDULE Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 City of Santa Clarita, California The Agency is bidding the project with this Bid Schedule. The Agency will award the Contract, based on the Contractor's Base Bid, to the lowest successful Bidder. The City reserves the right to reject any and all bids, to waive any informality in a bid, and to make awards in the interest of the City. Lump -Sum Pricing MUST be entered in BidNet. This page is for reference ONLY. If the number entered on this page conflicts with what is entered on BidNet, the Number entered on BidNet shall govern. ITEM DESCRIPTION UNIT QTY. UNIT PRICE TOTAL 1 MOBILIZATION/DEMOBILIZATION LS 1 $ -4 D000 $ 30) 000 cc 2 WATER POLLUTION CONTROL, IMPLEMENTATION, & MAINTENANCE OF BMP S LS 1 s sl 000 $ 5)000, QD 3 CONSTRUCTION SURVEY LS 1 $ 8)o0o $ 6)000.00 4 TRAFFIC CONTROL LS 1 $ LO1000 $10100e- 00 5 CLEARING AND GRUBBING LS 1 $ 5, 0100 coo -00 6 SAWCUT PAVEMENT LF 1,040 $ $ g11t0-00 7 REMOVE ASPHALT CONCRETE PAVEMENT SF 5,820 $ 73 $ I-+,y (0() .00 8 REMOVE PCC SIDEWALK SF 640 $ 5 $3o- t. O-00 9 REMOVE AC CURB LF 326 $ a $ 2,6o&co 10 REMOVE CURB AND GUTTER LF 47 $ 1L5 $ --C;15 11 REMOVE CONCRETE CROSS GUTTER AND SPANDREL SF 1,260 $ $� j (oO •QQ 12 REMOVE CHAIN LINK FENCE, GATE, AND WOOD POSTS LF 147 $ $2, 7 05.EaJ 13 REMOVE PLANTER WALL, FOOTING, AND COLUMN, APPROX. 18" WALL HEIGHT LF 150 $ 1Z ! $ �)q3©0.00 14 REMOVE STOP LEGEND EA 3 $ $ 15 REMOVE EDGE STRIPE LF 240 $rj $ j, .2-00. 00 16 REMOVE SIGNS AND POST EA 7 $ %50 $ 1 ,Ci 15 O. 00 17 COLD MILL AC PAVEMENT AND REMOVE SF 4,260 $ ;L $ 6,,j20.O[7 18 AC B PG 64-10 (BASE COURSE) TON 200 $ $35,OCC), OO 19 AC C2 PG 64-10 (FINISH COURSE) TON 95 $ $ 00 20 AC D2 PG 64-10 (LEVELING) TON 13 $ $ 2, 2•00 DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA 21 4.5" AC VEHICULAR PAVEMENT (D2 PG 64-10) TON 33 $ 5 _��j� a0 22 4" AC SIDEWALK (D2 PG 64-10) SF 1,337 $ 6 $ 0 oo 23 AC COMMERCIAL DRIVEWAY, TYPE C (D2 PG 64-10) SF 200 $ 10 $ 2;t��• 00 24 AC CURB, TYPE A1-6 (DIKE MIX) LF 122 $2)5 $LA 21c.00 25 ADJUST WATER VALVE/ METER BOX TO FINISH SURFACE EA 12 $ '{oo $ p�fl. O CJ 26 ADJUST MANHOLE TO FINISH SURFACE EA 3 $ I,occ $5,000xc 27 ADJUST PULLBOX TO FINISH SURFACE EA 4 $ 5,5U $ Z,t=cQ-co 28 4" PCC SIDEWALK SF 2,887 $ $ Z6, 8+0.0 29 PCC SPANDREL AND CROSS GUTTER SF 1,640 $'LO $ 3�7-, eOD,00 30 PCC COMMERCIAL DRIVEWAY, TYPE C SF 304 $ $ H),5(aD-oo 31 CURB RAMP (WITH DETECTABLE WARNING SURFACE) EA 4 $ �-�j OO $ 3Qi (300-00 32 PCC CURB AND 2' GUTTER (TYPE A2-8) LF 230 $ b S $ �q� 550 • c)O 33 UNCLASSIFIED EXCAVATION AND FILL LS 1 $1)5CO $ (S,(�OO� 00 34 CRUSHED AGGREGATE BASE CY 292 $ 145 $q00. 00 35 6' HIGH CHAIN LINK FENCE AND 13' WIDE GATE LF 130 $ 1Zcj $ 001 .150.to 36 CURB DRAIN, SPPWC 150-4 EA 1 $ L4)ccC) $ 410cc,00 37 INSTALL "STOP" PAVEMENT MARKING EA 3 $ Lkoc $ 42OD-00 38 INSTALL 12" WHITE LIMIT LINE LF 50 $ j $ 400. Ott 39 INSTALL 6" WHITE EDGE LINE (DETAIL 27B) LF 745 $ $ Z, ,Z35•a0 40 INSTALL 6" WHITE LANE LINE WITH MARKERS (DETAIL 12) LF 230 $ 3 $ 41 6" YELLOW NO PASSING LINE (DETAIL INSTALLCR ) LF 6 $ `1D $ �j�) • O 42 INSTALL 8" WHILE LANE LINE (DETAIL 38A) LF 3 $ \p $ 30 , 00 43 INSTALL 6" WHITE INTERSECTION LANE LINE LF 66 $ 15 $ 44 FURNISH AND INSTALL SIGNS AND POST EA 4 $ y5() $ 0 7 GRAND TOTAL: $ -3 D Grand Total of Base Bid in Words: DocuSign Envelope ID: 6D6Ei6170-2FCF-423A-8F89-CD6C6CDBA6BA BIDDER'S QUESTIONNAIRE Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 City of Santa Clarita, California 1. Submitted by: Jose Angel Fierros Telephone: (818) 838 - 6040 Principal Office Address: 14838 Bledsoe St. Sylmar, CA 91342 2. Type of Firm: ❑ C Corporation LJ S Corporation ❑ Inclividual/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: 5/11/15 State of Incorporation: CA President's Name: Jose Angel Fierros Vice -President's Name: Salomon Fierros Secretary or Clerk's Name: Jose Ernesto Fierros Treasurer's !Name: 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 City of Santa Clarita, California 4. Name of person holding CONTRACTOR'S license: Jose Angel Fierros License number: 1005940 Class: A-C8-C27 Expiration Date: 7/31/023 D.I.R. Registration # 1000033438 5. CONTRACTOR's Representative: Jose Angel Fierros Title: President Alternate: Martha Lopez Title: Office Manager 6. List the major construction projects your organization has in progress as of this date: A. Owner: County of Los Angeles Project Location: Various Locations East Los Angeles, CA 90063 Type of Project: RMDJOC6666 Parkway Concrete Maintenance B. Owner: Conejo Recreation & Parks District Project Location; 1350 East Avenida de Las Flores Thousand Oaks, CA 91360 Type of Project: Park Improvement C. Owner: City of La Canada Flintridge Project Location: Knight Way to Vinenta Ave. La Canada Flintridge, CA 91011 Type of Project: Sidewalk Improvements 0 DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 City of Santa Ciarita, 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, Focal 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. FS Contractors, Inc. �.". BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA DESIGNATION OF SUBCONTRACTORS Bid # ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 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: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. 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 Chrisp Company 1000000306 10,366 Ages of fi BBB: Yes P1e GeFt'fy ng Annual GFes Location and Place of Business 2280 South Lilac Ave. Bloomin on CA 92316 Bid Schedule Item No's: Description of Work 14,15,37,38,39,40,41,42,43,44 Stripping License No. Exp. Date: / / Phone ( ) 374600 5/31/23 (909)746-0356 Subcontractor DIR Registration No.* Dollar Value of Work Hardy & Harper, Inc. 1000000076 $79,615.00 B$E: Yes pie CeFtifyiRg ng Annual GF966 Reeeipts; Location and Place of Business 2 Rancho Circle Lake Forest CA 92630 Bid Schedule Item No's: Description of Work 17,18,19,20,21,22,23, Asphalt Paving License No. Exp. Date: Phone ( ) 215952 12/31/21 (714)444-1851 Subcontractor DIR Registration No.* Dollar Value of Work Five Star Fence 1000045549 $12,798.00 Age Bf&Rli BBE: Yes pie Annual GF.�� s Re---i"' . Location and Place of Business 13477 Louvre St Pacoima, CA, 91331 Bid Schedule Item No's: Description of Work 35 Fence License No. Exp. Date: / / Phone ( ) 1022201 8/31/21 818 890-0500 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.S 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.S of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA REFERENCES Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 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 goverin: City of Pasadena Public Works Department 100 N Garfield Ave, City of Pasadena, CA 91101 Name and Address of Owner / Agency Tony Ann (626) 744-7403 Name and Telephone Number of Person Familiar with Project $1,851,360.95 Sidewalk Improvements 2/25/21 Contract Amount Type of Work Date Completed 2. City of Pomona 505 So. Garey Ave. Pomona, CA 91769 _ Name and Address of Owner / Agency Saul Martinez (909) 602-3792 Name and Telephone Number of Person Familiar with Project $986,341 Contract Amount Sidewalk Improvements 7/6/20 Type of Work 3. City of Bell 6330 Pine Avenue Bell, CA 90201 Name and Address of Owner / Agency Ray Alfonso (323) 588-6211 Name and Telephone Number of Person Familiar with Project $214,515.48 Sidewalk Improvements Contract Amount Type of Work Date Completed 1/13/21 Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: Preferred Bonding, Inc, 3455 Ocean View Blvd. Suite 200 Glendale, CA 91208 RLI 9025 N. Lindbergh Dr. Peoria II 61615 (800) 645-2402 DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #ENG-20-21-T3025 Sierra Highway Sidewalks City Project No. T3025 City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. N/A Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY; and dates of action. N/A NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA BIDDER'S BOND Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 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 BON[) FOR" and the bid #, no later than the bid opening date and tirne, 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: 10% Bid Bond dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said 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: Sierra Highway Sidewalks Bid No. ENG-21-22-T3025 Project No. T3025 Bidder's Signature FS Contractors, Inc. CONTRACTOR/BIDDER 14838 Bledsoe St. Address Sylmar, CA 91342 City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. DocuSign Envelope ID 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA PROPOSAL GUARANTEE BID BOND Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that FS Contractors Inc. , as BIDDER, and RLI Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of dollars $ 10% o ( ), 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. Bid THE CONDITIONS OF THIS OBLIGATION ARE SUCH that,Ten whereas BID ER rct of s Totaabouitto osubmit ahbid 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 seals, this 18th Day of August 2021 CONTRACTOR: Jose & Name and Ti Signatory FS Contractors, Inc. Legal Name of Bidder ----- 14838 Bledsoe Street, Sylmar, CA 91342 Bidder Address 18) 838-6040 Telephone Number 47-3649570 Federal Tax I.D. No. SURETY*: RLI Insurance Company__ Name �o Micciche, Attorney -in -Fact Surety: (800) 483-9754, April.Conover@rlicorp.com / Agent: (323) 663-7814, peterm@preferredbonding.com Phone Number and Email _ Surely: 9025 N. Lindbergh Drive, Peoria, IL 61615 / Agent: 3455 Ocean View Blvd #200, Glendale, CA 91208 Address -- *Frovide 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. This document must be notarized prior to submittal CALIFORNIA•ACKNOWLEDGMENT CIVIL CODE § 1189 C.. sC: �:�-.�:..:.:�s�:ls�Ys�:!:C.!-:C✓:�:!:.1.�.�.C./-.CJCNsC. .!:�:!sC. �t �..•-C.�-.�.�.C. �. �.!\..�.�.:.. C �YcCe .. ..�s�.�..!"-.�..r.�.. •. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of _ Los Angeles ) On August 18, 2021 before me, Martha Isabel Lopez Ri Ibi Notes Public Date Here Insert Name and Title of the Officer personally appeared Jose Angel Fierros Nam �of Signer( who proved to me on the basis of satisfactory evidence to be the person' whose names&)' is/ar*- subscribed to the within instrument and acknowledged to me that he/s tl1ey executed the same in his/hWttJ,air authorized capacity(igar, and that by his/herftt3<ir signature(Won the instrument the persorw, or the entity upon behalf of which the person(,$)-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. v / D MARMA ISABEL LOPEZ RIUBI Notary Public . California SignatureCommisssioion x z 5Cou6361 Signature of Notary P blic y Comm. Expires May 21, 2025 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the docum o� fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Capacity(ie:s) Claimed by Signer(s) Signer's Name: ❑ Corporate! Officer — Title(s): ❑ Partner — ❑ Limited ❑ Gene ❑ Individual ❑ Attor Fact ❑ Trustee ardian or Conservator ❑ Other: Sig nedpresenting: Docu Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: �L\?!L�.L�:�L�%L L��L\�L�'.L�L` L�.L�'.L�✓L�.L�.L\�L�.L�,<�L�✓,L`�L�.L�✓L\✓,L\�L\•�.L�'iL�.LV L�.L�,L�L�'.:�L�'iL�.L'•'.vL�'. Lam✓, L\✓L�,L\✓,L'✓�✓'. CALIFORNIA ALL-PURPOSE ACKNOWLEDOMENT 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 On l UG I R 9021 before me, Elisabete Salazar, Notary Public Date Here Insert Name and Title of the Officer personally appeared ____Pietro Micciche Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personoo whose name% is/ate subscribed to the within instrument and acknowledged to me that he/)MVAK executed the same in his/)(0*Xj(authorized capacityKjo, and that by his/)(0(2)M)( signature% on the instrument the persona,, or the entity upon behalf of which the personQQ acted, executed the instrument. ELISABETE SALAZAR Notary Public - California Los Angeles County Commission # 2342511 My Comm. Expires Jan 19, 2025j 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. Signatum . . . ..... .... " ��s �ature of NTdry Ajbfic Place Notary Seat Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: _ Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: 0 Corporate Officer — Title(s): El Partner — Limited -1 General 0 Individual F­ Attorney in Fact [-J Trustee Ll Guardian or Conservator r, J Other: Signer Is Representing: Signer's Name: Corporate Officer — Trtle(s): Partner Limitc,d F General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing- 02014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-682T) Item #5907 POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Patricia Zenizo. Pietro Micciche Elisabete Salazar. jointly or severally in the City of Glendale , State of California its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 26th day of April , 2021 . .,,,�...10",,,, RLI Insurance Company `..O�DUIG vN %w�E C0'-' Contractors Bonding and Insurance Company �0 o° _ ATF : m = r� : cparon,orF '•92? i B you SEAL ;lea SEAL y Barton W. Davis Vice President State of Illinois l ;L1NO'S '�•�� C 1 N 0\5.`�� } SS County of Peoria ))) CERTIFICATE On this 26th day of April , 2021 before me, a Notary Public, personally appeared Barton W. Davis, who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: Catherine D. Glover Notary Public CATHERINE D. GLOVER . IgrAFY OFFIL CIA.iEAL - - wu,c Notary Public - Surte of I Ilinow /fA1Ed µ.,me My Commbsipr E)On/a I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Compa Way Contractors Bondingand Insurance Company this 'today of RLI Insurance Company Contractors Bonding and Insurance Company By: ' ^"A 13 Jeffrey I ick D �U Corporate Secretary 0449553020212 A0058D 19 DocuSign Envelope ID: 6D6E.6170-2FCF-423A-8F89-CD6C6CDBA6BA NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 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, anyfee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA NON -COLLUSION AFFIDAVIT Bid #ENG-21-22-T3025 Sierra Highway Sidewalks City Project No. T3025 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) Jose Angel Fierros being first duly sworn deposes and says that he/she is the President (sole owner, a partner, president, etc.) of FS Contractors, 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 other financial interest with said BIDDER in his general business. Bidder: ' SignatukV Title President This document must: be notarized prior to submittal. UALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL •. C2 m .• m S ; . •V:� /Imi;l�m:�G�.•�:!L�:/.�..c�./wt!: C ::fit ��rT: 2. t ��•Ts��t �: �t!:��t/'.�t. s� �s�t. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ Los Angeles On August 112021 before me, Martha Isabel Lopez Riubi, Notes Public Date Here Insert Name and Title of the Officer personally appeared Jose Angel Fierros _ Nam ) of Signer who proved to me on the basis of satisfactory evidence to be the persor_(s)'whose namt(srisiaAr, subscribed 'to the within instrument and acknowledged to me that he/qhe/ttwexecuted the same in hisAf eF/thfi46uthorized capacity(iq<and that by his/tw6rther-signaturefs)-on the instrument the person(< or the entity upon behalf of which the person(* 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. MARTHA ISABEL LOPEZ RIUBI _ W '� Notary Public California Signature i_ Los Angeles County Commission r 2356361 - Signature of No Pu h My Comm. Expires May 21. 2025 Place Notary Seal Above OPTIONAL — Though this section is optional, completing this information can deter alteration of the fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner ❑ Limited ❑ Gene ❑ Individual ❑ AttorDpyin Fact Trustee ardian or Conservator ❑ Other: Signedpresenting: _ Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ENG-21-22-T3025 - Sierra Highway Sidewalks Addendum No: 1 (Published) Thank you for your interest in doing business with the City of Santa Clarita. We encourage you to review all specifications carefully and comply with all the necessary requirements as we welcome your bid response. Addendum Description This Addendum is to add full size plans. Notice Modifications Notice Information No entries Category Modifications Added Categories No Categories Added Removed Categories No Categories Removed Added Documents[A] Document Sierra Highway Sidewalks Plans.pdf [pdf] From Value To Value Size Uploaded Date 7 Mb 07/20/2021 06:48 PM EDT Language English 07/21/2021 10:44 AM EDT Page 1 of 1 Addendum No. 2 August 3, 2021 Addendum No. 2 BID # ENG-21-22-T3025 Sierra Highway Sidewalks 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 August 2, 2021 beginning at. 9:OOAM. The meeting was located at the southeasterly corner of the Scherzinger Lane and Sierra Highway Intersection. Attending Staff: • Leslie Frazier — Assistant Engineer, Public Works • Jackie Lillio — Senior Engineer, Public Works • Brian Powell — Public Works Inspector, Public Works • Dave Ramos — Supervising Public Works Inspector, Public Works • Jonathan Cosh — Buyer, Administrative Services Attending Vendors: • Dave Wilhite, E. C. Construction • Vince Tellez, R.C. Becker • Jordan Klein, Toro Enterprises Inc. • Stella Grigolla, Grigolla & Sons The following questions were asked and answered: Q1) Is there access to the water meter? Al) Yes, SCV Water can be contacted for necessary water accommodations at SCV Water rates. Q2) Is there a location for equipment to be stored during non -working hours? A2) There is no City location that allows for storage of equipment. Nearby lot owners may be interested in allowing equipment storage upon vendor request. BID # ENG-21-22-T3025 The following was reviewed: Addendum No. 2 August 3, 2021 • Project scope of work • Bidding Guidelines • Schedule, Hours, and Working Days END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 8/18/21 Contr c or's Reprisentative Date FS Contractors, Inc. Company Name BID # ENG-21-22-T3025 DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-20-21-T3025 Sierra Highway Sidewalks City Project No. T3025 City of Santa Clarita, California This bidder FS Contractors, Inc. proposed subcontractor _, 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 , has notX , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: FS Contractors, Inc.4 � By: Jose Angel Fierros F Title: President Date: 8/18/21 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set Forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/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. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid Sierra Highway Sidewalks City Project No-T3025 City of Santa Clamita,California This bidder proposed subcontractor �0, that �has �,,has not partidpa1edinaprevious contnactoYsubco�tract opportunity clause, asrequired bxExecutive Orders 1O925.11114,nrl124G and that khas has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Title: ProleZ 4�;alo,eer- Note: The above certification isrequired bvthe Equal Employment Opportunity ofthe Secretary of Labor (41 [FR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject tothe equal opportunity clause asset forth in41 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 inaprevious contract orsubcontract subject tothe 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. DocuSign Envelope ID: 6D686170-2FCF-423A-8F89-CD6C6CDBA6BA EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-20-21-T3025 Sierra Highway Sidewalks City Project No. T3025 City of Santa Clarita, California This bidder FS contractors Inc. proposed subcontractor Five Star Fence , hereby certifies that it has , has not x 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 , has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Five Star Fence By. Yusheng Shew Title: President Date: 08/18/2021 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/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. DocuSign Envelope ID: 7D61826B-9CC5-41 DC-B8C5-999FA77D7735 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-20-21-T3025 Sierra Highway Sidewalks City Project No. T3025 City of Santa Clarita, California This bidder , proposed subcontractor x , 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 x , has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: By: Hardy & Harper, Inc. Title: Tanner Hambright - V.P. Date: 8/18/218/18/2021 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/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. CC G Encompass Consultant Group June 23, 2021 Leslie Frazier City of Santa Clarita 23920 Valencia Blvd Santa Clarita, CA 91355 333 North Lantana St. Suite 287 Camarillo, CA 93010 (805) 322-4443 25115 Ave. Stanford Suite A320 Santa Clarita, CA 91355 (661)600-9367 Subject: Sierra Hwy Sidewalk Project - Construction Support Services Dear Leslie: Civil Engineering Land Surveying Land Planning W.O. 0483 In response to your request, Encompass Consultant Group, Inc. (ECG) is pleased to submit this proposal to provide construction support services. PROJECT UNDERSTANDING It is our understanding that the City would like us to provide construction support services related to the Sierra Highway Sidewalk project. Based on our understanding of the project requirements, we propose the following scope of services: SCOPE OF WORK Task 1- Construction Support 1) Attend pre -bid meeting 2) Attend pre -construction meeting 3) Address contractor RFI's 4) Review contractor submittals 5) Attend two (2) site meetings 6) Prepare record drawing based on contractor as-builts. SERVICES NOT INCLUDED The following services and all other services not specifically listed herein are excluded: 1. Governmental and public agency fees, cost of bonds, and taxes. 2. Title company reports, services, and fees. 3. Services by consultants other than ECG. 4. Environmental permitting, reports, general plan or zoning changes, or processing. 5. ALTA, boundary establishment/resolution surveys, construction staking or filing records with the County Surveyor. ROW and title reports. An Employee Owned Company ECG Page 2 of 3 Sierra Hwy Sidewalk Project - Construction Support Services 6. Planning and processing services. 7. Stormwater drainage reports 8. Traffic studies or traffic control plans. 9. Dry utilities design (natural gas, electrical, communication, etc.). 10. Services beyond those specifically listed in the Scope of Work above. PROPOSED FEE AND METHOD OF PAYMENT Our proposed services will be performed on a time and materials, not to exceed basis and shall be billed monthly at the rates then in effect. Charges for "time" include professional, technical and clerical support services provided by ECG. "Materials" include all reimbursable expenses, such as photocopies, postage, shipping/delivery, plots, prints, maps/documents, and outside consultant fees. Based on our understanding of your requirements and our experience with similar projects, we estimate that the fee required for our services, including reimbursable expenses, will cost approximately as follows: Task Service Fee 1. Construction Support $5,610 2. Owner's Allowance $1,600 Total $7,210 ADDITIONAL SERVICES Services performed outside the scope of this agreement require written approval prior to performance of the work. Significant design changes after the start of work shall be considered additional services. Any work request that is outside the scope of this agreement will be identified by ECG as such, and a fixed fee or not -to -exceed amount will be agreed upon prior to the start of the additional work. Compensation for additional services shall be in accordance with the rates then in effect. 0 all &I all ►' Based on our current workload, we estimate that we can begin work upon receipt of your written authorization to proceed. We will make every effort to keep you informed of our progress in accordance with a mutually acceptable schedule which will be arranged with you. An Employee Owned Company CPage 3 of 3 `` � � Sierra Hwy Sidewalk Project -Construction Support Services Should you require any additional information, or wish to discuss this proposal further, please contact me at (661) 600-9367, or via email at Josiah.JenisonCcDECGcivil.com. If this proposal is satisfactory, please contact us regarding the necessary agreement forms to begin work. Thank you for your consideration of ECG for this project. Sincerely, ENCOMPASS CONSULTANT GROUP, INC. Sal Contreras, P.E. No. 66720, CA Principal Engineer Phone: (805) 416-8704 Sal.Contreras@ECGcivi1.com Josiah D. Jenison, P.E. No. 77454, CA Senior Engineer II Phone: (661) 600-9367 Josiah.Jenison@ECGcivil.com Enclosures: ECG's Current Billing Rate Schedule, Hours Breakdown f,.�pru ects\0483\admin\02-proposals\0483_si..rb iibvy 6idw.a.ri pioj,�a-, piop sal construction phase services.docx An Employee Owned Company 14h=_,CG Encompass Consultant Group EXHIBIT A BILLING RATES EFFECTIVE JANUARY 1, 2021 Engineering Designer........................................................... $95 Senior Designer .............................................. $125 Assistant Engineer I ....................................... $110 Assistant Engineer 11...................................... $125 Associate Engineer ........................................ $140 Senior Engineer I ............................................ $155 Senior Engineer 11........................................... $165 Principal Engineer .......................................... $185 General Technical/Clerical Support ............................... $65 Testimony (Trial or Deposition).. 2.5 x Hourly Rate Special Consultant ..................................... $190 (Principal with specialized skills in engineering, geomatics or planning) Outside Consultant...............................Cost + 10% Reimbursable Expenses ......................Cost + 10% Geomatics (Surveying & Mapping) Assistant Surveyor I ........................................ $110 Assistant Surveyor II ....................................... $125 Associate Surveyor ......................................... $140 Senior Surveyor I ............................................ $155 Senior Surveyor II ........................................... $165 Principal Surveyor .......................................... $185 One -Man Survey Crew ................................... $165 Two -Man Survey Crew ................................... $235 Three -Man Survey Crew ................................ $290 One -Man Survey Crew (Prevailing Wage) ..... $180 Two -Man Survey Crew (Prevailing Wage) ..... $260 Three -Man Survey Crew (Prevailing Wage) .. $365 An Employee Owned Company k / - -- )[ ) k a= 3ƒ® 2 2 C,C, a "4 a /] ) )CO b 2 2- a° �) )7/ \J / ) / - ) % | - = k k ) ) / _ 2 Al / ƒ o § / a � J= a° / � £ � _ $ { k f t g o\ a] j /\ \ �� f { § w 0 Cl )z\{ }§ r s | u f11�� ��� ■B k] T :®\«{6 IT )3/, E #a) 2} )__)#®( \\ �7u) i))fƒ)3 \o e e