Loading...
HomeMy WebLinkAbout2022-03-22 - AGENDA REPORTS - 2021 22 CONCRETE REHAB PGM PROJ M0143Agenda Item: 10 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: A,1 DATE: March 22, 2022 SUBJECT: 2021-22 ANNUAL CONCRETE REHABILITATION PROGRAM, PROJECT M0143 - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Cruz Caldera RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2021-22 Annual Concrete Rehabilitation Program, Project MO 143. 2. Award the construction contract to FS Contractors, Inc., in the amount of $539,469 and authorize a contingency in the amount of $15,000, for a total contract amount not to exceed $554,469. 3. Appropriate one-time funds in the amount of $60,406 from the TDA Article 8 Fund (Fund 233) to expenditure account M0143233-516101. 4. Authorize the City Manager or designee to execute all contract documents, subject to City Attorney approval. BACKGROUND The 2021-22 Annual Concrete Rehabilitation Program, Project MO143, consists of the removal and replacement of sidewalks and driveway approaches damaged by tree roots and pavement settlement at various locations throughout the City of Santa Clarita (City). To ensure the backlog for sidewalk replacement extends no further than one year, additional locations were added to the project, expanding the scope of work as compared to previous years. The project is expected to begin in April 2022 and will be completed by the end of summer 2022. Attached is a list of construction locations that were identified by City staff through annual sidewalk inspections and resident requests. This project is a component of the Sustaining Public Infrastructure theme of Page 1 Packet Pg. 137 1:0 the City's five-year strategic plan, Santa Clarita 2025. Substantial constraints and controls were established in the construction documents to reduce potential impacts to traffic and homeowners during construction. A coordinated effort will take place between staff and the contractor to address any field issues and ensure proper work performance. An invitation to bid was published on January 25, 2022, and was posted on BidNet. Two responsive bids were submitted to the City and opened by Purchasing on February 24, 2022. The results are shown below: Company Name Location Base Bid Amount FS Contractors, Inc. Sylmar, CA $539,468.50 TORO Enterprises, Inc. Oxnard, CA $576,493.50 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. The lowest base bid amount for this project is higher than the engineer's estimate, as a result of significant increases in cost for concrete, mobilization, stormwater best management practices, and traffic control. The requested budget appropriation of $60,406 will provide the funds needed to address the project budget shortfall. Staff recommends the contract be awarded to FS Contractors, Inc., the lowest responsive bidder. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and found to be complete. The requested construction contingency will cover the costs of unforeseen site conditions, change order requests made by the contactor, and change orders for additional work ordered by the City. The remaining funds will provide for construction support services. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure accounts M0143233-516101, M0143264-516101 and M0143601-516101 to support the recommended contract and project administrative costs. ATTACHMENTS Locations List Bid Proposal for FS Contractors, Inc. (available in the City Clerk's Reading File) Page 2 Packet Pg. 138 10.a CANYON COUNTRY ADDRESS STREET NAME NOTES SIDEWALK (LxW) SIDEWALK (SQ FT) RES D/A (LxW) RES D/A (SQ FT) COMMERCIAL D/A (LxW) COMMERCIAL D/A (SQ FT) 6" C/G (LF) 8" C/G (LF) SPAN/ CROSS (LxW) SPAN/ CROSS (SQ FT) RAMP (EA) 19362 Ranier St 4 10 40 19320 Ranier St 4 10 40 0 26521 Kandi Ct 5 8 40 26313 Fairgate Ave 5 15 75 25200 Via Princessa in front of maintenance gate 8 8 64 20117 Lakemore Dr 5 20 100 18838 Sierra Estates Dr 4 5 20 17702 Sweetgum Ln 8 50 400 16701 Bainbury St 4 24 96 21700 Doss P1 21430 Congregation Beth Shalom 6 8 48 20006 Curassow Ct on Rainbow Glen Dr, across Curassow Ct 5 28 140 20003 Egret PI comer 5 4 20 19813 Collins Rd across 19813 Collins Rd 5 9 45 29614 Sturgeon Ct 4 15 60 27265 Luther Dr 5 10 50 17617 Wren Dr 20 10 200 27639 Santa Clarita Rd 4 10 40 26500 Rainbow Glen Dr on Rainbow Glen Dr, across Curassow Ct 5 5 25 26455 Ruether Ave 9.5 38 361 26455 Ruether Ave 9.5 23.5 223.25 24621 Ruether Ave 4 32 128 24621 Ruether Ave RSC#5146426 6 32 192 22840 Soledad Cyn Rd 7 9 63 26477 Ruether Ave 10 24 240 26570 Ruether Ave 9 16 144 18824 Cedar Valley Way 4 16 64 18824 Cedar Valley Way 5 15 17704 Wren Dr 5 20 100 19625 Four Oaks St 5 20 100 20323 Rue Crevier tree issue 5 5 25 19538 Chadway St across the street from address, by bridge 4 10 40 14686 Ramili Dr 5 20 100 14666 Ramili Dr 5 10 50 27240 Luther Dr 4 32 128 28164 La Veda Ave 50 3 150 16703 Lost Canyon Rd 33 6 198 27556 Glasser Ave 4 16 64 20132 Ermine St 60 17439 Dusty Willow Ct tree issue 4 7 28 17719 Cape Jasmine Rd 5 10 50 27135 Red Maple Ct and Winter Pine Way 4 10 40 17231 Summer Maple Way 6 7 42 21048 Golden Triangle Rd 5 5 25 28047 Glasser Ave Whites Cyn Rd NB, north of Nadal St 5 8 40 27813 Rosamond Dr 18038 Jakes Way 24 4 96 Lost Canyon Rd tree issue 4 7 28 27767 Crosspath Ave 4 16 64 19646 Chadway St 5 9 45 Whites Cyn Rd 4 10 40 18038 Armes Cir 8 17 136 27241 Lakehurst Ave 5 6 30 21019 Cross Creek Dr 5 10 50 28045 Wildwind Rd 5 20 100 Z O H U H Z O U q� Ll' O W d Z O H Q H J_ m a W W W H W W U Z O U J a Z Z a N fV N O N N J N C O fU U O J C d E t V fU Q Packet Pg. 139 10.a 28277 Enderly St 4 8 32 17809 Blackbrush Dr tree issue 4 25 100 14302 Sequoia Rd 3 20 60 19520 Babington St 4 7 28 17668 Wren Dr 5 1 5 26861 Sierra Hwy 8 9 72 28165 La Veda Ave 40 3 120 17124 Anne Freda St Bridge at comer of Sierra Hwy & Sandy Dr 10 4 40 28018 Deep Creek Dr Comer of Sandy Dr & Grace Ln 24 4 96 18032 Jakes Way Comer of Sandy Dr & Grace Ln 8 4 32 18028 Jakes Way 4 4 16 18028 Jakes Way 22522 Los Rogues Dr 8 11 88 18420 Sandy Dr 7 8 56 18060 Grace Ln 5 12 60 18060 Grace Ln 5 12 60 27522 Santa Clarita Rd 5 11 55 27303 Santa Clarita Rd 4 5 20 29935 Abelia Rd 11 5 55 30327 Sunrose PI 7 5 35 19014 Wellhaven St 4 7 28 19041 Drycliff St On side of house 4 17 68 19040 1 Drycliff St Next to SCV Import & Domestic Specialist 7 4 1 28 27424 Fairport Ave 20726-20732 Soledad Cyn Rd 7 4 28 27518 Camp Plenty Rd 4 7 28 27518 Camp Plenty Rd 4 7 28 20642 Delight St 5 6 30 26911 Ruether Ave 7 4 28 26883 Ruether Ave 7 17 119 20310 Lakemore Dr 5 7 35 20310 Lakemore Dr 5 7 35 20205 Lakemore Dr On side of house on Bonlee Ave 5 7 35 20309 Cedarcreek St 5 7 35 20344 Cedarcreek St 5 7 35 20436 Delight St Across street from address 5 6 30 20462 Delight St 5 6 30 20314 Fairweather St 5 6 30 20314 Fairweather St 5 6 30 27101 Pine Hills Ave Whites Cyn between Ashboro & Steinway 5 7 35 22014 Langside Ave On comer of Lakehurst &Lakemore 20 4 80 20012 Delight St 5 7 35 20012 Delight St 5 7 35 20000 Delight St 5 8 40 28138 Thorley Ct 4 8 32 27238 Lakehurst Ave Across street from address 5 7 35 27839 Northbrook Ave Asboro Drive Comer Thorley Ct 30 4 120 27224 Lakehurst Ave 5 7 35 27201 Lakehurst Ave 5 7 35 20325 Tamara PI 6 5 30 20347 Tamara PI 5 9 45 28260 Enderly St 4 20 80 27741 Calypso Ln 3 5 15 20170 Keaton St Past Plum Cyn-NB Bouquet, in front of 7/11 25 4 100 20115 Keaton St 10 4 40 19718 Merryhill St 4 8 32 19762 Steinway St 4 30 120 19762 Steinway St 4 30 120 20701 Bouquet Canyon Rd 4 7 28 19836 Ermine St Comer Aldbury St and Aumond Ave. 4 8 32 Z 0 H U M H Z 0 U q� Ll' 0 0 W ♦2 Z 0 H Q H J_ m a W W W F— LU W U Z 0 U J a Z Z a N fV N O N N J N C O fU V O J C d E t V fU Q Packet Pg. 140 10.a 19805 Ermine St 4 9 36 27902 Hardestry Ave 4 6 24 27936 Tenda Dr 6 12 72 19630 Aldbury St 4 6 24 19602 Aldbury St 4 55 220 19619 Ermine St Past Swan Ln toward Golden Valley Rd 4 48 192 28169 Foxlane Dr 4 15 60 28174 Foxlane Dr 2 4 8 20623 Alaminos Dr Bouqet Canyon corner of Plum Canyon 5 7 35 28381 Robin Ave Bouquet Canyon just past 7-11 NB 0 26515 Swan Ln 5 4 20 29312 Canyon Rim P1 Comer of Curtis Alan P1 and Via Joyce 29 4 116 19238 Stillmore St Comer Via Joyce Dr and Arthur Ct 9 5 45 20751 Plum Canyon Rd 6 8 48 28142 Robin Ave Comer of Via Joyce Dr. and Ricki Ct. 4 10 40 28318 Santa Catarina Rd Plum Cyn between Via Joyce & Rodgers Dr 5 12 60 19969 Via Joyce Dr Comer Plum Canyon & Rodgers Dr 5 21 105 20204 Arthur Ct Across from Address 5 21 105 20123 Gina Ct 5 5 25 28439 Via Joyce Dr 6 17 102 20228 Werren PI 2 8 16 20456 Samual Dr 8 13 104 27957 Helton Dr 5 15 1 75 20601 Jay Carroll Dr 5 5 25 15805 Rex Ct 6 6 36 19025 Delight St 7 10 70 19319 Four Oaks St 4 8 32 19209 Four Oaks St 4 1 4 19408 Cedarcreek St 5 11 55 19402 Cedarcreek St 5 12 60 19424 Cedarcreek St 4 14 56 19414 Fairweather St 4 8 32 27704 Crosspath Ave Nadal St & Whites Cyn 5 8 40 19426 Delight St 4 8 32 19555 Delight St 4 6 24 19642 Babington St 5 14 70 27552 Camp Plenty Rd 4 8 32 19101 Nadal St NB Sierra Hwy 50ft N of American Beauty 3 16 48 19131 Lonerock St 4 22 88 18836 Soledad Cyn Rd Whites Canyon Rd 5 13 65 18634 Mandan St Across from Address 4 6 24 18610 Mandan St 4 15 60 18145 American Beauty Dr 18 7 126 27509 Vilna Ave 4 8 32 28366 Maitland Ln 4 30 120 28839 Poppyseed Ln 4 5 20 17693 Scherzinger Ln 6 4 24 15610 Rosehaven Ln 5 6 30 17655 Scherzinger Ln 24 9.5 228 15642 Poppyseed Ln 5 6 30 15653 Poppyseed Ln 5 6 30 15674 Poppyseed Ln Plum Cyn and Heller Cir 4 4 16 27700 Thalia Ln Heller Cir between Edmonds & Edgehurst 5 21 105 19751 Mathilde Ln 5 23 115 18619 El Dorado Ct Heller Cir & Lorita Ln 8 9 72 17957 Sierra Hwy Heller Cir 15 7 105 19603 Edmonds PI On comer at light poles 11 20 220 28404 Connick P1 Sidani Ln & Comer of Roman 4 5 20 Z 0 H U H Z 0 U q� Ll' 0 0 W ♦2 Z 0 H Q H J_ m a W W W F— LU W U Z 0 U J a Z Z a N fV N O N N J N C O fU V O J C d E t V fU Q Packet Pg. 141 10.a 19355 Sidam Ln 4 11 44 19339 Sidani Ln Hellers Cir 4 11 44 19329 Sidam Ln 4 11 44 17383 Crest Heights Dr 36 8.5 306 28355 Lorita Ln 11 20 220 28921 Sam PI 16 20 320 19605 Travers Ct 4 11 44 28958 Marilyn Dr Canvas St on side of house 5 15 75 28958 Marilyn Dr 5 15 75 15726 Rosehaven Ln 5 9 45 15816 Rosehaven Ln 3 3 9 15855 Rosehaven Ln Across from Address 5 5 25 28305 Mount Stephen Ave 5 6 30 15905 Rosehaven Ln Near Coco's Bakery exit/entrance 7 2 14 27708 Buxton Dr 4 7 28 18917 Delight St 4 7 28 28000 Eagle Peak Ave 7 4 28 17149 Anne Freda St 8 4 32 28529 Sand Canyon Rd 4 5 20 17124 Anne Freda St 9 5 45 18830 Felbridge St Past Miss Grace Dr on Soledad Cyn 4 8 32 18759 Bainbury St On Soledad Cyn past Miss Grace Dr 7 16 112 16194 Shinedale Dr 5 9 45 18747 Delight St On Soledad Cyn Rd before Gailzy Ave 4 9 36 18734 Bookham Dr 4 40 160 28274 Miss Grace Dr 6 4 24 16933 Highfalls St 4 6 24 29058 LillyglenDr 5 17 85 16746 Highfalls St 4 7 28 18854 Stone Canyon Ln 5 25 125 18942 Goodvale Rd 4 8 32 28046 Foxlane Dr 4 8 32 29303 Poppy Meadow St 6 24 144 16933 Highfalls St 5 5 25 28614 Winterdale Dr 5 7 35 18948 Basel St 4 8 32 18949 Basel St 4 10 40 28458 Winterdale Dr 5 12 60 29312 Quezada Way 6 14 84 28346 Winterdale Dr 6 7 42 28115 Foxlane Dr Comer Soledad Cyn & Raquel Ln 5 21 105 28346 Winterdale Dr 6 7 42 29119 Quezada Way 5 21 105 28107 Foxlane Dr 4 7 28 28226 Winterdale Dr 6 19 114 14854 Raquel Ln 5 8 40 28513 Alder Peak Ave 4 7 28 28427 Winterdale Dr 6 21 126 28427 Winterdale Dr 5 15 75 16531 Fairglade St 5 20 100 16540 Nearview Dr 5 20 100 18839 Goodvale Rd 4 14 56 16843 La Veda Ave 5 7 35 18007 River Cir 8 10 80 16616 Shinedale Dr 5 10 50 18608 Tibetan Ct 5 9 45 2800309 Eagle Crest Ave 5 178ackbrush BlDri 1 5 1 25 1 125 Z 0 H U H Z 0 U q� Ll' 0 0 W d Z 0 H Q H J_ m a W W H W W U Z 0 U J a Z Z a N fV N O N N J N C O fU V O J C d E t V fU Q Packet Pg. 142 10.a 14930 Narcissus Crest Ave 5 20 100 17175 Sierra Hwy 8 20 160 17235 Mount Stephen Ave 5 10 50 17419 Dove Willow St across from address 8 8 64 17901 Soledad Cyn Rd across the street from address provided 8 25 200 18036 Armes Cir across the street from 18034 Armes Cir 3 4 12 18634 Mandan St 4 8 32 19024 Feldbridge St 4 7 28 19042 Fairweather St 4 8 32 19103 Nearbrook St 4 8 32 19115 Pleasantdale St 4 8 32 19121 Fairweather St 4 7 28 19358 Four Oaks St tree issue 0 6 14 84 19513 Drycliff St 4 16 64 19554 Fairweather St 4 9 36 19611 Pleasantdale St Across the street from address provided 4 11 44 20003 Keaton St 4 8 32 21227 WintersetDr 4 8 32 25524 Cornwall PI 0 4 24 96 25528 Mountain Pass Rd 4 8 32 26346 Oakdale Cyn Ln 5 11 55 26444 Partridge Dr 5 20 100 26457 Whispering Leaves Dr 4 50 200 26477 Ruether Ave 5 10 50 26846 Oak Ave between Santa Clara and Oak Ave 4 20 80 26861 Sierra Hwy 8 9 72 26945 Beech Willow Ln 5 8 40 26950 Weyerhauser Way SB Via Princessa 200ft past Weyerhauser 6 10 60 27401 Dolton Dr on Calla Way, across from church sign 4 8 32 27513 Fairport Ave 5 30 150 27515 Deeptree Ave tree issue 4 8 32 27646 Nugget Dr 5 15 75 27708 Walnut Springs Ave comer of Walnut Springs & Delight 4 6 24 28046 Foxlane Dr 4 8 32 28085 Whites Cyn Rd on side of parking structure 5 14 70 28152 Winterdale Dr comer of Anne Freda & Winterdale 4 8 32 28210 Winterdale Dr 4 8 32 28605 Crystal Heights Ct comer of Crystal Heights & Summit Hills 9 10 90 28812 Prairie Lane 0 10 32 320 29353 Florabunda Rd 5 16 80 29936 Abelia Rd Greencourt Dr 5 9 45 29936 Abelia Rd Greencourt Dr 4 10 40 30234 Sunrose PI Jasmine Valley Rd, comer of Sunrose PI 6 20 120 30259 Sunrose PI 5 47 235 Via Princessa Via Princessa SE, before May Way 3 8 24 Lost Canyon Rd NB on Lost Cyn, 200ft of Brant Way 5 20 100 Via Princessa and Lost Cyn Rd at Via Princessa, SE comer 4 8 32 Via Princessa on Via Princessa, east of Swan Ln 8 10 80 Via Princessa WB Via Princessa, 400ft west of Swan Ln 8 10 80 Nadal St 5 14 70 27401 Camp Plenty Rd 4 24 96 27406 Dolton Dr 4 16 64 27442 Dolton Rd 4 24 96 19518 Drycliff St 4 16 64 27419 Dolton Dr 4 16 64 27407 Dolton Dr 4 16 64 27401 Dolton Dr on side of address 4 16 64 Z 0 H U Z 0 U q� Ll' 0 0 W d Z 0 H Q H J_ m a LU W LU F— LU W U Z 0 U J a Z Z a N fV N O N N J N C O IC V O J C d E t V fU Q Packet Pg. 143 10.a 27424 Fairport Ave 4 16 64 27425 Fairport Ave on side of address 4 40 160 19618 Pleasantdale St 4 24 96 27437 Fairport Ave 4 8 32 19542 Drycliff St 4 16 64 19537 Drycliff St 4 6 24 19541 Drycliff St 4 24 96 27503 Fariport Ave 4 8 32 19625 Drycliff St 4 16 64 19639 Newhouse St 4 8 32 19656 Lonerock St 4 8 32 27540 Camp Plenty Rd 4 8 32 19455 Newhouse St 4 8 32 19449 Newhouse St 4 8 32 19549 Four Oaks St 4 8 32 19514 Babington St 3 10 30 27813 Rosamond Dr 4 24 96 19304 Delight St 0 25 5 125 CC TOTALS 19093.25 942 320 0 65 0 0 NEWHALL ADDRESS STREET NAME NOTES SIDEWALK (LxW) SIDEWALK (SQ FT) RES D/A (LxW) RES D/A (SQ FT) COMMERCIAL D/A (LxW) COMMERCIAL D/A (SQ FT) 6" C/G (LF) 8" C/G (LF) SPAN/ CROSS (LxW) SPAN/ CROSS (SQ FT) RAMP (EA) 23829 Adamsboro Dr 5 13 65 24613 Little Oak Ln 5 10 50 24802 Orchard Village Rd 4 5 20 24643 Fourl Rd 8 8 64 23921 Fambrough St 4 6 24 24821 Fourl Rd 5 30 150 23615 Neargate Dr 4 7 28 Calgrove Blvd on Calgrove EB, between Wiley & Kalmar 7 13 91 Calgrove Blvd on Calgrove EB, between Wiley & Kalmar 7 8 56 Calgrove Blvd on Calgrove WB, between Wiley & 5 Fwy 3 7 21 Calgrove Blvd on Calgrove WB, between Wiley & 5 Fwy 7 12 84 23847 Valley Oak Ct 4 7 28 23847 Valley Oak Ct 5 7 35 23823 Valley Oak Ct 5 15 75 23647 White Oak Ct 5 8 40 23643 White Oak Ct 5 14 70 23656 White Oak Ct 5 50 250 23645 Daisetta Dr 4 8 32 25264 Via Tanara 5 24 120 25118 Highspring Ave 9 30 270 23748 Powell Dr 5 60 300 23927 Avenida Cappela 5 38 190 25823 Lochmoor Rd Across from address 5 153 765 24110 Vista Hill Dr 5 51 255 24155 Vista Hill Dr 5 41 205 25613 Ailean Ct Side of house 6 31 186 24005 Oakvale Dr 5 15 75 25731 Tournament Dr 9 22 198 25738 Velan Dr 5 21 105 25401 Via Alcira 5 25 125 Z 0 H U H Z 0 U q� Ll' 0 0 W (L Z 0 H Q H J_ m a x w W W H W W U Z 0 U J a Z Z a N fV N O N N J N C O fU V O J C d E t V fU Q Packet Pg. 144 10.a 24506 Skyridge Dr oak tree issue 5 10 50 23726 Fambrough St 5 4 20 22230 Rolling Ridge Dr 5 19 95 23033 Lyons Ave 6 25 150 25057 Green Mill Ave 4 12 48 22216 Rolling Ridge Dr 5 21 105 22540 Oxford Ln 5 9 45 22308 Oxford Ln 5 16 80 25452 Sheffield Ln 5 12 60 24588 Ebelden Ave 5 8 40 24317 Newhall Ave 3 3 9 23717 Adamsboro Dr 6 10 60 24506 Skyridge Dr 5 25 125 24300 Railroad Ave on Metrolink Station by bus stops 33 7 231 23104 Kimmore Terrance 4 7 28 24529 Walnut St 4 16 64 24606 Walnut St 4 8 32 0 NEWHALL TOTALS 1 4879 1 1 340 1 1 0 1 0 1 0 1 1 0 1 0 SAUGUS ADDRESS STREET NAME NOTES SIDEWALK (LxW) SIDEWALK (SQ FT) RES D/A (LxW) RES D/A (SQ FT) COMMERCIAL D/A (LxW) COMMERCIAL D/A (SQ FT) 6" C/G (LF) 8" C/G (LF) SPAN/ CROSS (LxW) SPAN/ CROSS (SQ FT) RAMP (EA) 21634 Stonington Ln 4 5 20 28625 Lapine Ave 5 15 75 21450 Alaminos Dr 4 32 128 28740 Woodside Dr 5 20 100 23003 Edenton PI 5 20 100 23003 Edenton P1 RSC#5146923 20 21903 Theodore Ct multiple water boxes 4 10 40 Heller Cir from Plum Cyn Rd to Plum Cyn Rd 4 90 360 23021 Posada Dr 5 40 200 26720 Mocha Dr 4 15 60 26723 Mocha Dr 5 20 100 26704 Mocha Dr 4 20 80 27630 Seco Canyon Rd 5 10 50 27912 Redwood Glen Rd 3 5 15 22513 Los Rogues 4 30 120 22513 Los Rogues RSC#5278883 5 30 150 27863 Ridgegrove Dr 4 10 40 27917 Wellston tree issue 4 8 32 22628 Calvello Dr 4 10 40 22638 Calvello Dr 4 16 64 22180 Grovepark Dr 4 5 20 27967 Caraway Ln 30 5 150 28540 Old Spanish Trail 5 5 25 Seco Canyon Rd comer of Cypress PI & Seco Cyn Rd 4 20 80 27965 Oregano Cir 20 5 100 28421 Pinewood Ct 10 5 50 28359 Easton Ln 20 5 100 28544 Avocado PI 5 8 40 21643 Allison Dr 1 5 1 20 100 21603 INutmegLn 1 5 1 15 1 75 Z 0 H U H Z 0 U q� Ll' 0 0 W d Z 0 H Q H J_ m a 2 W W W H W W U Z 0 U J a Z Z a N fV N O N N J N C O fU U O J C d E t V fU Q Packet Pg. 145 10.a 27673 Sutters Pt 5 25 125 Rosedell Dr Across from school behind shopping center 4 15 60 27923 Honeycomb Dr 4 12 48 20742 Marshal Way 100 5 500 26822 Camargo Dr 4 7 28 27636 Weston Dr 5 11 55 22266 Festividad Dr across 22266 Festividad Dr 4 6 24 222666 Festividad Dr End of Cul-de-sac 4 6 24 22354 Festividad Dr 4 7 28 22624 Festividad Dr 4 7 28 22142 Alamogordo Rd 0 27557 Court View Dr 5 12 60 27557 Court View Dr 5 12 60 5 25 125 27513-27509 Caraway Ln 5 4 20 27502 Caraway Ln 5 15 75 2812 Alamogordo Rd On Bouquet Cyn Rd SB, past water pipe 5 6 30 26822 Camargo Dr On Bouquet Cyn Rd SB, across the street 10 27221 Cabrera Ave 4 8 32 28342 Nield Ct 6 14 84 28384 Rodgers Dr 5 5 25 20103 Cavern Ct ON side of house on Bonlee Ave 11 13 143 28764 Shadow Valley Ln Across street from address 5 9 45 28631 Lapine Ave 5 15 75 275856 Pamplico Dr 4 5 20 Seco Canyon Rd Seco SB, between Pamplico & Ash Creek 8 8 64 27224 Corry PI comer of Tula Dr & Corry Place 3 14 42 28125 Stonington Ln 7 5 35 22057 Jodi PI 7 5 35 28834 Pepper PI 4 16 64 22068 Alamogordo Rd tree issue 4 8 32 21903 Centurion Way 6 5 30 27730 Santa Clarita Rd on Spandau Dr, side of house 5 8 40 21156 Mill Ridge Dr private tree issue 4 15 60 27820 Carnegie Ave 46 5 230 27203 Cabrera Ave 4 8 32 21863 Alamogordo Rd 4 7 28 22956 Beech Creek Cir Sycamore Creek and Beech Creek 5 18 90 27236 Cabrera Ave 5 8 40 22011 Mecate Dr Across from 27243 Grano Ave 4 7 28 22011 Mecate Dr Across from 27243 Grano Ave 4 8 32 27221 Barada Ave 4 7 28 27215 Barada Ave To the right of house 4 7 28 27135 Barada Ave 4 7 28 22067 Alamogordo Rd On side of house 7 13 91 27667 Santa Clarita Rd 8 9 72 27314 Elias Ave 4 8 32 27539 Tula Dr Comer of Tula & Barcotta 5 5 25 27616 Spandau Dr 4 8 32 27610 Spandau Dr 4 8 32 22397 Barbacoa Dr Comer of Duke Ln & Barbacoa Dr 7 4 28 22438 Barbacoa Dr 4 6 24 22438 Barbacoa Dr 4 6 24 27806 Crookshank 5 16 80 22401 Barbacoa Dr Comer of Duke Ln &Barbacoa Dr 7 5 35 22185 Canones C r 4 5 20 22136 Canones C r 4 7 28 27347 Catala Ave 4 6 24 27343 Catala Ave 4 1 6 24 Z O H U D H Z O U q� Ll' O W d Z O H Q H J_ m a W W W H W W U Z O U J a Z Z a N fV N O N N J N C O fU V O J C d E t V fU Q Packet Pg. 146 10.a 22310 Espuella Dr 4 7 28 22537 Paraguay Dr 4 7 28 22521 Los Tigres Dr 4 7 28 21940 Centurion Way 13 1 13 22313 Pamplico Dr Across street from address 5 6 30 22018 Kristin Ln Pamplico Dr between Kristin Ln & Jodi PI 11 5 55 29039 Shadow Valley Ln Drain Area 5 4 20 27763 Ron Ridge Dr NB Pamplico between Bea Ct & Ron Ridge 2.5 3.5 8.75 21754 Scepeter Ln 5 5 25 22351 Barcotta Dr 1 8 8 21624 Spice Ct 25 3 75 22425 Barcotta Dr 13 11 143 28125 Stonington Ln 5 4 20 28131 Bobwhite Cir Haskell Cyn Rd between Bristol & Jefferson 8 11 88 11 28054 Devon Ln Comer of Devon Ln and Jeffers Ln 9 21727 Jeffers Ln 7 21602 Nutmeg Ln On Caraway Ln side of 21602 Nutmeg Ln 5 70 350 21602 Masterson Ct Caraway Ln side 5 40 200 27936 Harwood Dr 22 5 110 21754 AgajanianDr 14 5 70 21037 Sutters Point Dr Across street from address 15 5 75 28116 Newbird Dr 4 5 20 28177 Oaklar Dr 4 5 20 28159 Oaklar Dr 29 28237 Hot Springs Ave 2 3 6 28256 Kenton Ln NB Copperhill between Kenton & Agajanian 10 8 80 28445 Rodgers Dr 5 5 25 28468 Rodgers Dr 5 6 30 SAUGUS TOTALS 1 6172.75 1 1 1148 1 1 0 1 20 1 66 1 1 0 VALENCIA ADDRESS STREET NAME NOTES SIDEWALK (LxW) SIDEWALK (SQ FT) RES D/A (LxW) RES D/A (SQ FT) COMMERCIAL D/A (LxW) COMMERCIAL D/A (SQ FT) 6" C/G (LF) 8" C/G (LF) SPAN/ CROSS (LxW) SPAN/ CROSS (SQ FT) RAMP (EA) 25784 Nashua Way 5 10 50 29205 Las Palmas on Tesoro Del Valle Dr, behind address 6 8 48 25560 Serena Dr 5 10 50 23605 Via Delfina 5 12 60 23610 Via Delfina 4 5 20 27161 Baxard PI 4 20 80 Northpark Dr & Sorrel Ct 5 10 50 25649 Bellerive Dr 2 20 40 25885 Fenda Way 12 4 48 25695 Serena Dr 5 5 25 25646 Almendra Dr 5 7 35 25657 Almendra Dr 5 12 60 25637 Almendra Dr 5 13 65 25505 Meadow Mont St 10 9 90 25505 Meadow Mont St 8 9 72 25505 Meadow Mont St 8 9 72 23361 Preston Way 5 10 50 26010 Manzano Ct On El Pasco Dr & Estaban Dr, across pool 1 12 12 27949 Mariposa St 6 10 60 27421 Tourney Rd 5 9 45 Valencia Blvd IWB Valencia Blvd, 100ft past Goldcrest Dr 1 4 1 9 1 6 Z O H U Z O U q� Ll' O W (L Z O H Q H J_ m a W W W H W W U Z O U J a Z Z a N N N O N N J N C O fU V O J C d E t V fU Q Packet Pg. 147 10.a Valencia Blvd EB Valencia Blvd, entrance to COC lot 7 8 56 Magic Mountain Pkwy EB Magic Mtn, approx 300' w/Avignon Dr 5 20 100 26503 Sunbird Ct Emerald Dove Dr near corner of Sunbird Ct 4 15 60 26350 Citrus St 5 5 25 26350 Citrus St 5 10 50 26102 Sabado Ct 5 3 15 23551 Magic Mountain Pkwy 7 10 70 24502 Windsor Dr 5 10 50 23609 Del Monte Dr 9 10 90 26070 Sombras Ct 5 13 65 26790 Oak Ave 2 3 6 24505 Town Center Dr 8 8 64 23948 Via Onda 5 21 105 25603 Bellerive Dr 4 10 40 23805 Spinnaker Ct 5 15 75 27059 Littlefield Dr 5 13 65 23980 Arroyo Park Dr across street from 23980 5 20 100 28509 Vista Del Rio 4 10 40 27429 Cherry Creek Dr 4 20 80 27749 Pine Cove Cir 4 8 32 24135 Creekside Rd 9 10 90 27477 1 Westover Way 5 5 1 25 24500 Town Center Dr 5 6 30 24159 Del Monte Dr NWB 5 10 50 25419 Via Dona Christa tree issue 5 8 40 23923 Via Flamenco tree issue 4 16 64 23923 Via Flamenco RSC#5354421 25 25830 Nashua Way 4 20 80 26310 GoldcrestDr 4 8 32 26206 Park View Rd side of house, along Del Monte 5 18 90 Hillsborough Pkwy at Cheyenne Dr 7 11 77 27849 Springtree PI 5 4 20 26801 Bouquet Canyon Rd On comer of Seco Cyn & Bouquet Cyn 6 7 42 25243 Via Valentina 13 5 65 26272 Park View Rd 4 8 32 24201 Lema Dr across street from 24201 Lema Dr 4 16 64 24425 Town Center Dr On McBean near Town Center Dr 4 4 16 27800 Mcbean Pkwy NB between Skycrest & North Park 15 7 105 27837 Sweetwater Ln NB between Skycrest & North Park 15 7 105 27515 Berkshire Hills PI On McBean across from Cottage Cir 10 11 110 24003 Cornelia P1 Before Cottage Cir towards Copper Hill 10 11 110 24061 Newhall Ranch Rd Past Newhall Ranch Rd toward Copper Hill 7 8 56 24104 Dalgo Dr Where sidewalk ends on McBean 5 7 35 24104 Dalgo Dr Where sidewalk ends on McBean 5 7 35 23968 Bennington On McBean, past Fairview at bus stop 10 33 330 24005 Mariposa PI On McBean, past Cottage Cir 10 11 110 23918 Summerhill Ln On McBean, past Summerhill Ln 10 11 110 23910 Summerhill Ln On McBean, past Summerhill Ln 10 22 220 23602 Falcon Crest PI On McBean, Before Northpark Dr 10 11 110 23602 Falcon Crest P1 On McBean, Before Northpark Dr 10 11 110 23602 Falcon Crest PI On McBean, Before Northpark Dr 10 11 110 26010 Manzano Ct On El Pasco & Estaban across from Pool 1 12 12 24076 Creekside Rd 4 13 52 23610 Real Ct 5 6 30 26370 Diamond P1 Next to Canam sign on street 9 10 90 26500 Rainbow Glen Dr Across from Curassow Ct 5 4 20 27019 Karns Ct On Flynn as you get off of Jason Dr 5 3 15 27019 Karns Ct On Flynn as you get off of Jason Dr 1 5 1 8 40 Z 0 H U H Z 0 U q� Ll' 0 0 W ♦2 Z 0 H Q H J_ m a W W W H W W U Z 0 U J a Z Z a N fV N O N N J N C O fU V O J C d E t V fU Q Packet Pg. 148 10.a 18406 Oak Canyon Rd At entrance of 18402 thru 18416 Apts 9 8 72 18414 Oak Canyon Rd At entrance of 18402 thru 18416 Apts 5 8 40 18414 Oak Canyon Rd At entrance of 18402 thru 18416 Apts 5 8 40 18301 Oakmont Dr Oak Mount entrance to 18301-18307Apts 5 10 50 27010 Karns Ct At the end of Karns Court 5 8 40 27011 Karns Ct AT the end of Karnataka Street 5 17 85 18111 Erik Ct Between Jason Dr & Flynn Dr 5 8 40 18408 Jakes Way Sierra Hwy between bridge & Jakes Way 21 8 168 18792 Flying Tiger Dr Self storage driveway on Sierra Hwy 5 4 20 18715 Via Princessa comer of Via Princessa & Vista Del Canon 9 10 90 18650 Via Princessa Costco sidewalk on Via Princessa 8 10 80 18650 Via Princessa Costco sidewalk on Via Princessa 4 12 48 18649 Via Princessa Comer of Via Princessa and Costco Plaza 8 4 32 18590 Via Princessa Costco gas entrance next to Jiffy Lube sign 20 7 140 18540 Via Princessa Comer of Jason Dr & Via Princessa 8 9 72 18708 Vista Del Canon Across from Costco on Via Princessa 5 8 40 26889 Sierra Hwy On Via Princessa next to RvrVw Plaza sign 6 18 108 18755 Via Princessa Comer of Via Princessa and Sierra Hwy 4 5 20 27361 Sierra Hwy Driveway of express care valvoline 6 6 36 27361 Sierra Hwy Driveway of express care valvoline 5 5 25 18335 Jakes Way By RR tracks comer of Jakes & Cyn Park 11 8 88 27310 Manzanita Ln Driveway corner of Manzanita & Jakes Way 9 1 10 90 18036 Armes Cir Across the street from 18034 Jakes Way 8 20 160 18034 Jakes Way tree issue, across the street from address 8 19 152 27319 Blueridge Dr 5 25 125 23217 Beaumont St 5 10 50 22835 Rio Clara Dr 5 11 55 23005 Vista Delgado Dr Comer of Vista Delgado & La Cohnena 5 12 60 26803 Lugar De Oro Dr Bridge panel and curb 6 8 48 22937 Las Mananitas Dr 5 17 85 22937 Las Mananitas Dr 5 17 85 26640 Bouquet Canyon Rd At start of bridge 8 9 72 26640 Bouquet Canyon Rd At start of bridge 8 9 72 23105 Valencia Blvd Arco Driveway 8 19 152 26459 Bouquet Canyon Rd At start of bridge 6 9 54 23041 Newhall Ranch Rd 5 10 50 27003 Rowell Ct 3 5 15 23310 Pelham PI 5 4 20 23310 Pelham P1 5 10 50 27036 Littlefield Dr 5 3 15 28730 Raintree Ln Comer of Tamarack & Raintree 11 21 231 28706 Raintree Ln 5 18 90 28449 Lobeila Ln 5 6 30 27066 West Island Rd 4 9 36 27460 Riverside Ln 7 16 112 24115 Meadowbrook Ln 5 16 80 27638 Olive Mill Ct Weeping Willow & Lilyfield Ln 5 8 40 27936 Agapanthus Ln Promontory Ln & Copperstone Dr 9 28317 Kelly Johnson Pkwy 4 15 60 28212 Kelly Johnson Pkwy Comer of Constellation & Kelly Johnson 5 27 135 27441 Tourney Rd 5 13 65 25136 Anza Dr Electrical Vault Panel 7 10 70 25573 Avenue Stanford 4 7 28 27801 Avenue Scott 4 7 28 25230 Avenue Stanford 8 9 72 27825 Fremont St 10 33 330 28310 Avenue Crocker 9 4 36 28310 Avenue Crocker 4 8 32 Z 0 H U H Z 0 U q� 6C 0 0 W d Z 0 Q J_ m a W W W F— LU W U Z 0 U J a Z Z a N fV N O N N J N C O fU V O J C d E t V fU Q Packet Pg. 149 10.a 28470 Avenue Stanford 8 6 48 23604 Clearidge Dr Roland Way & Grandview Dr 5 15 75 27817 Bloomfiled Ct Tupelo Ridge & Beechnut Cir 5 11 55 27902 Beechnut Cir Tupelo Ridge & Beechnut Cir 5 5 25 23510 Silverhawk PI 5 8 40 28313 Newhall Ranch Rd West Rye Canyon & Gateway Village 18 23005 Vista Delgado Dr Comer of Vista Delgado & La Colrnena 5 12 60 28326 Lobeila Ln Comer of sidewalk 5 1 5 25334 Avenue Stanford 8 8 64 22718 Espuella Dr 16 1 4 1 64 0 VALENCIA TOTALS 1 8926 1 1 717 1 1 0 1 25 1 27 1 1 0 1 0 GRAND TOTALS 1 39071 1 1 3147 1 1 320 1 45 1 158 1 1 0 1 0 z O H U M H z O U q� Ll' O W ♦2 z O H Q H J_ m a x w W w F- LU W U z O U J a z z a N N N O N N J N C O tC v O J C d E t V cC Q Packet Pg. 150 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