Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2022-03-22 - AGENDA REPORTS - NEWHALL MOBILITY PROJ C2025
O Agenda Item: 9 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: A,1 DATE: March 22, 2022 SUBJECT: NEWHALL AREA MOBILITY ENHANCEMENTS, PROJECT C2025 - AWARD DESIGN CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Award a design contract to Kimley-Horn and Associates, Inc., for Newhall Area Mobility Enhancements, Project C2025, in the amount of $89,000 and authorize a contingency in the amount of $13,500, for a total contract amount not to exceed $102,500. 2. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The proposed Newhall Area Mobility Enhancements project will provide bicycle and pedestrian improvements, and traffic calming measures along Walnut Street, Market Street, Newhall Avenue, and 16th Street. The project will also design intersection improvements at Lyons Avenue and Walnut Street to include a new traffic signal with marked crosswalks to improve circulation and increase safety at the intersection. The overall project will provide approximately 1.5 miles of enhanced bicycle and pedestrian facilities, linking the Old Town Newhall area to existing bicycle facilities on the South Fork Trail. This project is supported by the Los Angeles County Metropolitan Transportation Authority (Metro) and is referenced by Metro as the Newhall Area Bicycle Facilities Project. This project also supports the City of Santa Clarita's (City) adopted Non -Motorized Transportation Plan and the Public Safety theme of the Santa Clarita 2025 plan. A Request for Proposal (RFP) for the design of the project was prepared and posted on BidNet on November 15, 2021. The RFP asked firms to identify their relevant experience with similar projects and demonstrate their design approach for this project. The bid specifications were Page 1 Packet Pg. 133 O downloaded by 39 vendors; however, no responses were received by the set deadline of December 16, 2021. Due to the volatile bidding environment and high construction activity throughout Southern California, the City continues to receive fewer bids on projects at higher cost. In the event the City does not receive a formal RFP response, the City of Santa Clarita Municipal Code (Municipal Code) Section 3.12.215 provides for direct negotiation from the Purchasing Officer or designee. In accordance with the Municipal Code, staff contacted qualified consultants and requested informal proposals for the design work. Staff received three proposals, and based on their evaluation, scored the firms on a 100-point scale as follows: Rank Company 1 Kimley-Horn and Associates, Inc. 2 Encompass Consultant Group, Inc 3 Alta Planning + Design, Inc. Location Score Los Angeles, CA 94.3 Santa Clarita, CA 90.7 Los Angeles, CA 84.3 The scoring system was based on the following criteria: project understanding, project scope, work plan and deliverables, and references, including consultants' previous experience working on similar projects and experience working with the City. Additionally, each consulting firm was asked to provide a detailed scope of work required to prepare the plans, specifications, and engineer's construction estimate. Kimley-Horn and Associates, Inc., demonstrated an in-depth understanding of the project needs and provided a detailed scope of work and approach to the project. Based on their design experience with previous City traffic projects and the completeness of their proposal for this project, staff recommends awarding the design contract to Kimley-Horn and Associates, Inc. Staff is requesting a 15 percent contingency to account for potential design modifications requested by the City, field investigations, including potholing for utility conflicts, which can result in additional design work, soils investigations, and coordination with utility companies and other agencies to obtain the required permits for the project. California Government Code 4526 prescribes selection of architectural and engineering services to be based on demonstrated competence and professional qualifications necessary for the satisfactory performance of the services required and does not authorize the selection of professional architect and engineering services based on costs. Staff negotiated a final contract at a fair and reasonable price for the services requested in the RFP. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure account C2025268-516101 (Measure M ATP) to support the recommended contract and project administrative costs. Page 2 Packet Pg. 134 O ATTACHMENTS Location Map Proposal for Kimley-Horn and Associates (available in the City Clerk's Reading File) Page 3 Packet Pg. 135 (10"INOO NOISM S1N3W3:DNVHN3 All-11BOW V3UV -1-lVHM3N) deW uol;e3o-1 :4ugwLj3e44V c 3 LL N7 b1�3 0 b� V I s a+ ? —0�= N of �mm +9° mU U N O a4 °omo m L O {° {° O (n U d C70 + T z y U E ate' Um) N U N � Q N C. 0 O`° O O O U CI u v i Y r- tiQ 1 d f0 v v °w rflo a U W '4 L in H f6 Q U ` d J Z 7 O C w w a J O fo {f� i a o Q V } , o.J V O N o J z 0N z jrJ e z u �' P�ti y�co U- N a o LU fi cn `ems 5��P0 �'s ! �y CP O a m N RD SPN� �NyON �y N `�V�RD �nbnoab� ��5 e� �N30W9 o Oil NW/ybJ O Q1fibSIONby�Md`' ~� 'lMNd NOW O 4 C� 4 2 m co M d d Y v to a Project Understanding The City of Santa Clarita is seeking a well -qualified Design Consultant to provide 1.5 miles of enhanced bicycle and pedestrian facilities along Market Street, Walnut Street, 16th Street, and Newhall Avenue. Kimley-Horn has a strong history with the City of Santa Clarita and has a keen sense of the City's design standards. Together, Kimley-Horn and the City, have partnered closely and developed many award -winning projects. On this project, Kimley-Horn is collaborating with two highly qualified firms that have demonstrated a long history of successful partnership. Taft Electric is a skilled contractor that has performed work in the City of Santa Clarita. On this project, they will be responsible for potholing and utility locating services, while working with Kimley-Horn to identify viable solutions if field conflicts are discovered. Calvada Surveying will perform topographic survey and right-of-way record for the curb ramp and civil design. The Team's close knowledge of the area and City standards positions us to deliver efficient, high -quality, and cost-effective work. We look forward to the opportunity to partner with the City to create another successful project that enhances the safety of motorists, pedestrians, and cyclists. Project Area Figure 1 illustrates the project limits and was provided by the City in the issued Request for Proposals (RFP). The project is 1.5 miles in total, beginning along at Newhall Avenue, and turning on 16th Avenue, and making its way down Walnut Street where it traverses the Newhall neighborhood, eventually turns on Market Street and terminating near the intersection of Pine Street. Figure 1 - Newhall Area Bike Facilities Map Below is a proposed organization chart to identify key and supporting staff members who will be involved in this project. Key staff resumes are attached in Appendix A. Kimley-Horn is a firm comprised of subject matter experts. Jean Fares, P.E., the Project Manager, has a long history of working with the City and understands how to deliver a successful project, while meeting City and schedule expectations. Naomi Willis, P.E. and Amy Jackson P.E., PTOE, have extensive experience with planning and designing active transportation projects. Jason Melchor, P.E., and Michael Choi, P.E., LEED AP, have a long history of delivering traffic and civil projects in the City of Santa Clarita. Darren Adrian, P.E. will serve as the Quality Control / Quality Assurance (QC/QA) Reviewer to ensure the project is delivered with quality. The project team will be supported by Calvada Surveying and Taft Electric. Jean Fares, P.E. Darren Adrian, P.E. Naomi Willis, P.E. Michael Choi, P.E., LEED AP* Jason Melchor, RE.* Amy Jackson, P.E., PTOE Stephanie Lam, P.E. Tim Chan, P.E. Matt Schwengler, EIT Maya Bouchet Caivada Surveying Taff Electric Bold = Key Team Members Scope of Work The following scope of work covers the requirements that are specified in the City's RFP, as well as supplemental information based on our similar project experience. We have included a deliverable -based approach to scope the project throughout the various design phases (Tasks 1-5). TASK 1: Preariiinary fry vest yatiory Experienced civil and traffic engineers of Kimley-Horn will perform field analysis of the project intersections, review all available documents, and identify potential existing challenges that can inform the design solutions for the project: asx -> Kimley-Horn will conduct a field survey at the locations identified in the Project Area. The preliminary investigation will include an evaluation of the components relative to the current standards such as the California Manual on Uniform Traffic Control Devices (MUTCD), Caltrans Standard Specifications, and the Los Angeles (LA) County Department of Public Works, and the Standard Specification and Plans for Public Works Construction (Green Book), and city Standards. Task 1L Kimley-Horn will document existing conditions in photographs and / or video and provide to the City. Task 1r We will obtain and review readily available documents, such as underground and overhead utilities and base maps and aerial photographs. Kimley-Horn will confer and coordinate with affected utility companies and agencies to identify design controls and considerations necessary for plan preparation and approvals. Fask la. Cal Vada Surveying will perform a design level topographic survey and providing mapping to establish the existing street centerline and right-of-way for the project. The Survey shall be performed using NAVD88 datum, and will be delivered in .pdf, .dwg, and .shp files. Taft Electrical will provide up to six (6) pothole locations for the project and will provide documentation of any utilities encountered while in the field, including the depth in which they encountered them, the utility line's dimensions, and the type of utility. Kimley-Horn will provide the Design Team with alternative locations when utilities are encountered. Kimley-Horn will conduct up to three (3) field visits for the project to identify potential provides and develop solutions for the design. ask 11, The Team will confer and coordinate with affected agencies and utility companies to establish parameters for the project design. The Team will perform utility research and document findings for underground improvements, utilities, easements, centerline, right-of-way, and private property lines. The City will provide Kimley-Horn will applicable City records such as street plans, traffic signal plans, signing and striping plans that the City knowingly has in its possession. Pik Task I Output: J Field photos J Survey in PDF and .dwg file J Documented Pothole Location and Findings J Documented utilities on the plans TASK 2: Project Management Kimley-Horn has developed a schedule -based project approach consisting of the following proven fundamentals: iasx 2a. Develop a Project Development Team (PDT). Members of the PDT will include City's staff, our project team, and other agency representatives. ►ask 2b. Schedule and conduct a kick-off meeting and monthly PDT meetings. ask 2c. A project schedule, including tasks and subtasks, for the duration of the design will be provided to the City prior to the kick-off meeting. We will update the project schedule and distribute it during the PDT meetings. The project schedule will account for City function timeline, critical path, and other external constraints, such as agency approvals or utilities. The schedule will indicate anticipated duration for each task. cask;: Coordinate with the City to obtain readily available information for the design improvements required for the project. Task 2. Provide a quality control plan to be in effect throughout the duration of the project. 'Ik Task z uutput: • Assemble PDT • Schedule a kick-off meeting with the PDT • Project schedule • Quality Control Plan TASK 3: Design Plan Submittals Kimley-Horn will prepare the design plans consistent with the City standards and format. We will utilize as -built street improvement, striping, or traffic signal plans provided by the City and supplement with a detailed field review for preparation of base plans. We anticipate 30% 60% 90% and one round of consolidated comments following each. Final submittal will be 100% Plans. The following will be performed under this task: Task 3a. Kimley-Horn will prepare utility notification letters for affected agencies and utility companies to identify design controls and considerations for plan preparation and approvals. Kimley-Horn will develop a utility tracking matrix to track correspondence with agencies and identify responses. Task Kimley-Horn will prepare ADA design, signing and striping, traffic signal installation, and traffic control plans, and also include a title sheet per current City requirements. All drawings will be provided in AutoCAD format (.dwg), PDF (.pdo and .shp files. Kimley-Horn will provide up to four (4) access ramp designs and demolition call -outs at 1 "=10' scale at the intersection of Lyons Avenue and Walnut Street. Signing and striping plans will show prefabricated speed humps at specific locations, in addition to signing and striping details, and will be provided at 1 "=40' scale. Traffic signal and interconnect design will be shown on the traffic signal plans at 1'=20" for the intersection of Lyons Avenue and Walnut Street. Traffic control plans will be presented in 1 "=40'. Table 1 shows the plans required per location: Table 1 - Project Plan Deliverables ADA Design Signing/ Traffic Location Demolition Plans Striping Installation Plans Signal Plans Intersection of Lyons X Avenue and Walnut Street Walnut Street Market Street Newhall Avenue 16th Street Traffic Control Plans X X X X X X X _ X Interconnect Design Plans will be submitted for comments at 30%, 60%, and 90%. The scope of work assumes one round of consolidated comments following each submittal. Kimley-Horn will submit electronic (.dwg) files after 100% submittals. Task J,— Kimley-Horn will prepare a comments response matrix to track comments. Kimley-Horn will update the matrix following each submittal to track and respond to comments. Task 3e. Kimley-Horn will prepare up to three (3) exhibits showing proposed improvements for impacted property owners at all four corners of Lyons Avenue and Walnut Street. i asK J Uutpu. ,,!'Coordination and utility notification letters to affected utility companies .i Utility tracking matrix J Digital and hard copies of design plans shown in Table tat 30%, 60%, 90% complete and final submittals JAutoCAD file for final submittal (100% plans) J Comments response matrix J Exhibits showing proposed improvements for impacted property owners TASK 4: Specifications and Opinions of Probably Construction Costs (OPCQ Kimley-Horn will prepare construction specifications for bidding, and an opinion of probable construction cost (OPCC) for City use. X ask 4a. Kimley-Horn will prepare construction specifications document consistent with City format. Construction specifications will be written specific to the project. Submittal of specifications will be delivered to the City at 90% complete and final. This task assumes one round of consolidate comments following the 90% submittal. We will provide a digital file for the specification package in Microsoft Word format at the project completion. Our team will prepare an itemized construction bid schedule and OPCC. Estimates will be provided with each plan submittal. The unit costs will be based upon the most current cost information for recent similar projects in the area that are approved by the City. Quantities will be developed from the plans and will help develop an engineer -estimated bid quantity. Our Opinion of Probable Construction Estimate will be delivered to the City at 90% complete and final in spreadsheet format. This task assumes one round of consolidate comments following the 90% submittal. Ik Task 4 Output. 0 90% Specifications and Estimates • Final Specifications and Estimates in Microsoft Word and Excel format TASK 5: Right of Way Exhibits for the Intersection of Lyons Avenue and Walnut Street The Kimley-Horn Team will prepare legal documentation at the intersection of Lyons Avenue and Walnut Street, including temporary construction easements and permanent easements. The Team will prepare descriptions and exhibit maps which will be signed and stamped by a Licensed Surveyor. This task assumes one round of consolidated comments. * Task 5 Output: • Legal documentation showing temporary and permanent easements, including exhibit map Fee and Billing Kimley-Horn will provide the scope of services identified in this document for a lump sum fee of $89,000. Table 2 - Project Fee and Billing Task Fee Task 1 — Preliminary Investigation $17,500 Task 2 — Project Management Task 3 — Design Plans $12,000 $41,500 Task 4 — Specs and OPCC _ $9,000 Task 5 — Right of Way Exhibits $9,000 _ TOTAL $89,000 Project Schedule We are prepared to begin work immediately upon receipt of authorization to proceed and will endeavor to meet your schedule requirements. Below is a proposed schedule following notice to proceed (NTP): ARM Task 1 —Preliminary Investigation Task 2 — Project Management Task 3 — Design Plans Task 4 — Specs and OPCC Task 5 — Right of Way Exhibits APPENDIX A Jean Fares, P.E. Project Manager .may Jean has 32 years of experience —including 28 years at Kimley-Horn— �- with the planning and design of traffic and transportation projects throughout California and the western U.S. As a registered Professional Engineer in California, he has provided traffic signal design at over 2,000 locations, signal system design at over 1,500 locations, traffic signal Education: timing at over 2,500 locations, and has wide-ranging experience with Bachelor of Science, traffic operations, signing and marking plans preparation, transportation California State management plans (TMP), and traffic control plans. Jean also has Polytechnic University, extensive expertise in applying traffic engineering, Intelligent Pomona Transportation Systems (ITS) technologies, and communications infrastructure design to leading design -build transportation and transit Credentials: Professional Traffic projects. Jean has managed Kimley-Horn's contracts to provide traffic Engineer in California engineering services to the cities of Santa Clarita, Downey, Burbank, #2097 Glendale, Santa Monica, Inglewood, Agoura Hills, Palmdale, the County of Los Angeles, and Caltrans District 7. Professional Affiliations: Relevant Experience Institute of Transportation City of Santa Clarita, On -Call Traffic Engineering Services, Santa Clarita, Engineers, Member CA - Project Manager City of Santa Clarita, ITS Phases II to VII, Santa Clarita, CA - Project Manager City of Santa Clarita, Citywide Analysis of Pedestrian and Bicycle Collisions Systemic Safety Analysis Report Project (SSARP), Santa Clarita, CA - Project Manager City of Santa Clarita, Professional Services for Development of a Local Roadway Safety Plan (LRSP), Santa Clarita, CA - Project Manager City of Burbank, PS&E for San Fernando Class I Bikeway, Burbank, CA - QC/QA Reviewer City of Thousand Oaks, Read Road Bike Path Connector, Thousand Oaks, CA - QC/QA Reviewer City of Thousand Oaks, On -Call Professional Engineering Services, Thousand Oaks, CA - Project Manager City of Agoura Hills, On -Call Traffic Engineering Services, Agoura Hills, CA - Project Director City of Cathedral City, Professional Engineering Services for Date Palm Drive and Varner Road Safety Improvements, Cathedral City, CA - Project Engineer Kimley '>> Horn APPENDIX A Darren Adrian, P.E. QC/QA Reviewer Darren has more than 30 years of civil engineering and project management experience. His specialized expertise lies in the planning, design, and management of roadways, streetscape/complete streets, interchanges, at -grade intersections, roadway widenings, and rehabilitation projects. His strength encompasses coordinating with multiple stakeholders to maintain the vision and goals of a project while Education: also implementing practical engineering solutions that are affordable. Bachelor of Science, Civil Darren is well -versed in local, state, and federal regulations and has Engineering, California worked on countless projects in Caltrans District 7, 8, and 12. State Polytechnic University, Pomona Relevant Experience City of Santa Ana, Warner Avenue Protected Bike Lane (Oak Street to Credentials: Grand Avenue), Santa Ana, CA — Principal -in -Charge Professional Engineer in California #53031 and City of Santa Ana, Santa Ana Boulevard and 51" Street Protected Bike Utah #318105-2202 Lanes, Santa Ana, CA — Project Manager Professional City of Santa Ana, South Main Street Corridor Improvements, Santa Ana, Affiliations: CA — QC/QA Reviewer American Public Works Association, Member County of Orange, Hazard Avenue Protected Bikeway, Orange County, CA — Principal -in -Charge American Society of Civil Engineers, Board Member City of Santa Monica Lincoln Neighborhood Corridor Streetscape Project, Santa Monica, CA — Project Manager Institute of Transportation Expo Metro Line Construction Authority, Design of Metro E Line LRT Phase Engineers, Member 2, Los Angeles, CA — Project Manager City of Jurupa Valley, Pedley Road and Jurupa Road Intersection Analysis, Jurupa Valley, CA — QC/QA Reviewer City of Beaumont, Pennsylvania Avenue Widening, Beaumont, CA — Project Manager RCTD, 1-10 Banning Bypass, New Road to Connect Hathaway Street to Apache Trail, Riverside, CA — Project Manager City of Moreno Valley, 1-215 at Cactus Avenue PSR Interchange Improvements, Moreno Valley, CA — Project Manager Kimley '>> Horn APPENDIX A Education: Bachelor of Science, Civil Engineering Technology, Old Dominion University, Norfolk, VA Credentials: Professional Engineer in California #67851 LEED Accredited Professional in California Michael Choi, P.E., LEED AP Civil Engineering Michael is an experienced civil engineer with more than 20 years of experience in transportation engineering, land development, utility infrastructure planning/design, and water resources. His experience covers a wide range of design and analysis in urban campus, entertainment studios/creative offices and mixed -use projects that include site feasibility, master planning, grading and drainage, stormwater management, utility design, erosion control, and street improvements. As a project manager, he oversees design staff, coordinates with client, architect, subconsultants, and contractor from inception of the project to construction. He is successful in coordinating with the project team to arrive at innovative and cost-effective solutions to meet client's goals. In addition, he has built strong relationships with key officials in Southern California. Relevant Experience City of Thousand Oaks, Moorpark Road Sidewalk and Bike Lane Improvements, Thousand Oaks, CA — QC/QA Reviewer City of Thousand Oaks, Read Road Bike Path Connector, Thousand Oaks, CA — Project Manager City of Calabasas, Park Sorrento and Civic Center Way at Calabasas Road, Calabasas, CA — Project Manager City of Calabasas, Mulholland Highway Scenic Corridor, Calabasas, CA — Project Manager City of Burbank, PS&E for San Fernando Class I Bikeway, Burbank, CA — Project Manager City of Agoura Hills, Kanan Road/Agoura Road Ultimate Intersection Improvements Projects, Agoura Hills, CA — QC/QA Reviewer City of Burbank, San Fernando Blvd/Burbank Blvd Intersection Improvements, Burbank, CA — Project Engineer City of Culver City, Ivy Station Mixed -Use Transit -Oriented Development, Culver City, CA — Project Manager City of West Hollywood, Citywide Intersection Bollards Enhancement Study, West Hollywood, CA — Project Manager City of Glendale, Proposition 84 Green Streets Demonstration Project, Glendale, CA — Project Manager Kimley '>> Horn APPENDIX A Education: Bachelor of Science, Civil Engineering, University of California, Irvine Credentials: Professional Engineer in California #65218 Professional Affiliations: Institute of Transportation Engineers, Member Orange County Traffic Engineering Council, Member Jason Melchor, P.E. Civil Engineering Jason has over 20 years of experience in the management, review, and design of traffic engineering projects, and has worked with clients in Los Angeles, Orange, San Bernardino, Riverside, and San Diego counties on a multitude of traffic engineering projects. He has served as project manager on several similar on -call contracts, including leading projects for the County of Riverside and cities of Industry, Orange, Anaheim, Santa Ana, Riverside, and Newport Beach. His traffic and transportation engineering experience includes traffic signal design, signing and striping, traffic control, street lighting, roadway design, intersection improvements, signal interconnect, ITS design plans, and he has served as a key staff member on many transportation studies, and traffic and civil engineering design projects. Relevant Experience City of Santa Clarita, Citywide Analysis of Pedestrian and Bicycle Collisions Systemic Safety Analysis Report Project (SSARP), Santa Clarita, CA — Project Engineer City of Santa Clarita, ITS Phases III-VII, Santa Clarita, CA — Project Engineer City of Santa Monica, Broadway Protected Bikeway Project, Santa Monica, CA — Project Manager City of Santa Ana, Santa Ana Boulevard and 5t" Street Protected Bike Lanes, Santa Ana, CA — Project Manager City of Santa Ana, South Main Street Corridor Improvements, Santa Ana, CA — Project Engineer City of Jurupa Valley, Etiwanda Avenue Bike Lane Striping, Jurupa Valley, CA — Project Manager City of Cathedral City, Professional Engineering Services for Date Palm Drive and Varner Road Safety Improvements, Cathedral City, CA — Project Engineer City of El Monte, Ramona Boulevard at Valley Boulevard Intersection Improvement Project, El Monte, CA — Project Engineer City of Artesia, Local Roadway Safety Plan (LRSP), Artesia, CA — Project Engineer City of Glendale, Glenoaks Boulevard Traffic Signal Modification, Glendale, CA — Project Engineer Kimley '>> Horn APPENDIX A Engineering, California Polytechnic University, San Luis Obispo Associate of Science, Civil Engineering, Shasta College Credentials: Professional Engineer in California #87935 Professional Affiliations: Association of Pedestrian and Bicycle Professionals, Member Naomi Willis, P.E. Active Transportation Naomi is a civil engineer passionate about connecting communities through active transportation design. She has experience in municipal, roadway, and highway practices. She has been involved in a range of projects, including planning and final design of bikeways, complete streets, roundabouts, parks, and aquatic centers. Her work with these projects includes public workshops, grant writing, bikeway alignment selection studies, horizontal and vertical design, ADA accessible grading, signage and striping plans, and collaborating with clients, community members, and local agencies to develop innovative solutions that effectively address challenges. Naomi's versatility in planning and final design allows her to identify project enhancements and work with agencies in early design phases to incorporate project features that improve mobility or better position projects for future grant opportunities. Relevant Experience SANDAG, North Park Mid -City Bike Corridors, San Diego, CA — Project Engineer SANDAG, Central Avenue Bikeway, San Diego, CA — Project Engineer SANDAG, Imperial Avenue Bikeway, San Diego, CA — Project Engineer SANDAG, Uptown Bikeway, San Diego, CA — Project Engineer SANDAG, Urban Bikeway, San Diego, CA — Project Engineer SANDAG, Southeast to Downtown Bikeway, San Diego, CA — Project Engineer SANDAG, SR 94 Multiuse Trail Feasibility Study, San Diego, CA — Project Engineer City of Escondido, Transit Center Active Transportation Connections, Escondido, CA — Project Engineer City of Carlsbad, Carlsbad Trails Crossing Final Design, Carlsbad, CA — Project Manager Town of Los Gatos, Winchester Boulevard Complete Streets Design and Quick -Build Class IV Bikeway, Los Gatos, CA — Deputy Project Manager City of Salinas, Streetscape Master Plan for Main Street, Salinas, CA — Project Engineer Kimley '>> Horn APPENDIX A Education: Bachelor of Science, Civil Engineering, Villanova University Credentials: Professional Engineer in Maryland #41282 Professional Traffic Operations Engineer #4313 Professional Affiliations: Women's Transportation Seminar (WTS), Board Member Amy Jackson, P.E., PTOE Active Transportation Amy has more than 10 years of experience on a variety of transportation projects including bicycle and pedestrian facility intersection designs, intersection and corridor operational analyses, transportation management plans, traffic signal design, traffic signal optimization and coordination, maintenance of traffic alternatives analyses, and signing and pavement marking plans. Amy also has experience in providing traffic volume forecasts, performing loss of public benefit analyses, and reviewing traffic impact statements for developments and communities. Her excellent written and verbal communication skills —combined with her ambition and passion for the industry as well as her drive to develop creative solutions —have allowed her to produce numerous quality products in a timely manner. Relevant Experience City of Artesia, Active Transportation Plan, Artesia, CA — Project Engineer SANDAG, Uptown Bikeway, San Diego, CA — Project Engineer SANDAG, Urban Bikeway, San Diego, CA — Project Engineer SANDAG, Imperial Avenue Bikeway, San Diego, CA — Project Engineer SANDAG, Mid -Coast Corridor Mobility Hub Implementation Strategy, San Diego, CA — Project Engineer City of San Diego, Mira Mesa Community Plan Update, San Diego, CA — Project Manager City of San Diego, University Mobility Plan Update, San Diego, CA — Project Manager City of National City, Euclid Avenue Bicycle and Pedestrian Enhancements, National City, CA — Traffic Engineer City of National City, El Toyon/Las Palmas Bike Corridor Final Design ATP, National City, CA — Project Engineer City of Fontana, Fontana Active Transportation Plan, Fontana, CA — Lead Engineer* City of Fullerton, Fullerton Bicycle Connection Plan, Fullerton, CA — Senior Engineer* City of Modesto, Modesto Bicycle Signal Design, Modesto, CA — Project Engineer* *Performed prior to joining Kimley-Horn Kimley '>> Horn SCOPE OF WORK, RESPONSE FORMAT, AND SELECTION CRITERIA PROPOSAL # CIP-21-22-C2025 Newhall Area Bike Facilities Design City Project No. C2025 City of Santa Clorito, California EVENT DATE Solicitation advertisement November 15, 2021 Pre -Proposal Meeting November 30, 2021 Last day for questions December 6, 2021 Return of proposals December 16, 2021 Evaluations of proposals December 20 - 30, 2021 Contract award January 25, 2022 *Dates are subject to change at the City's discretion* I. BACKGROUND The goal of the proposed project is to improve circulation and increase the safety of vehicles, pedestrians, and cyclists in the Newhall Area. The improvements include enhanced bicycle and pedestrian facilities along Walnut Street, Market Street, Newhall Avenue, and 16th Street, designating Walnut Street as bicycle boulevard that provides connectivity from Market Street to the South Fork Trail. The overall project will provide approximately 1.5 miles of enhanced bicycle and pedestrian facilities. For this project, the design will focus on the location shown in the location map (Attachment A). II. OBJECTIVES The purpose of this RFP is to obtain the services of a well -qualified Consultant, familiar with the work required under this RFP. The selected Consultant shall work closely with the City to successfully complete the project and protect the interests of the City. Consultants are required to work with and address concerns from all divisions affected by the project including, but not limited to CIP, Traffic, Engineering Services, Transit, and LMD. III. PRE -PROPOSAL MEETING A virtual pre -proposal meeting will take place on November 30, 2021 at 2:00 PM via Zoom. The Zoom meeting information is below: Join Zoom Meeting: https://santaclarita.zoom.us/i/84778797651?pwd=W EtGVEh2aIQxcVJrcEpSbl EVZXh3ZzO9 Meeting ID: 847 7879 7651 Passcode: CIP One tap mobile +12532158782„84778797651# US (Tacoma) +13462487799„84778797651# US (Houston) Dial by your location +1 253 215 8782 US (Tacoma) +1 346 248 7799 US (Houston) +1 720 707 2699 US (Denver) +1 301 715 8592 US (Washington DC) +1 312 626 6799 US (Chicago) +1 646 558 8656 US (New York) Meeting ID: 847 7879 7651 Find your local number: https://santaclarita.zoom.us/u/k3FWRFk8y IV. RESPONSIBILITIES The scope of work will consist of the preparation of Plans, Specifications, and Estimates (PS&E) for the project. The project shall include design of the existing infrastructure in order to obtain a final design for the following: • Signage and pavement markings on Market Street between Walnut Street and Pine Street. • Signage, pavement markings, and traffic calming measures such as speed humps on Walnut Street between Market Street and 16th Street. • Signage and pavement markings on 16th Street between Walnut Street and Newhall Avenue. • Signage and pavement markings on Newhall Avenue between South Fork Trail and 16th Street. • New traffic signal and street improvements such as sidewalk, curb, gutter, median, and ADA ramps at the intersection of Lyons Avenue and Walnut Street, including pedestrian and bicycle detections. Consulting services shall consist of all items of work necessary to finalize the design and complete detailed construction Plans, Specifications, and Estimates for the proposed project. Design level topographic survey and mapping work shall be performed by a licensed Professional Surveyor. The following lists includes a brief description of the primary tasks to be performed by the Consultant. This list is not intended to be all-inclusive or limiting: TASK 1: PRELIMINARY INVESTIGATION • Consultant shall conduct a field survey at all locations and evaluate all components in accordance with the current standards such as California Manual on Uniform Traffic Control Devices (MUTCD) standards, Caltrans Standard Specifications, Los Angeles County Department of Public Works, and Standard Specifications and Plans for Public Works Construction (Green Book), and City Standards. • Consultant shall Record existing site conditions in photographs and/or video and provide to the City. • The Consultant shall obtain and review all available documents, including but not limited to, underground and overhead utilities and base maps, and aerial photographs. Confer and coordinate with affected utility companies and agencies to identify design controls and considerations necessary for plan preparation and approvals. • Topographic Survey and Record Right of Way: Perform a design level topographic survey and provide mapping to establish the existing street centerline and right of way for the project. Research and compile all existing control data. Survey shall be performed on the most current datum, NAVD 88. Deliverables shall include .pdf, .dwg, and .shp files. • Consultant shall identify design issues/constraints and provide recommendations/solutions. • Consultant shall conduct field visits of the project area to identify design issues. • Prepare and submit an engineering construction cost estimate for all recommended improvements. • Consultant shall include pothole services to locate conflicting utilities and to locate proposed foundations and footings. Pothole information shall be identified on the plans. • Confer and coordinate with affected agencies and utility companies to identify design controls and considerations necessary for plan preparation and approvals. • Consultant shall provide engineering services related to the research and investigation of utility companies and affected agencies' records to secure all the information required to identify, locate, and accurately layout all underground improvements, easements, centerline, right-of-way and private property lines. The research should include, but not be limited to, utility maps and street improvements plans. The City will provide copies of available pertinent City records, such as street plans, traffic signal plans, signing & striping plans that the City knowingly has in its possession. • Consultant shall identify and map existing utilities on plans. TASK 2: PROJECT MANAGEMENT • Consultant shall develop a Project Development Team (PDT). Members of the PDT shall include consultant and sub -consultants as required by the City and other agency representatives as necessary. • Consultant shall Schedule and conduct a kick-off meeting and monthly meeting PDT meetings and provide meeting minutes for each meeting. • A project schedule shall be developed by the Consultant for design, and shall be provided to the City in both digital and hardcopy. An updated schedule shall be distributed during the PDT Meetings. The project schedule shall be divided into tasks and subtasks in full detail including, but not limited to, City functions timeline, critical path, and other outside sources such as agency approvals or utilities. The schedule shall indicate anticipated durations for all tasks. • The Consultant shall provide engineering services related to the research and investigation of utility company and agency records to secure all the information required to identify, locate, and accurately layout all underground improvements, easements, centerline, right-of-way and private property lines. The research should include, but not be limited to, City function timeline, critical path, and other outside sources such as agency approvals or utilities. The schedule shall indicate anticipated durations for all tasks. • Consultant shall have a quality control plan in effect during the entire course of the project. • Consultant shall work with the City to obtain all relevant information needed to complete the design and obtain final approval. TASK 3: DESIGN • Prepare utility notification letters to affected agencies and utility companies to identify design controls and considerations necessary for plan preparation and approvals. • Consultant shall provide a matrix of utility coordination contacts and responses for the project. • Prepare the following plans, with separate sheets per listed category consistent with City format and current City requirements: Signing/ Traffic Demo Street Signal Interconnect Location Striping Control Plans Plans plans Plans Plans Plans Intersection of Lyons Avenue and Walnut Street X X X X X X Walnut Street X Market Street X Newhall Avenue X 16t" Street X • All drawings shall be created using AutoCAD and an electronic copy of all drawings shall be submitted to the City in .dwg, .pdf, and .shp formats. • Consultant to prepare Traffic Control Plans at the intersection of Lyons Avenue and Walnut Street with multiple staging (minimum of 3 to 4 stages to be anticipated) including pedestrian detour plans. • A conceptual design submittal set shall be provided at 30%for review and comments. • Submittal of plan set shall be delivered at 60%, 90%, 100% complete and final. • At final approval of project, the Consultant shall provide AutoCAD files for all plan sheets. • Consultant shall develop and maintain comments/responses matrix throughout the design. • Consultant to prepare exhibits of proposed improvements for impacted property owners at all four corners of the intersection of Lyons Avenue and Walnut Street. TASK 4: SUBMITTALS • Prepare construction specifications consistent with City format. • Provide the City with an original complete set of Plans, Specifications, and Estimate. Construction specifications shall be written specific to the project. Plans and Specifications shall be prepared by a registered Civil Engineer. • Submittal of specifications shall be delivered to the City at 90%, 100%, and final stages. When project is complete, the Consultant shall provide a digital file for specification package in Microsoft Word format for Windows. • Prepare an itemized construction bid schedule and cost estimate. Cost estimates shall be provided with each submittal of plans. The unit costs shall be based upon the most current cost information for recent similar projects in the area, compiled by the Consultant and approved by the City. The detailed quantity take -off of the plans to account for all engineer -estimated bid item quantities. • Submittal of the engineer's construction cost estimate shall be delivered to the City at 60%, 90%, 100% complete and final in a spreadsheet format. • The project design shall be per the current City design standards and Standard Specifications for Public Works Construction (Greenbook), Latest Edition, Standard Plans for Public Works Construction, Latest Edition, Standard Plans, Los Angeles County Department of Public Works, latest edition, current California MUTCD standards and Caltrans Standard Specifications, latest edition. TASK 5: RIGHT OF WAY EXHIBITS FOR THE INTERSECTION OF LYONS AVENUE AND WALNUT STREET • Prepare all legal documents required for the improvements at the intersection of Lyons Avenue and Walnut Street, including temporary construction easements and permanent easements. • Prepare legal descriptions and exhibit maps signed and stamped by a Licensed Surveyor. V. SUMMARY OF WORK STATEMENT AND TASKS The City is seeking a well -qualified Consultant who is committed to providing high -quality work in a reasonable timeframe. The City expects the Consultant to prepare a comprehensive proposal with recommendations, actions, and procedures to accomplish each of the tasks and objectives set forth above. The Consultant is expected to possess a broad knowledge and understanding of all codes and regulations as well as creative and technical skills as appropriate for a project of this type, size and scope. VI. RESPONSE FORMAT/PROPOSAL SUBMISSION RESPONSE TO RFP The City of Santa Clarita Public Works Department must receive three (3) hard copy submissions and one (1) electronic copy of the completed proposal before 11:00 AM on December 16, 2021 to the Purchasing Agent of the City of Santa Clarita. Electronic proposals must be submitted via BidNet at: www.bidnetdirect.com//cityofsantaclarita All hard copy submissions and required forms must be typed or written in black ink except signatures. Errors may be crossed out and corrected in ink, then initialed in ink by the person signing the proposal. In compliance with Resolution 93-9, all hard copy proposals and attachments must be submitted double -sided on recycled paper. All hard copy proposals shall not exceed 50 pages, (double -sided pages will be accepted), excluding proposal covers, dividers, or attachments, and must be delivered or mailed to: City of Santa Clarita Suite 120 ATTN: Danielle Marquez 23290 Valencia Boulevard Santa Clarita, CA 91355 II. ORGANIZATION OF THE PROPOSAL Request for Proposals shall be submitted in the following format: A. INTRODUCTION A general introduction and description of the proposal and demonstration of the Consultant's understanding of the project shall be provided. The format of the introduction is at the discretion of the Consultant; however, a restatement of the City's objectives is suggested and should be provided. B. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Include the following: A Statement of Qualifications (SOQ). A brief company history of comparable work. A company brochure (if available). A list of at least three projects similar in scope. References and phone numbers of individuals responsible for the three projects listed above. • Describe the activities of the designated project manager, and lead and supporting personnel. Provide a resume for each person named, including their qualifications (education and experience), and relationship to the proposed project activities. Provide a description and reference information for three recent projects managed by the proposed project manager. It should be noted that the project manager is the person who will serve as the key point of contact with the City. Any change in project manager cannot be made withoutwritten authorization from the City. Any change in project manager without prior City approval will be grounds for termination of the contract. C. WORK STATEMENT Describe the work program. Explain the proposed approach that addresses the specific issues identified in this RFP. Provide a description of the relationships between these activities. The organization of the plan of study should be as follows: • TASK: An overview of a related group of subtasks or activities. Normally only one or two sentences. • SUBTASK: A detailed description of the work, including the methodology to be performed. All descriptions shall be of sufficient length to clearly convey that the respondent fully understands the scope of work. • OUTPUT: A description of what the result of this particular activity or subtask is —this is generally one sentence. The task, subtask, and output format should be repeated throughout the plan of study until all the proposed work has been described. D. COST PROPOSAL - To be uploaded via BidNet as "Cost File" separately from the "Response File." The submitted cost proposal shall show a subtotal for each task and subtask of the project, also a lump sum cost estimate for the entire project, providing hourly billing rates for personnel, with the estimated total based on man-hour estimates. The cost estimate shall include provisions for meeting with the agencies to report progress of the work and obtain necessary approvals. E. SCHEDULE OF WORK Describe the time schedule for each proposed task and subtask described in Section B above. Proposed work periods, milestones, and completion dates, as well as anticipated meeting dates, shall also be identified. Any deviations from the proposed schedule shall be brought to the attention of the project manager and decisive measures shall be taken to minimize corresponding delays. F. SUB -CONSULTANTS List all sub -consultants proposed for this project. Include their qualifications and specific responsibilities, on the form provided, list the name, address, telephone number, type of work to be performed by each sub -consultant, and total approximate dollar amount of each sub -consultants. Refer to provisions in Sections 10262 and 10262.5 of the Public Contract Code and Section 7108.5 of the Business and Professions Code concerning prompt payment to sub -consultants. G. STATEMENT OF OFFER AND SIGNATURE The proposal shall be signed by an individual authorized to bind the Consultant, shall contain a statement to the effect that the proposal is a firm offer for a 120-day period, and shall contain a statement that the proposed work will be performed at a "not-to- exceed" price. The statement should indicate whether the City's standard contract is acceptable, and should identify any requested deviation therefrom. VII. EVALUATION AND SELECTION PROCESS Primary consideration will be given to the general appropriateness of the proposal for the project, the competence and creative ability of the Consultants (as described in the proposal) and the firm's willingness to work closely with City staff and other professionals. The City reserves the right to reject all proposals that are inappropriate, inadequate, or are otherwise non -responsive to the City's needs. The Consultant's commitment and qualifications of the project team to the project will be heavily weighted in the selection process. Only staff who will in fact be committed to the project should be set forth in the proposal. SELECTION CRITERIA Proposals will be evaluated and scored based on the following criteria for selection: • The content, format, and completeness of the written proposal • Demonstrated understanding of the described project and scope of work • Consultant and Subconsultant experience on similar projects (include detailed portfolio of examples) • Adherence to the performance criteria for delivering the best possible project as detailed in this RFP including a detailed work statement/plan • Perceived technical competence and creative ability • Ability to provide deliverables based on a work plan and project schedule developed by the Consultant that meets or exceeds the City's project schedule is highly desirable by the selection team. • Quality, professionalism, and overall best value to the City The Director of Public Works, with staff assistance, will evaluate all proposals for adequacy, technical competence, and suitability of the Consultant. Selection will be based on the content of the written proposal received by the City. The Consultant's commitment of staff to the project will also be heavily weighted in the selection process. Only staff who will in fact be committed to the project should be set forth in the proposal and participate in the interview process of the City if deemed necessary. The City will select one firm with which to negotiate an agreement for services, and the selected firm will be notified by letter of the City's decision. If a contractual agreement cannot be reached with the first selection, the City may elect to negotiate with other qualified participating firms. The City reserves the right to select a Consultant based on the review of the proposals, or to request the top candidates to participate in an oral interview for this project. All respondents to the RFP will be notified of the results of the selection process. A prospective Consultant must meet the following standards, as they pertain to this Request for Proposal: a. The Consultant must have, and be able to demonstrate, adequate technical and financial resources for performance, as well as adequate equipment, or have the ability to obtain and to manage such resources and equipment as required during the performance period of the proposed contract. b. The Consultant must have the necessary experience, organization, technical qualifications, skills, and facilities, or have the ability to obtain and to manage them. c. The Consultant must have demonstrated experience performing the type of professional services requested. d. The Consultant must be able to comply with the proposed or required performance schedule for this project. e. The Consultant must have a satisfactory record of contractual performance. f. The Consultant must be an Equal Opportunity Employer and have all insurance required by the City. g. The Consultant must be otherwise qualified and eligible to receive an award under all applicable laws and regulations. DocuSign Envelope ID: ABD370DA-A250-4C3F-8263-091712C8B9C8 PROPOSAL FORM Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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. , CA 91342 Phone: (818)838-6040 Email: martha@fscontractorsinc.com By: Jose Angel Fierros Print Name Title: President Signature: Date: 2/24/22 DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712CBB9C8 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-21-22-MO143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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 Risk Manager. 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. Contractorshall 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 DocuSign Envelope ID: AB0370DA-A2504C3F-8263-091712C8B9C8 maintained by CONTRACTOR in this Agreements hall 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 DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy, Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712CBB9CS and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass 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 Risk Manager shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 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 Risk Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Risk Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. 9 Authorized Signature: JDate: Printed Name: Jose Angel Fierros 2/24/22 DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 BIDDER'S QUESTIONNAIRE Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 City of Santa Clarita, California 1. Submitted by: lose Angel Fierros Telephone: (818) 838-6040 Principal Office Address: 14838 Bledsoe St. Sylmar, CA 91342 2. Type of Firm: ❑ C Corporation I!, 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: 5/11 /15 State of Incorporation: California 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: N/A Designate which are General or Managing Partners. DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712CBB9C8 BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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: 7/31/22 D.I.R. Registration # 1000033438 5. CONTRACTOR's Representative: Jose Angel Fierros Title: President Alternate: Jose Ernesto Fierros Title: Corporate Secretary 6. List the major construction projects your organization has in progress as of this date: A. Owner: Los Angel Project Location: Type of Project: B. Owner: Los Angel Project Location: Type of Project: County ;ity of Long Beach Public Equestrian Rest Area County Various Locations at LA County RMDJOC6709 Parkway Concrete Maintenance C. Owner: City of Moorpark Project Location: 100 North Lemon St. Orange, CA 92866 Type of Project: Metrolink Station North Parking Lot DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9CB BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 City of Santa C/arita, 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: FS Contractors, Inc Business Address: 14838 Bledsoe St. Sylmar, CA 91342 Telephone No.: (818) 838-6040 State CONTRACTOR's License No. & Class: 1005940 A-C8-C27 DIR No.: 1000033438 Original Date: 1/5/16 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 91342 (818) 974-0895 DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712CBB9CS Salomon Fierros, Vice President 12862 Maclay Ave. Sylmar, CA 91342 (818) 335-0482 Jose E Fierros, 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 orjoint 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: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 24 day ofFebruary2022 BIDDER: Signature Jose Angel Fierros Name and Title of Signatory FS Contractors, Inc Legal Name of Bidder 14838 Bledsoe St. Sylmar, CA 91342 Address (818)838-6040 Telephone Number 47-3649570 Federal Tax I.D. No. This document must be notarized prior to submittal. CALIFORNIA•. Cf!-.�f �tl�:`K:�Y:C:�N, :�t!c�t!: t/:Cf/:Q'!:�t/.'�::,t!:\t/:Cfl:Ct/:�N.:�i�i�t.:1i!�i/:�i!:ii/:,i/.•\f �Y:Ct/:Ct/: i �i �iri/cat/:�t!-.�t�fr^ti ./-.�t�i�L./-.�t�t Wit. 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 January 23, 2022 before me, Date Here Insert Name and Title of the Officer personally appeared Jose Angel Fierros Name(s) of Signer(s)� who proved to me on the basis of satisfactory evidence to be the person(srwhose name(s)"is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/th,pir authorized capacity(ies);-and that �y 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. ar..°'. MARTHA ISABEL LOPEZ RIUBI .....c ..''� Notary Public • California _ � Signature W�/ Los Angeles County Commission N 2356361 Signature of Notary Pub i Y •o•"� 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 ❑ Attor Fact Trustee ardian or Conservator Other: Signer epresenting: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: i�.�•G`!G\UGC:.`-'/.G`:<�'!<V\'..S`!G�:+�.v<L.G\..G�.G�.�v.tti G�.G`.'K�.'./G�.S�:G��GV G�.:�✓�•ti G`!G�G�:. e/Gwwomew G\✓ O 1 • • • •III R 109 • • :11 • :11 • •: •1 DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9CB CERTIFICATION OF NON -SEGREGATED FACILITI Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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. f / u� President 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: AB0370DA-A250-4C3F-8263-091712C8B9C8 DESIGNATION OF SUBCONTRACTORS Bid ii ENG-21-22-MO143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt, sheets If needed. Subcontractor N/A DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor -T DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: A80370DA-A2504C3F-8263-091712C8B9C8 REFERENCES Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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 Thousand Oaks 2100 Thousand Oaks Blvd, Thousand Oaks, CA 91362 Name and Address of Owner / Agency Ronner Del Castillo (805) 449-2499 Ext 50 Name and Telephone Number of Person Familiar with Project $405,862 Concrete Improvements 10/19/21 Contract Amount Type of Work Date Completed 2. County of Los Angeles Public Works 900 South Fremont Ave. Alhambra, CA 91803 Name and Address of Owner / Agency Joseph Minn (562) 869-1176 Name and Telephone Number of Person Familiar with Project $3,999,992.61 Concrete Improvements 6/ 14/21 Contract Amount Type of Work Date Completed 3 City of Bell 6330 Pine Avenue Bell, CA 90201 Name and Address of Owner / Agency Alfonso (323) 588-6211 Name and Telephone Number of Person Familiar with Project $214,515.48 Concrete Improvements 3/2/21 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: RI.I 9025 N. Lindbergh Dr. Peoria II 61615 DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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. The Contractor further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department/agency. 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 his Certificati Bidder: r , Signature Title President DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 City of Santa Clarita, California This bidder FS Contractors, Inc. proposed subcontractor , 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 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: FS Contractors, Inc. By: QW,,U� Title: Pres dent Date: 2/24/22 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 $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DocuSgln Envelope ID, AB0370DA-A250-4C3F-8263-091712G8B9G8 PROPOSAL GUARANTEE BID BOND Bid #ENG-21-22-MO143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that FS Contractors, Inc. . as BIDDER, and _ RLI Insurance Companyas SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of * dollars ($ 10% ), 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. *Ten Percent of the Total Amount of the Bid THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 24th _ Day of _ February 20 22 CONTRACTOR: Jose- r l "`-fU9'l!:s I rQS )14J ef i ra� Name and Tit of Signatory Sign ure FS Contractors, Inc. Legal Name of Bidder 14838 Bledsoe Street Sylmar, CA 91342 Bidder Address (818)838-6040 Telephone Number SURETY*: RLI Insurance Com Name 47-3649570 Federal Tax I.D. No. Signature Pietro Micciche, Attorney -in -Fact (309) 692-1000, April.Conover@rlicorp.com 1(323) 663-7814, peterm@prefe_rred_bonding.com - Phone Number and Email 9025 N. Lindbergh Drive Peoria, IL 61615 13455 Ocean View Blvd #2G0 Glendale, CA91208 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. This document must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLED; .w . 4.v. 4+ fist. Yv .ti.��i�Ki+N�+✓+Edi+CC i!'�. .fit '.�21A2/'S!5� 5�:.5�</at. J. `: xt.s1 .T .9.t.P s� .wt�Yq� � .v.�.s� . 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_ Lo,S_AI]geles ) On FEB 2 4 2022 before me, Date personally appeared Pietro Micciche Elisabete Salazar, Notary Public _ Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(#) whose name( is/a*_ subscribed to the within instrument and acknowledged to me that he/)MAW executed the same in his/XX�N e(authorized capacityK4, and that by his/)(4VA%AEsignatureN on the instrument the person¢, or the entity upon behalf of which the personK acted, executed the instrument. +� rF ELISABETE SALAZAR Notary Publkc • California Los Angeles County { Commission n 2342511 My Comm, Expires Jan 19, 2025 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=' ignature of Notary Pbbiic Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: ___ _ Capacity(ies) Claimed by Signer(s) Signer's Name: E l Corporate Officer — Title(s): Ll Partner — i.._., Limited LJ General 7 Individual CI Attorney in Fact i._J Trustee Ll Guardian or Conservator i I Other: Signer Is Representing: Signer's Name: C' Corporate Officer - Title(s): Li Partner — i.::I Limited C General L! Individual L-] Attorney in Fact E-I Trustee i.J Guardian or Conservator i_.i Other: Signer Is Representing: 02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 POWER OF ATTORNEV RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, iL 61615 Phone: 800-645-2402 Know All Men 1)j, These T resents: 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, iointly 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 ( $25,00000.00 ) for any single obligation. Tile 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 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 1st day of November , 2021 . �Oq. C,OPp ono _ 0 ^ : SEAL ;= State of Illinois k"INO;g " SS County ol'Pcoria yy �JaPpNCE Cp Opstpo"=jr SEAL On this Ist day of November 2021 , bel'ore nte, 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 volLmtary act and deed ofsaid corporation. Catherine D. Glover Notar; Pa!-!ic RLi Insurance Company Contractors Bonding and // insurance Company By: e6- K/ .�I Barton \V. Davis Vice President CERTIFICATE 1, 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 lorce 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 Cot zany and/or Contractors Bonding and insurance Company this_ � clay of i2L] insurance Company - Contractors Bonding and Insurance Company CATH INE D. GLOVER F xor�nr OFFICIAL SEAL NotaryPub5c . Stato 01 Illinafa 1'y: iiwas 61 Commisston E - - Y >4 ,icl'lic� ie Corporate Secretary March 24, 2024 - A0o5s1)1 9 CALIFORNIA•. •. Ct!.�t.at�t.a✓:�t�t�.:fit<sCtl.Ct�tf:�..�t.atlat!L�t!:CY. LCY.:�✓at�t! \.a.{;emu-,�t.at. Lit � �t.at Tt!Tt^s�x a.✓,a .L�2!:�tri.�t� : �t�s�N,•.Ct a�.Ya<fs�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 January 23, 2022 before me, Martha Isabel Lopez Riubi o v:y Public Date Here Insert Name and Title of the Officer personally appeared Jose Angel Fierros Name(s)of Signer(s)= who proved to me on the basis of satisfactory evidence to be the persons) -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(i�p); and that by his/her/iheir-signature(s)-on the instrument the person(s); or the entity upon behalf of which the person�g)'acted, executed the instrument. 4hE�,, ryt MARTHA ISABEL LOPEZ RIUBI ;^ : Notary Public -California z Los Angeles County Commission N 235636J2025 My Comm. Expires May 21, Place Notary Seal Above 1 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 ����, (.L'�-�it,°•_r""'.� lam_ ,!G Signature of Notary Pubj`c i///J 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 El Individual ❑ Attor Fact ❑ Trustee ardian or Conservator ❑ Other: Signer epresenting: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited O General ❑ Individual ❑ Attorney in Fact O Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: L -.6-',✓S'rNow "✓.S'ei1"/.S�%L DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 NON -COLLUSION AFFIDAVIT Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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: Signature Title President This document must be notarized prior to submittal. DocuSign Envelope ID: AB0370DA-A2504C3F-8263-091712CB39C8 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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. CALIFORNIA•. 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 January 23, 2022 before me, Martha Isabel T.opez Riubi. Notary Public Date Here Insert Name and Title of the Officer personally appeared Jose Angel Fierros Namefs)"of Signer(s) 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. MARTHA ISABEL LOPEZ RIUBI E= Notary Public c California = /, y " Los Angeles County Signature /;/�' Commission # 2356361 •�:•a��'' My Comm. Expires May 21, zoz5 r Signature of Notary Putilic /1 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 f3 Gene ❑ Individual ❑ Attor Fact El Trustee 171 ardian or Conservator ❑ Other: Signeris-Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General El Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Addendum No.1 January 26, 2022 Addendum No.1 BID # ENG-21-22-MO143 2021-22 Annual Concrete Rehabilitation Program This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Bid: EXHIBIT B — LOCATIONS LIST The Locations List in Exhibit B was cut off in the published bid package. The full Locations List is included in this addendum. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 2/24/22 Contract is Repr ntative Date FS Contractors, Inc. Company Name BID H ENG-21-22-MO143 DocuSign Envelope ID: AB0370DA-A2504C3F-8263-091712CBB9C8 CITY OF SANTA CLARITA Annual Concrete Replacement Urban Forestry Tree Preservation Guidelines Specifications For Parkway Tree Preservation • Unless positioned on the street, driveway or sidewalk, no vehicles, heavy equipment, or construction material shall be permitted within a tree protected zone at any time. • Locations with trees planted in a traditional parkway shall have the landscape and root system protected at all times by use of minimum % inch thick plywood or other approved material. In cases where large mature trees are located, protective fencing may / shall be required prior to removal of concrete and must remain in place until new concrete has been poured and project site is completed and cleaned. • Concrete being removed from within the protected zone of a parkway tree shall be jack - hammered into smaller pieces and removed by hand. No dragging or scraping pieces of concrete with excavator or backhoe across the root system as these rips and permanently damages critical roots necessary for survival and support of the tree. • Tree roots which are under two (2") inches in diameter may be removed just below the final grade required for concrete replacement without a required inspection. • In cases where roots are two (2") inches in diameter or greater, that need to be removed, the contractor shall give a minimum of 48-hour notice for an inspection. Do not order concrete in areas where there may be a question regarding root pruning. If the tree has to be removed as a result, the load of concrete will be reiected at no expense to the City of Santa Clarita. Contractor shall be required to give Urban Forestry 48 hour's minimum to have the tree scheduled for removal. Note: If once the roots have been exposed, and the City Arborist has determined the tree needs to be removed, the removal process may take 2-3 days to schedule due to required posting guidelines. Any root approved for removal shall be cut clean using proper root pruning device (hand pruners, loppers, hand saw, chainsaw with carbide tip chain) Axes and Pulaski tools shall be kept sharp at all times during root pruning. Roots that are left splintered or ripped shall be cut clean prior to installation of forms and concrete. All root pruning shall be performed to the satisfaction of the City Arborist or a qualified representative of Urban Forestry. • The contractor shall give the City Arborist 48-hour prior notice for all tree inspections. • Contractor shall be financially responsible for any tree that is damaged and / or has to be removed as a result of non-compliance. This may include but is not limited to the cost of DocuSign Envelope ID: AB0370DA-A2504C3F-8263-091712C8B9CB removal and replacement of said tree, monthly monitoring of damaged trees by a qualified tree consultant for a minimum of one (1) year (or as required by the City Arborist). • At no time shall the contractor be permitted to stage any equipment, vehicles, or material within the protected zone of any tree regardless of ownership. • At no time shall the contractor be permitted to clean / rinse concrete chutes, equipment or tools within the protected zone of any tree. • The contractor shall adhere to the ANSI A300 Standards - Construction Management Standard Part 5) and the Best Management Practices (BMP's) companion publication "Managing Trees During Construction" Second Edition. Copies may be obtained through the International Society of Arboriculture (ISA) website. wwwisa-arbor.com Contractors Signature: I Jose Ernesto Fierros, Corporate have read and understand the above Tree Preservation Guidelines. Secretary Signature U e Date DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712CBB9C8 PROPOSALFORM Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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 thatthe 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. , CA 91342 Phone: (818)838-6040 Email: martha@fscontractorsinc.com By: Jose Angel Fierros Print Name Title: President Signature: Date: 2/24/22 DocuSign Envelope ID: A80370DA-A250-4C3F-8263-091712C8B9C8 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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 Risk Manager. 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 DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 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 DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use DocuSign Envelope ID: AB0370DA-A250-4C3F-B263-091712C8B9CB and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass 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 Risk Manager shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 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 Risk Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Risk Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: A � ' 7 Date: 2/24/22 Printed Name: Jose Angel Fierros DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712CBB9C8 BID SCHEDULE Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 City of Santa Clarita, California This form is for reference ONLY. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found in the line items submitted, the unit price shall govern. ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1 Mobilization 1 LS $ $35,000.00 $ $35,000.00 2 Traffic Control 1 LS $ $25,000.00 $ $25,000.00 3 Implementation of Best Management Practices 1 LS $ $10,000.00 $ $10,000.00 4 Removal and Replacement of 4" Portland Cement 39,071 SF $ $1050 $ Concrete Sidewalk . $410,245.50 5 Removal and Replacement of 4" Residential 3,147 SF $ $12.00 $ Driveway Approach $37,764.00 6 Removal and Replacement of 6" Commercial 320 SF $ $18.00 $ $5,760.00 Driveway Approach 7 Removal and Replacement of 6" Portland Cement 45 LF $ $75.00 $ $3,375.00 Concrete Curb & Gutter 8 Removal and Replacement of 8" Portland Cement 158 LF $ $78.00 $ $12,324.00 Concrete Curb & Gutter TOTAL $ BID: $539,468.50 TOTAL BID AMOUNT IN WORDS: Five Hundred Thirty Nine Thousand Four Hundred Sixty Fight and Fifty The award of contract, if made, Witfie 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. DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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: FS Contractors, Inc Business Address: 14838 Bledsoe St. Sylmar, CA 91342 Telephone No.: (818) 838-6040 State CONTRACTOR's License No. & Class: 1005940 A-C8-C27 DIR No.: 1000033438 Original Date: 1/5/16 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 91342 (818) 974-0895 DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712CBB9CB Salomon Fierros, Vice President 12862 Maclay Ave. Sylmar, CA 91342 (818) 335-0482 Jose E Fierros, 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 areas follows: N/A All current and prior DBAs, alias, and/orfictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 24 day ofFebruary2022 BIDDER: Signature Jose Angel Fierros Name and Title of Signatory FS Contractors, Inc Legal Name of Bidder 14838 Bledsoe St. Sylmar, CA 91342 Address (818)838-6040 Telephone Number 47-3649570 Federal Tax I.D. No. This document must be notarized prior to submittal. CALIFORNIA.. Ct.:�tr--.�<.�5/.�'t!�t!\ 'S!�t/:�:/: t/:�t!S�'•!:�5:<.::Ct:G�tr:�t/:�c�.�t�t�t..�t.:�t!:CcI:�N:�t!at/.�t!�tI:CY^K.�t�c�t�tv— 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 January 23, 2022 before me, Date Here Insert Name and Title of the Officer personally appeared Jose Angel Fierros Names) of Signer(s)" 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 yrhis/her/theirs 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. ,�r �•..f MARTHA ISABEL LOPEZ RIUBI a W Notary Public California = Signature Los Angeles County Signature of Notary Publi Commission >f 2356361 '•i�•o�^� My Comm. Expires may 21, 2025 . C 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 ❑ Attor Fact 1-1 Trustee ardian or Conservator Other: Signer epresenting: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: V:�.'ti%L`.'K✓.SCSI:<��'1�4`✓.:��ti%v:�.'h��4`.T�ti.. DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712CBB9C8 BIDDER'S QUESTIONNAIRE Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 City of Santa Clarita, California 1. Submitted by: lose Angel Fierros Telephone: (818) 838-6040 Principal Office Address: 14838 Bledsoe St. Sylmar, CA 91342 2. Type of Firm: ❑ C Corporation lX 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: 5/11/15 State of Incorporation: California President's Name: lose 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: N/A Designate which are General or Managing Partners. DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9CB BIDDER'S QUESTIONNAIRE (cont'd) Bid #iENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 City of Santa C/aritet, California 4. Name of person holding CONTRACTOR's license: Jose Angel Fierros License number: 1005940 Class: A-C8-C27 Expiration Date: 7/31/22 D.I.R. Registration # 1000033438 5. CONTRACTOR's Representative: Jose Angel Fierros Title: President Alternate: Jose Ernesto Fierros Title: Corporate Secretary 6. List the major construction projects your organization has in progress as of this date: A. Owner: Los Angeles County Project Location: City of Long Beach Type of Project: Public Equestrian Rest Area B. Owner: Los Angeles County Project Location: Various Locations at LA County Type of Project: RMDJOC6709 Parkway Concrete Maintenance C. Owner: City of Moorpark Project Location: 100 North Lemon St. Orange, CA 92866 Type of Project: Metrolink Station North Parking Lot DocuSign Envelope ID: AB0370DA-A250-4C3F-B263-091712C8B9C8 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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. President 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: AB0370DA-A250-4C3F-8263-091712C8B9C8 DESIGNATION OF SUBCONTRACTORS Bid # ENG-21-22-MO143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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 Y. of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets If needed. Subcontractor N/A DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor -T DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 REFERENCES Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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: I. City of Thousand Oaks 2100 Thousand Oaks Blvd Thousand Oaks CA 91362 Name and Address of Owner / Agency Ronner Del Castillo (805) 449-2499 Ext 50 Name and Telephone Number of Person Familiar with Project $405,862 Concrete Improvements 10/19/21 Contract Amount Type of Work Date Completed 2 County of Los Angeles Public Works 900 South Fremont Ave. Alhambra, CA 91803 Name and Address of Owner / Agency Joseph Minn (562) 869-1176 Name and Telephone Number of Person Familiar with Project $3,999,992.61 Concrete Improvements 6/14/21 Contract Amount Type of Work Date Completed 3. City of Bell 6330 Pine Avenue Bell, CA 90201 Name and Address of Owner / Agency Alfonso (323) 588-6211 Name and Telephone Number of Person Familiar with Project $214,515.48 Concrete Improvements 3/2/21 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: RLI 9025 N. Lindbergh Dr. Peoria 1161615 DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712CBB9C8 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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 The Contractor further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department/agency. 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 his Certificate Bidder: ► '�� Signature Title President DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 City of Santa Clarita, California This bidder FS Contractors, Inc, , proposed subcontractor , 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 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: FS Contractors, Inc. By: Title: Pres dent Date: 2/24/22 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 $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712CBB9C8 BIDDER'S BOND Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: Bid Bond dollars ($ ), 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: 2021-22 Annual Concrete Rehabilitation Program Bid No. ENG-21-22-M0143 Project No. M0143 Bidder's Sig gture 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. Addendum No.1 January 26, 2022 Addendum No.1 BID # ENG-21-22-MO143 2021-22 Annual Concrete Rehabilitation Program This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Bid: I. EXHIBIT B — LOCATIONS LIST The Locations List in Exhibit B was cut off in the published bid package. The full Locations List is included in this addendum. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. J. a--,,� f ,' cry 2/24/22 Contract is Repr ntative Date FS Contractors, Inc. Company Name BID 4 ENG-21-22-MO143 DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9C8 NON -COLLUSION AFFIDAVIT Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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: Signature Title President This document must be notarized prior to submittal. DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9CB NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-21-22-M0143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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. CALIFORNIA.. G•/a�.G�i�ir't/;�L 'ft�i �%12 �i!:�L�L�i �t::Ct!s�Y.:�2 �C 1L.G�L �L 1�t.:�ir�'t.:�t!TKs�:!�Cl�t/:�L�L�L.G�C t�t��'t!:t •J�C/ t!:�L�Lr-�C�C/ 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 January 23, 2022 before me, Martha Isabel Lopez Riubi_ Nota►-y Public Date Here Insert Name and Title of the Officer personally appeared Jose Angel Fierros Namels)"of Signer(s) 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/tliey executed the same'in his/her/their authorized capacityfies);'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. 0my MARTHA ISABEL LCPEZ RIUBI Notary Public c California Z� r — LOSAngeles County Signature 1Commission # 2356361 Comm. Expires May 21, 2o25 Signature of Notary Public 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 ❑ Attor th Fact Trustee ardian or Conservator ❑ Other: Signer epresenting: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: L'i:':S`.L��'�/L\�:\'��L\SL`.L`:L�:`.<\.! �:.`:L�.:�.L�..�..G�4�'!LC:.S\ �h-'!LVL�.L\-•�L�.L�.L�G��L`:L�:G`.G�.:Lt:.L�.L�.G�.L�.L�.G\YL�✓L\� 'dL'•✓S\�L\�!L 0 • Mi. I an • FiTs am,• 6 • i i • • i DocuSign Lnvelope lD. AB0370DA-A250-4C3F-8263-091712C8B9C8 PROPOSAL GUARANTEE BID BOND Bid #ENG-21-22-MO143 2021-22 Annual Concrete Rehabilitation Program City Project No. M0143 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% ), which is ten percent (lWb) of the total amount bid by BIDDER to Crry 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. *Ten Percent of the Total Amount of the Bid THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 24th Day of February 20 22 CONTRACTOR: `Joss / 1'^ �`� 'IUY�� �f"e5 J tr 'c� Name and Tit of Signatory Sign ure FS Contractors, Inc. Legal Name of Bidder 14838 Bledsoe Street Sylmar, CA 91342 Bidder Address (818)838-6040 Telephone Number SURETY*: RLI Insurance Com Name 47-3649570 Federal Tax I.D. No. Signature Pietro Micciche, Attorney -in -Fact (309) 692-1000, April.Conover@rlicorp.com 1 (323) 663-7814, peterm@preferredbonding.com Phone Number and Email 9025 N. Lindbergh Drive Peoria, IL 61615 13455 Ocean View Blvd #260 Glendale, CA 91208 .._. 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. This document must be notarized prior to submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 .¢. - t.9.:V. a .a a .+> .abti.�/'s>K <!� JWx�<+. 4s' !:� /.t! .w:!h.:{SYt(ti� a<. a< a• wi.w Q.w ,wi�S!T r� .a .w 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 _1 IQ$ ) On J E B 2 4 2022 before me, Date personally appeared Pietro Micciche Elisabete Salazar, Notary Public _ Here Insert Name and Title of the Officer Narne(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person% whose namem is/a* subscribed to the within instrument and acknowledged to me that he/)MXWt executed the same in his/)(OMXauthorized capacityKA, and that by his/Mit"XsignatureM on the instrument the personN, or the entity upon behalf of which the personK acted, executed the instrument. ELISABETE SALAZAR R Notary Public • California Los Angeles County f Commission " 2342511 My Comm. Expires Jan 19, 2025 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 .`—T- Sfgnatdrre of Notary Prblic Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document bate: Number of Pages: Signer(s) Other Than Named Above: -.__ _ Capacity(ies) Claimed by Signer(s) Signer's Name: C:1 Corporate Officer — Title(s):� :. i Partner — I. Limited lJ General LD Individual CI Attorney in Fact J Trustee LJ Guardian or Conservator i I Other: Signer Is Representing: Signer's Name: 1-' Corporate Officer — Title(s): _ Li Partner — j .1 Limited F , General I :i Individual i.:.l Attomey in Fact I Trustee i...J Guardian or Conservator La Other: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org , 1-800-US NOTARY (1-800-876-6827) Item #5907 POWER OF ATTORNEY ]ZLl Insurance Company Conh-actors Bondin- and Insurance Company 9025 N. Lindhcrgh Dr. Peoria, It. 61615 Phone: 500-645-2402 Know All Men by Tlrese Prevents: 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, PietroMicciche, Elisabete Salazar, iointly 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 TwentyFive 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 is il'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 father certified that the following is a true and exact copy of 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, orally 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 I seal is not necessary for the validity of any bonds, policies, « ndertakings, Powers of Attorney or other obligations of the corporation. The IL 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 ist day of November 2021 . RLI insurance Company ,,``N��NG ANO,,YS •,� JPpNCEc. Contractors Bonding and insurance Company oQy.. uOp,PORq 10'•yCl � OHPORA, ••y'� SEAL •'a= = SEAL . - By: syc , Barton W. Davis Vice President o �• Slate of Illinois SS Counly ofPcoria CERTIFiCATE On this I st clay of November 2021 , before inc. a Notary Public, personally appeared Barton W. Davis . who being by me duly sworn, acknowledged that be signed the above Power of Attorney as the aforesaid officer of the RLi Insurance Company and/or Contractor Bonding and Insurance Company and acknowledged said instrumait to he the voluntary act and (Iced of said corporation. By: &,� ,� Catherine D. Gloves 6oz-� Natar�=Pc,Llic 1, the undersigned officer of RLI insurance Company and/or Contractor 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 Ibrth in the Power of Attorney, is now in force. hi testimony whereof. I htnvc hereunto set my hand and the seal of the RLI Insurance Co man , and/or Contractors Bonding and insurance Company this lclay of V-PL Y' r.441V_ . RLI insurance Company Contractors Bonding and insurance Company CATHERINE D. GLOVER . /} ^ ffi�l N Oublic - LSEAL NoMyC.Mc-SteteotlllinoR7My ComiliMion ExpirE9 _ - Jeffrey IC� COIpOI'ate Secretary March 24, 2024 y 11441 i j M20212 A0058D 19 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL •. it!:�t.:�trt.:�t/. t.:�t�t�J:%%'tl:✓M.at/;�t!aY.:�t!:�U.ctt/Tt!:�t!�t.:�.r�tr.� .c�t.s�,.�t.:�t.at�t�s�tr�.: Tt.s..vt✓:�t�t�t�ctt .'N�trc�t!-'< .'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 January 23, 2022 before me, Martha Isabel i.olie7 Riubi, No at-y Public , Date Here Insert Name and Title of the Officer personally appeared Jose Angel Fierros Name(s)'of Signer(s)- 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 acknowledgedto me that he/she/they'executed the same in his/her/their authorized capacity(igs); and that by his/her/their-signature(s)-ori 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. am MARTHA ISA©EL LOPEZ RIU81 Notary Public • California Los Angeles CountyiCommission N 235636J2025 Signaturey Comm. Explres May 21, t Signature of Notary Public 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 — ❑ Limit ed ❑Gene ❑ Individual ❑ Attor Fact F1 Trustee ardian or Conservator ❑ Other: Signer �epresenting: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: � ,v.`.✓z`,.vh:zv�.�,z�,z�.�:..izv,�z�..`.'.��.z�:'+�.z�.z�zvz`.z.z�,z�.z`. '✓z�.zv n�s�v:✓�.�.z�.z�,rri...s� •y:�✓.ri✓z� z�✓,z�✓; DocuSign Envelope ID: AB0370DA-A2504C3F-8263-091712CBB9CB CITY OF SANTA CLARITA Annual Concrete Replacement Urban Forestry Tree Preservation Guidelines Specifications For Parkway Tree Preservation • Unless positioned on the street, driveway or sidewalk, no vehicles, heavy equipment, or construction material shall be permitted within a tree protected zone at any time. • Locations with trees planted in a traditional parkway shall have the landscape and root system protected at all times by use of minimum % inch thick plywood or other approved material. In cases where large mature trees are located, protective fencing may / shall be required prior to removal of concrete and must remain in place until new concrete has been poured and project site is completed and cleaned. • Concrete being removed from within the protected zone of a parkway tree shall be jack - hammered into smaller pieces and removed by hand. No dragging or scraping pieces of concrete with excavator or backhoe across the root system as these rips and permanently damages critical roots necessary for survival and support of the tree. • Tree roots which are under two (2") inches in diameter may be removed just below the final grade required for concrete replacement without a required inspection. • In cases where roots are two (2") inches in diameter or greater, that need to be removed, the contractor shall give a minimum of 48-hour notice for an inspection. Do not order concrete in areas where there may be a question regarding root pruning, If the tree has to be removed as a result, the load of concrete will be reiected at no expense to the City of Santa Clarita. Contractor shall be required to give Urban Forestry 48 hour's minimum to have the tree scheduled for removal. Note: If once the roots have been exposed, and the City Arborist has determined the tree needs to be removed, the removal process may take 2-3 days to schedule due to required posting guidelines. Any root approved for removal shall be cut clean using proper root pruning device (hand pruners, loppers, hand saw, chainsaw with carbide tip chain) Axes and Pulaski tools shall be kept sharp at all times during root pruning. Roots that are left splintered or ripped shall be cut clean prior to installation of forms and concrete. All root pruning shall be performed to the satisfaction of the City Arborist or a qualified representative of Urban Forestry. • The contractor shall give the City Arborist 48-hour prior notice for all tree inspections. • Contractor shall be financially responsible for any tree that is damaged and / or has to be removed as a result of non-compliance. This may include but is not limited to the cost of DocuSign Envelope ID: AB0370DA-A250-4C3F-8263-091712C8B9CB removal and replacement of said tree, monthly monitoring of damaged trees by a qualified tree consultant for a minimum of one (1) year (or as required by the City Arborist). • At no time shall the contractor be permitted to stage any equipment, vehicles, or material within the protected zone of any tree regardless of ownership. • At no time shall the contractor be permitted to clean / rinse concrete chutes, equipment or tools within the protected zone of any tree. The contractor shall adhere to the ANSI A300 Standards - Construction Management Standard Part S) and the Best Management Practices (BMP's) companion publication "Managing Trees During Construction" Second Edition. Copies may be obtained through the International Society of Arboriculture (ISA) website. www.isa—arbor.com Contractors Signature: I Jose Ernesto Fierros, Corporate have read and understand the above Tree Preservation Guidelines. Secretary Signature U Date 2/24/22