Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2023-06-27 - AGENDA REPORTS - CITYWIDE FIBER UPGRADE PROJ C0068
Agenda Item: 11 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: June 27, 2023 SUBJECT: CITYWIDE FIBER OPTIC CABLE CAPACITY UPGRADE, PROJECT C0068 - PLANS AND SPECIFICATIONS AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Citywide Fiber Optic Cable Capacity Upgrade, Project C0068. 2. Find the Citywide Fiber Optic Cable Capacity Upgrade project exempt from review under the California Environmental Quality Act (CEQA) pursuant to Title 14 of the California Code of Regulations Article 19, Section 15301. 3. Award the construction contract to Crosstown Electrical & Data, Inc., in the amount of $3,289,432 and authorize a contingency in the amount of $164,472, for a total contract amount not to exceed $3,453,904. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The City of Santa Clarita (City) currently uses its fiber optic network to connect traffic signals to the traffic operations center and monitor traffic to provide for efficient traffic flow. As the City continues to grow and develop, ensuring the infrastructure is established to support emerging technologies is essential to the City's success and future prosperity. Investing in the fiber optic network will not only meet the City's needs but will also provide additional capacity that can be leased to internet providers. Current internet providers have not shown plans to advance in their infrastructure at the scale, speed, or manner necessary to ensure residents and businesses have Page 1 Packet Pg. 170 access to technologies enabled by a widespread and reliable fiber optic network. Expansion and protection of the City's fiber optic cable network will improve the livelihood of residents by supporting faster speeds, competitive pricing, and more choices in high-speed internet service. Fiber optic technology remains the most effective medium to support emerging technologies and solutions, including high-speed internet, autonomous vehicles, 5G, and other smart city applications. The Citywide Fiber Optic Cable Capacity Upgrade project will expand the City's fiber optic network by adding approximately 132,000 linear feet of new fiber optic cabling in various areas throughout the City (see attached Fiber Optic Cable Location List). The new fiber optic cable will be installed within a microduct, inside existing conduits, which insulates the fiber optic cabling and extends the useful life of the existing conduit. A communication cabinet hub at Valencia Boulevard and Bouquet Canyon Road will also be upgraded to accept termination of the new fiber optic cable branching out to all four communities in the City; Valencia, Newhall, Canyon Country, and Saugus. This project also supports the Enhancing Economic Vitality theme of the City's five-year strategic plan, Santa Clarita 2025. The Citywide Fiber Optic Cable Capacity Upgrade project is not subject to CEQA review pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301, which exempts projects from CEQA review that consist of minor alterations of existing public or private structures and facilities involving negligible or no expansion of existing or former use. Examples include existing publicly -owned utilities. This project meets the criteria for this exemption because it will be installing new fiber optic cable in existing facilities and replacing existing fiber optic cable in support of upgrades to the existing system. Construction Solicitation Process An Invitation to Bid was published twice in The Signal newspaper on April 27 and May 4, 2023. A total of five bids were submitted to the City and opened by Purchasing on May 30, 2023. The results are shown below: Company Location Bid Amount Crosstown Electrical & Data, Inc. Irvine, CA $3,289,432 Henkels & McCoy, Inc. Pomona, CA $3,695,347 HHS Construction LLC Ontario, CA $3,870,851 Elecnor Belco Electric, Inc. Chino, CA $3,944,780 HP Communications, Inc. Corona, CA $8,256,189 Staff recommends awarding the construction contract to Crosstown Electrical & Data, Inc., the lowest responsive and responsible bidder. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it to be complete. The bid proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. The Citywide Fiber Optic Cable Capacity Upgrade budget will fund the construction and construction support services. The budget will also provide for labor compliance services, staff oversight, inspection, project management, utility fees, and miscellaneous project administration Page 2 Packet Pg. 171 costs. The requested construction contingency will cover the cost of unforeseen conditions such as potential utility conflicts, abandoned utilities not shown in record drawings, and additional work requested by the City. ALTERNATIVE ACTION Other actions as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure account C0068228-516101 (ARPA Fund) to support the recommended contract and associated project administration costs. ATTACHMENTS Fiber Optic Cable Location List Bid Proposal for Crosstown Electrical & Data, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 172 LOCATIONS FOR THE CITYWIDE FIBER OPTIC CABLE CAPACITY UPGRADE, PROJECT C0068 STREET FROM TO VALENCIA BOULEVARD MCBEAN TRANSFER STATION BOUQUET CANYON ROAD BOUQUET CANYON ROAD VALENCIA BOULEVARD SECO CANYON ROAD BOUQUET CANYON ROAD VALENCIA BOULEVARD MAGIC MOUNTAIN PARKWAY RAILROAD AVENUE MAGIC MOUNTAIN PARKWAY NEWHALL AVENUE NEWHALL RANCH ROAD BOUQUET CANYON ROAD COPPER HILL DRIVE COPPER HILL DRIVE NEWHALL RANCH ROAD ALTA VISTA AVENUE ALTA VISTA AVENUE COPPER HILL DRIVE TRANSIT MAINTENANCE FACILITY (TMF) MAGIC MOUNTAIN PARKWAY TOURNEY ROAD VALENCIA BOULEVARD MCBEAN PARKWAY SINGING HILLS DRIVE DECORO DRIVE SOLEDAD CANYON ROAD BOUQUET CANYON ROAD SAND CANYON ROAD VIA PRINCESSA MAY WAY WHITE CANYON ROAD VIA PRINCESSA WEYERHAUSER WAY LOST CANYON ROAD W Q d' d H U Q d Q U W J m Q U U H d O w w m LL w 0 U N J C O r ca c.� O J d cC U v r O L u- r c� C V Packet Pg. 173 DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 PROPOSAL FORM Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 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: CROSSTOWN ELECTRICAL & DATA INC. Company Address: 5454 DIAZ ST., IRWINDALE CA 91706 Phone: (626) 813-6693 Email: DAVE@CROSSTOWNDATA.COM By: DAVID P. HEERMANCE Print Name Title: PRESI IN Signature: Date: MAY 26, 023 DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liabilitv Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (S) 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 involvine real orooertv only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 Pollution Liability _and/or Asbestos Pollution Liabilitv and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional 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 DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: �s Date: MAY 26, 2023 Printed Name: DAVID P. HEERMANCE DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 BIDDER'S QUESTIONNAIRE Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 City of Santa Clarita, California 1. Submitted by: DAVID P. HEERMANCE Telephone: (626) 813-6693 Principal Office Address: 5454 DIAZ ST. IRWINDALE CA 91706 2. Type of Firm: IN C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 11/18/2023 State of Incorporation: CALIFORNIA President's Name: DAVID P. HEERMANCE Vice -President's Name: WENDY M. PARKER Secretary or Clerk's Name: ANDREA HEERMANCE Treasurer's Name: BENJAMIN HEERMANCE 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: N/A Name of all partners holding more than a 10% interest: NIA N/A Designate which are General or Managing Partners. DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: -DAVID P. HEERMANCE License number: 756309 Class: AC10 Expiration Date: 11/30/2024 D.I.R. Registration # 1000000 155 5. CONTRACTOR's Representative: DAVID P. HEERMANCE Title: PRESIDENT Alternate: ANDREA HEERMANCE Title: SECRETARY 6. List the major construction projects your organization has in progress as of this date: A. COACHELLA VALLEY ASSOCIATION OF GOVERNMENTS Owner: REGIONAL TRAFFIC SIGNAL SYNCHRONIZATION PHASE I Project Location: COACHELLA VALLEY UPDATE LOCAL AGENCIES TRAFFIC CONTROLLERS, TRAFFIC SYSTEMS, Type of Project: COMMUNICATION SYSTEMS, B• COACHELLA VALLEY ASSOCIATION OF GOVERNMENTS Owner: REGIONAL TRAFFIC SIGNAL SYNCHRONIZATION PHASE 11 Project Location: COACHELLA VALLEY UPDATE LOCAL AGENCIES TRAFFIC CONTROLLERS, TRAFFIC SYSTEMS, Type of Project: COMMUNICATION SYSTEMS C. Owner: DEPARTMENT OF TRANSPORTATION - CALTRANS Project Location: STATE HIGHWAY IN LOS ANGELES COUNTY AT VARIOUS LOCATIONS FURNISH AND INSTALL APPROXIMATELY 170,000 FEET OF NEW TRUNK Llfqr- Type of Project: AND DISTRIBUTION FIBER OPTIC CABLE AND PERFORM SPLICING, TERMINATION AND TESTING OF FIBER AS REQUIRED. DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 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: CROSSTOWN ELECTRICAL & DATA. INC. Business Address: 5454 DIAZ ST., IRWINDALE, CA 91706 Telephone No.: (626) 813-6693 State CONTRACTOR's License No. & Class: 756309 A C10 DIR No.: 1000000155 Original Date: 11 /18/1998 Expiration Date 6/30/2025 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: CROSSTOWN ELECTRICAL & DATA, INC., CORPORATION DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 DAVID P. HEERMANCE, PRESIDENT, 5454 DIAZ ST., IRWINDALE, CA 91706, (626) 813-6693 WENDY M. PARKER, VICE PRESIDENT, 5454 DIAZ ST., IRWINDALE, CA 91706, (626) 813-6693 ANDREA HEERMANCE, SECRETARY, 5454 DIAZ ST., IRWINDALE, CA 91706, (626) 813-6693 BENJAMIN HEERMANCE, CFO, 5454 DIAZ ST., IRWINDALE, CA 91706, (626) 813-6693 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: NONE All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: NONE IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principalsrt Is 6th day of MAY 20 Signature DAVID P. HEERMANCE, PRESIDENT Name and Title of Signatory CROSSTOWN ELECTRICAL & DATA INC. Legal Name of Bidder 5454 DIAZ ST., IRWINDALE, CA 91706 Address (626) 813-6693 Telephone Number 22-3611877 Federal Tax I.D. No. DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 BID SCHEDULE Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL MOBILIZATION / DEMOBILIZATION PER 1• THE CONTRACT DOCUMENTS. 1 LS $ 225,000.00 $ 225,000.00 TEMPORARY TRAFFIC CONTROL PER 2. THE CONTRACT DOCUMENTS. 1 LS $100,000.00 $ 100,000.00 PROTECT EXISTING CONDUCTORS IN PLACE, REMOVE EXISTING #19 SIGNAL INTERCONNECT CABLE (SIC), FURNISH 3 AND INSTALL MULE TAPE, AND CLEAN 132,079 LF $ 2.05 $ 270,761.95 CONDUIT WITH AIR COMPRESSOR TO REMOVE ANY DEBRIS PER THE CONTRACT DOCUMENTS. INSTALL CITY -FURNISHED DURA-LINE 18/14 1—WAY OVERSHEATH 4. FUTUREPATH LOCATABLE MICRODUCT 133,019 LF $ 5.12 $ 681,057.28 PER THE CONTRACT DOCUMENTS. FURNISH AND INSTALL 432-STRAND SINGLE -MODE FIBER OPTIC (SMFO) 5. CABLE PER THE CONTRACT 121,322 LF $ 9.68 $ 1,174,396.96 DOCUMENTS. DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 FURNISH AND INSTALL CAPLUGS #CPT- 6X ON ALL EXPOSED MICRODUCT TUBES, CLEAN PULL BOX OF ANY 6 DEBRIS OR DIRT TO SHOW GROUT, AND 538 EA $ 275.00 $ 147,950.00 DUCT SEAL ALL CONDUIT RUNS IN THE PULL BOX PER THE CONTRACT DOCUMENTS. FURNISH AND INSTALL 3" HDPE OR 7 SCHEDULE 80 PVC CONDUIT PER THE 825 LF $ 170.00 $ 140,250.00 CONTRACT DOCUMENTS. FURNISH AND INSTALL P44 STRETCH 8 CABINET PER THE CONTRACT 2 EA $ 10,350.00 $ 20,700.00 DOCUMENTS. FURNISH AND INSTALL NEW CITY OF SANTA CLARITA C48 PULL BOX, PART# PG304813867, AND LIDS, PART# 9. PG3048H577HW2 "COMMUNICATIONS," 5 EA $ 6,085.00 $ 30,425.00 PER THE CITY'S STANDARD PLAN 012-2 IN THE CONTRACT DOCUMENTS. EXTEND EXISTING CONDUIT WITH SLIP COUPLING AND CONDUIT. 10. CONTRACTOR SHALL NOT CUT FIBER 4 EA $ 4,895.00 $ 19,580.00 OR SPLICE ENCLOSURE PER THE CONTRACT DOCUMENTS. CONSTRUCT AND INSTALL CABINET FOUNDATION AND CONCRETE PAD PER THE CALTRANS STANDARD PLANS E-3C. 11. MODIFY FOUNDATION TO MATCH 2 EA $ 14,991.00 $ 29,982.18 CABINET DIMENSIONS PER THE CONTRACT DOCUMENTS. RE -SPLICE 96-STRAND SINGLE -MODE FIBER OPTIC (SMFO) CABLE (ALL STRANDS) PER THE ORIGINAL CONDITIONS. FIBER SPLICING SHALL 12. BE DONE AT NIGHT AND SHALL BE 3 EA $ 2,103.40 $ 6,310.20 COMPLETED DURING ONE 8-HOUR SHIFT PER THE CONTRACT DOCUMENTS. REMOVE EXISTING PULL BOX COMPLETE AND REPLACE CONCRETE 13. IN LIKE KIND FROM SCORE LINE TO 4 EA $ 3,500.00 $ 14,000.00 SCORE LINE PER THE CONTRACT DOCUMENTS. DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 CONDUCT ALL NECESSARY TESTING TO ASSURE FIBER OPTIC (F/O) CONTINUITY BETWEEN SEGMENTS AFTER INSTALLATION. PERFORM A SINGLE 14. DIRECTION DUAL WAVELENGTH OTDR 6 EA $ 3,200.00 $ 19,200.00 TEST AT THE FIBER DISTRIBUTION UNIT (FDU) LOCATION PER THE CONTRACT DOCUMENTS. CONDUCT ON -REEL OTDR TEST FOR 12- STRAND SINGLE -MODE FIBER OPTIC 15. (SMFO) REELS PER THE CONTRACT 1 LS $ 800.00 $ 800.00 DOCUMENTS. FURNISH AND INSTALL 96-STRAND SINGLE -MODE FIBER OPTIC (SMFO) 16. CABLE PER THE CONTRACT 1,411 LF $ 4.05 $ 5,714.55 DOCUMENTS. INSTALL CITY -FURNISHED #5 PULL BOX 17. LID PER THE CONTRACT DOCUMENTS. 1 EA $ 2,650.00 $ 2,650.00 INTERCEPT EXISTING CONDUIT, FURNISH AND INSTALL SPLIT 18 ADAPTERS, AND TERMINATE CONDUITS 1 LS $ 4,725.00 $ 4,725.00 IN NEW PULL BOX PER THE CONTRACT DOCUMENTS. RETRIEVE FIBER OPTIC (F/O) SLACK FROM ADJACENT PULL BOXES AND 19 REDISTRIBUTE SLACK TO NEW PULL 1,500 LF $ 3.20 $ 4,800.00 BOX LOCATION PER THE CONTRACT DOCUMENTS. RELOCATE EXISTING SPLICE ENCLOSURE TO NEW PULL BOX 20. LOCATION PER THE CONTRACT 2 EA $ 2,053.40 $ 4,106.80 DOCUMENTS. WITHDRAW EXISTING 96-STRAND SINGLE -MODE FIBER OPTIC (SMFO) 21 CABLE AND REINSTALL IN NEW 1,050 LF $ 4.00 $ 4,200.00 CONDUIT PER THE CONTRACT DOCUMENTS. RE -SPLICE 12-STRAND SINGLE -MODE FIBER OPTIC (SMFO) CABLE (ALL 22 STRANDS) PER THE ORIGINAL 1 LS $ 1,280.00 $ 1,280.00 CONDITIONS AND THE CONTRACT DOCUMENTS. DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 FURNISH AND INSTALL FIBER OPTIC (F/O) SPLICE ENCLOSURE TO ACCOMMODATE A MINIMUM OF 4-432 STRAND SINGLE -MODE FIBER OPTIC (SMFO) CABLES PER THE CONTRACT 23. DOCUMENTS. TERMINATE FIBER OPTIC 4 EA $ 3,628.05 $ 14,512.20 (F/O) CABLES IN SPLICE ENCLOSURE. NO FIBER STRANDS SHALL BE SPLICED. BUFFER TUBES SHALL BE LEFT READY FOR FUTURE SPLICING NEEDS. FURNISH AND INSTALL 2" HDPE OR 24 SCHEDULE 80 PVC CONDUIT PER THE 150 LF $ 130.00 $ 19,500.0 CONTRACT DOCUMENTS. FURNISH AND INSTALL FIBER DISTRIBUTION UNIT (FDU) WITH CASSETTES AND LC CONNECTORS TO ACCOMMODATE 432 FIBER STRANDS 25. AND TERMINATE BY FUSION SPLICING 12 EA $ 24,177.39 $ 290,128.68 432-STRAND SINGLE -MODE- FIBER OPTIC (SMFO) CABLE TO NEW FDU PER THE CONTRACT DOCUMENTS. FURNISH AND INSTALL VNTC-SHIELDED TRAY CABLE (E1) 3-CONDUCTOR 8 26• GAUGE CABLE PER THE CONTRACT 300 LF $ 7.47 $ 2,241.00 DOCUMENTS. FURNISH AND INSTALL 20-AMP BREAKER IN EXISTING ELECTRICAL PANEL, FURNISH AND INSTALL LIQUID TIGHT FLEXIBLE CONDUIT BETWEEN 27• ELECTRICAL PANEL AND FIELD 1 LS $ 1,500.00 $ 1,500.00 CONDUIT (MEASURING APPROXIMATELY 10 LINEAR FEET) PER THE CONTRACT DOCUMENTS. FURNISH AND INSTALL 3" STUBE OUT 28 FOR FUTURE CONDUIT CONNECTION 1 LS $ 1,500.00 $1,500.00 PER THE CONTRACT DOCUMENTS. FURNISH AND INSTALL 12-STRAND SINGLE -MODE FIBER OPTIC (SMFO) 29. CABLE PER THE CONTRACT 175 LF $ 4.00 $ 700.00 DOCUMENTS. DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 REMOVE EXISTING 50-PAIR SIGNAL INTERCONNECT CABLE (SIC) BETWEEN C48 VAULT IN THE STREET AND TRAFFIC OPERATIONS CENTER (TOC) 30. AT CITY HALL, 3RD FLOOR PER THE 600 LF $ 4.00 $ 2,400.00 CONTRACT DOCUMENTS. CONTRACTOR SHALL CONFIRM THE LENGTH OF 432-STRAND SMFO NEEDED FOR THIS INSTALLATION. FURNISH AND INSTALL FIBER OPTIC (F/O) SPLICE ENCLOSURE TO ACCOMMODATE A MINIMUM OF 4- 432- STRAND SINGLE -MODE FIBER OPTIC (SMFO) CABLES PER THE CONTRACT 31. DOCUMENTS. TERMINATE FIBER OPTIC 4 EA $ 8,428.05 $ 33,712.20 (F/0) CABLES IN SPLICE ENCLOSURE AND FUSION SPLICE ALL FIBER STRANDS BETWEEN THE TWO NEW 432 SMFO CABLES. REMOVE EXISTING 2-72 SINGLE -MODE FIBER OPTIC (SMFO) CABLE, FURNISH AND INSTALL 96-STRAND SMFO CABLE, 32 AND SPLICE 96-STRAND SMFO CABLE 800 LF $ 9.81 $ 7,848.00 COMPLETE TO EXISTING 96-STRAND SMFO CABLE PER THE CONTRACT DOCUMENTS. CUT AND CONNECT PER THE 33. CONTRACT DOCUMENTS. 3 EA $ 2,500.00 $ 7,500.00 TOTAL BASE BID AMOUNT: $ 3,289,432.00 TOTAL BASE BID AMOUNT IN WORDS: THREE MILLION, TWO HUNDRED EIGHTY NINE THOUSAND, FOUR HUNDRED THIRTY TWO DOLLARS AND ZERO CENTS DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 City of Santa Clarita, California CROSSTOWN ELECTRICAL This bidder & DATA INC. proposed subcontractor hereby certifies that it has "_, has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: CROS W ELEC ICAL ATA, INC. By: Title: PRESIDENT Date: MAY 25 2023 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: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 etseq.) Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 City of Santa Clarita, California As required by California Public Contract Code section 2204, Proposer certifies that the option checked below relating to Proposer's status in regard to the Iran Contracting Act of 2010 (Public Contract Code sections 2200 et seq.) is true and correct: IX Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of California. Contractor CROSSTOWN ELECTRICAL & DATA, INC. Firm MAY 25, 2023 Date .,.,4 Sign DAVID P. HEERMANCE, PRESIDENT Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-CO068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. bcontractor DIR Registration No.* Dollar Value of Work Age of fir DBE: Yes No Certifying Agency: Annual Gross Receipts: Location and Place Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DI egistration No.* Dollar Value of Work Age of firm: DBE: Yes o• Certifying Agenc Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( } Subcontractor DIR Registration No.* Doll slue of Work Age of firm: DBE: Yes No Certifying Agency: Annual Gross eipts: 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.S of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1(commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 REFERENCES Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 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: CITY OF LA HABRA 1. 110 E._LA HABRA BLVD., LA HABRA, CA 90631 Name and Address of Owner / Agency MICHAEL PLOTNIK 562-383-4151 Name and Telephone Number of Person Familiar with Project INSTALL FIBER, CONDUIT, $1,528,364.00 PULL BOXES SWITCHES 4/2020-6/2021 Contract Amount Type of Work Date Completed CITY OF BEVERLY HILLS 2. 345 FOOTHILL RD., BEVERLY HILLS, CA 90210 Name and Address of Owner / Agency MANU DHALIWAL 310-285-2452 Name and Telephone Number of Person Familiar with Project VIDEO DETECTION AND $1,312,797.00 COMMUNICATION EQUIPMENT 2/2020-9/2021 Contract Amount Type of Work Date Completed ORANGE COUNTY TRANSPORTATION AUTHORITY 600 S. MAIN ST., ORANGE, CA 92863 Name and Address of Owner / Agency AMY TRAN 714-560-5379 Name and Telephone Number of Person Familiar with Project CONDUIT, CABINETS, FIBER, $755,525.00 SWITCHES, CCTV 8/2020-4/2021 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: FIDELITY CONTACT: JORGE CORREA, SURETY CONTACT: ADRIAN LANGRELL BROKER: FIDELITY AND DEPOSIT COMPANY SURETY: COMMERCIAL SURETY BOND OF MARYLAND (213) 270-0600 AGENCY ADDRESS: 777 S. FIGUEROA ST., SUITE 3900 ADDRESS: 1444 N. BATAVIA ST., SUITE 201 LOS ANGELES, CA 90017 ORANGE, CA 92687 DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 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. NONE 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. NONE 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 p Proposal. Signing ' Proposal on the signature portion thereof shall also constitute signatur f this C ific ' Bidder: Signature Title PRESIDENT DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 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 prgv Ions of he Equal Opportunity cpuse, and that it will retain such certifications in its files. BIDDER OROS TOWN `ELECTRICAL & DATA, INC. DAVID P. HEERMANCE, PRESIDENT 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: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 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. DocuSign Envelope ID: D5DFD8AE-16EA-4A57-9623-EA6C2CE72724 NON -COLLUSION AFFIDAVIT Bid #CIP-22-23-00068 Citywide Fiber Optic Cable Capacity Upgrade City Project No. C0068 City of Santa Clarito, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) DAVID P. HEERMANCE being first duly sworn deposes and says that he/she is the PRESIDENT (sole owner, a partner, president, etc.) of CROSSTOWN ELECTRICAL & DATA 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 eeneral business. ".- Signatu Title PRESIDENT DocuSign Envelope ID:40760004-11A9-4F16-B548-65B96FC571AA 0. . Addendum No. 1 May 8, 2023 Addendum No. 1 BID # CIP-22-23-CO068 Citywide Fiber Optic Cable Capacity Upgrade City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the proposal response. The purpose of this addendum is to address the following for this Invitation for Bid (IFB): I. PRE -BID MEETING The non -mandatory Pre -Bid meeting has been moved to Zoom. It will no longer be held at 23920 Valencia Blvd, Ste 125a, Santa Clarita, CA 91355. The Zoom meeting will be held on May 16, 2023 at 10:00 AM (PT). To join the meeting, see details below. https://santaclarita.zoom.us/e/82258463693 Meeting ID: 822 5846 3693 Passcode: 787713 One tap mobile +16694449171„82258463693# US +13462487799„82258463693# US (Houston) II. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) Please complete the Government -wide Debarment and Suspension (Nonprocurement) form on page 3, and submit it with signed addendum. III. CERTIFICATION AND RESTRICTIONS ON LOBBYING Please complete the Certification and Restrictions on Lobbying form on page 5, and submit it with signed addendum. IV. PREVIALING WAGE RATES Please see attached up to date prevailing wage rates V. REVISED GENERAL PROVISIONS Please see the attached revised General Provisions. VI. REVISED SPECIAL PROVISIONS Please see the attached revised Special Provisions. BID # CIP-22-23-CO068 DocuSign Envelope ID: 40760C04-11A9-4F16-B548-B5B96FC571AA VII. REVISED TECHNINCAL SPECIAL PROVISIONS Please see the attached revised Technical Special Provisions. Vill. FEDERAL CLAUSES Please see the attached federal clauses. Approved: DocuSigned by: aw6v ^marrzQike Hennawy City Engineer/Director of Public Works END OF ADDENDUM Addendum No. 1 May 8, 2023 This addendum must be acknowledged via BidNet and should be included with the response MAY 26, 2023 Contrac orseepresentative DAVID P. HEERMANCE, PRESIDENT Date CROSSTOWN ELECTRICAL & DATA, INC. Company Name BID # CIP-22-23-CO068 DocuSign Envelope ID: 40760004-11A9-4F16-B548-B5B96FC571AA GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. a. It will comply and facilitate compliance with U.S. DOT regulations, "Non procurement Suspension and Debarment," 2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Non procurement)," 2 CFR part 180, b. To the best of its knowledge and belief, that its Principals and Subrecipients at the first tier: 1. Are eligible to participate in covered transactions of any Federal department or agency and are not presently: a) Debarred, b) Suspended, c) Proposed for debarment, d) Declared ineligible, e) Voluntarily excluded, or f) Disqualified, C. Its management has not within a three-year period preceding its latest application or proposal been convicted of or had a civil judgment rendered against any of them for: 1. Commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction, or contract under a public transaction, 2. Violation of any Federal or State antitrust statute, or, 3. Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making any false statement, or receiving stolen property, d. It is not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses listed in the preceding subsection 2.b of this Certification, e. It has not had one or more public transactions (Federal, State, or local) terminated for cause or default within a three-year period preceding this Certification, f. If, at a later time, it receives any information that contradicts the statements of subsections 2.a — 2.d above, it will promptly provide that information to FTA, g. It will treat each lower tier contract or lower tier subcontract under its Project as a covered lower tier contract for purposes of 2 CFR part 1200 and 2 CFR part 180 if it: DocuSign Envelope ID: 40760004-11A94F16-13548-1351396FC571AA 1. Equals or exceeds $25,000, 2. Is for audit services, or, 3. Requires the consent of a Federal official, and h. It will require that each covered lower tier contractor and subcontractor: 1. Comply and facilitate compliance with the Federal requirements of 2 CFR parts 180 and 1200,and 2. Assure that each lower tier participant in its Project is not presently declared by any Federal department or agency to be: a) Debarred from participation in its federally funded Project, b) Suspended from participation in its federally funded Project, c) Proposed for debarment from participation in its federally funded Project, d) Declared ineligible to participate in its federally funded Project, e) Voluntarily excluded from participation in its federally funded Project, or f) Disqualified from participation in its federally funded Project, and 3. It will provide a written explanation as indicated on a page attached in FTA's TrAMS platform or the Signature Page if it or any of its principals, including any of its first tier Subrecipients or its Third -party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. 4. It will provide a written explanation as indicated on a page attached in FTA's TrAMS platform or the Signature Page if it or any of its principals, including any of its first tier Subrecipients or its Third -party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. Certification Contractor: CROSSTOWN ELECTRICAL & DATA, INC. Signature of Authorized Official: 1,617, 1,1,ml, Date: MAY 30, 2023 Name and Title of Contractor's Authorized Official: CFO, BENJAMIN HEERMANCE 2 DocuSign Envelope ID: 40760C04-11A9-4F16-B548-B5B96FC571AA Federal Certifications CERTIFICATION AND RESTRICTIONS ON LOBBYING I, BENJAMIN HEERMANCE.CFO hereby certify (Name and title of official) On behalf of CROSSTOWN ELECTRICAL & DATA, INC. that: (Name of Bidder/Company Name) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. If any funds other than federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form — LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including sub -contracts, sub -grants and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31 U.S.C. Section 3801, et seq., are applicable thereto. Name of Bidder/Company Name: CROSSTOWN ELECTRICAL & DATA, INC. Type for print name: BENJAMIN HEERMANCE, CFO Signature of authorized representative: Raw,vur!� Date: MAY 30, 2023 Signature of notary and SEAL:, See Attached Notary Acknowledgment Certificate o �/3o/2oz3 CALIFORNIA• • •. a•_�u..w w .a _w ,a _a .f,.. a .a s�..a..c� _v..a..w �, _. _s�•.a. _a .w.aw, .c�'..a•_a _c�..a s�. _wc.w ..�..w•_T c� a...�. _s�,_a a .v,._a..a�..a. _�... 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 before me,,._GGt M ka.S.SIQVI ,Notary Public Date Here Insert Name and Title of the Officer personally appeared FeyillotVFn% ►K �I �i GfVI Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the erson(s) whose names) is/ re scribed to the within instrument and ackno ed to me that e/ he/they executed the same in hi her/their authorized capacity(ies), and that his/ er/their signature s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. SAM HASSAN Notary Public - California W Los Angeles County f z Y Commission # 2330571 C" LIFO S µy Comm. Expires Jul 21. 2024 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 sea .:� Signature ZZ Signature of Notary Public 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 I Title or Type of Document: C��.���'("icati kotye1'fy�c�,'aws o+� I-Obbqi ►may . Document Date: 05 ZZ2W 2_x Z3 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2016 National Notary Association • www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 -ANTA C O U� ♦y Ea OGhOED �B DEDEM5Ep1b Addendum No. 2 Bid# CIP-22-23-CO068 Citywide Fiber Optic Cable Capacity Upgrade City of Santa Clarita, California Addendum No. 2 May 19, 2023 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 (IFB): I. Pre -Bid Meeting There was a non -mandatory, pre -bid meeting on May 16, 2023 beginning at 10:00 AM. The meeting was held Via Zoom. Attending Staff: • Diana Previtire — Project Development Coordinator, Public Works • Cesar Romo — Traffic Signal System Administrator, Public Works • Mariela Delgado — Buyer, Administrative Services • Jonathan Lirio — Mail Clerk, Administrative Services • Alyssa Herrera — PTS Office Clerk, Administrative Services Attending Vendors: • Dorian Pappas — Yunex Traffic • Itzel Alvarez — HP Communications, Inc. • Alex Gonzalez — Henkels & McCoy, Inc. • Gabriel — Henkels & McCoy, Inc. • Ricardo Avila — Cross Town Electrical & Data, Inc. • Maria Perez — Cross Town Electrical & Data, Inc. • Gary Vance • Jeffery Knuttila — Rep Com International The following questions were asked and answered: Q1) Are the materials being provided by the vendor or the City? Al) The vendor will be responsible for providing the materials. The only material the City will provide is the Locatable Micro Duct. Q2) What type of fiber is required? A2) Corning optical fiber is required. Q3) How many fibers are we splicing when we relocate them? A3) We are not relocating them, however; they should be cut into 2-mile (approx.) segments. The length of each segment is slightly different. The Contractor is responsible for reviewing the Contract Documents carefully regarding this work. BID # CIP-22-23-CO068 OF gANT4 CJ c�,o aaa m �B DECEMOE The following was reviewed: • Project scope of work • Bidding Guidelines The following specifications were shared: See Construction Note 14 and add the following: Split Conduit Materials Addendum No. 2 May 19, 2023 • Split Conduit Materials shall be used where Cut and Connect is called out in the Construction Documents. Split conduits, fittings and adapters shall be schedule 40 or schedule 80 from Conduit Repair Systems, Inc. or City approved equal. Split conduits, fittings and adapters shall be made of polyvinyl chloride (PVC). Approved split conduits, fittings and adapters shall comply or meet the following standards: UL approved material ETL listed Working hours were clarified to be 7:00 a.m. to 3:30 p.m., Monday -Friday, except for City - observed holidays (see Special Provisions for the list) or unless otherwise approved by the Engineer. Bidders are advised that the air -jetting scope on this project is not typical. Please be prepared to budget the labor required. The difference is that the City -furnished Locatable MicroDuct is installed first into existing conduit that measures anywhere from 1" up to 3" in depth. As noted, the Locatable Microduct is installed first and then the fiber optic cable is air -jetted into the MicroDuct. • Staff has confirmed that the materials specified in this bid comply with the Buy America Act requirements. Contractors are reminded to review the federal clauses and ensure any prices they receive include compliance with the Buy America Act. No additional compensation will be allowed based on increased costs incurred by the Contractor due to their required compliance with the Buy America Act. II. Buy America Certification Please complete the Buy America Certification Form on Page 4 and submit it with your bid response. BID # CIP-22-23-CO068 Addendum No. 2 May 19, 2023 END OF ADDENDUM This adden must e acknowledged via ' et and should be included with the response. �ZrC MAY 26, 2023 Contractor's epresentative DAVID P. HEERMANCE, PRESIDENT Date CROSSTOWN ELECTRICAL & DATA, INC. Company Name BID # CIP-22-23-CO068 BUY AMERICA CERTIFICATION STEEL OR MANUFACTURED PRODUCTS General Requirement (as stated in 49 CFR 661.5) a. Except as provided in 49 CFR 661.7 and 49 CFR 661.11, no funds maybe obligated by FTA for a grantee project unless all iron, steel, and manufactured products used in the project are produced in the United States. b. All steel andiron manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel additives. c. The steel and iron requirements apply to all construction materials made primarily of steel or iron and used in infrastructure projects such as, transit or maintenance facilities, rail lines, and bridges. These items include, but are not limited to, structural steel or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or iron used as components or subcomponents of other manufactured products or rolling stock, or to bimetallic power rail incorporating steel or iron components. d. For a manufactured product to be considered produced in the United States: 1. All of the manufacturing processes for the product must take place in the United States; and 2. All of the components of the product must be of U.S. origin. A component is considered of U.S. origin if it is manufactured in the United States, regardless of the origin of its subcomponents. If steel, iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each bidder or offeror in accordance with the requirement contained in 49 CFR 661.13(b). Certificate of Compliance with Buy America Requirements The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1), and the applicable regulations in 49 CFR part 661. Company: CROSST9WN�ELECTRICAL & 9ATA, INC. Name: DAVID P EE _ AN , _ Title: PRESIDENT Signature: Date: MAY 26, 2023 Certificate of Non -Compliance with Buy America Steel or Manufactured Products Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2), as amended, and the applicable regulations in 49 C.F.R. 661.7. Company: Name: Title: Signature: Date: Addendum No. 3 May 23, 2023 Addendum No. 3 BID # CIP-22-23-CO068 Citywide Fiber Optic Cable Capacity Upgrade City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Invitation for Bid (IFB): I. BID SCHEDULE MODIFICATION - LINE ITEM #15 The description in Line Item #15 has been revised. Please see description below. "CONDUCT ON -REEL OTDR TEST FOR FIBER OPTIC (SMFO) REELS PER THE CONTRACT DOCUMENTS." II. PREVAILING WAGE REQUIREMENTS Please see the latest Prevailing Wage update on page 2. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. s Representative DAVID P. HEERMANCE, PRESIDENT CROSSTOWN ELECTRICAL & DATA, INC. Company Name MAY 26, 2023 Date BID # CIP-22-23-CO068 04 anxrA a o ,d 6tio� ��oecEMe``g,+ Addendum No. 4 BID # CIP-22-23-CO068 Citywide Fiber Optic Cable Capacity Upgrade City of Santa Clarita, California Addendum No. 4 May 25, 2023 This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Invitation for Bid (IFB): I. PLANS —EXHIBIT E Please see full sized plans on page 2. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. MAY 26, 2023 Contrac rsR presentativeDAVID P. HEERMANCE, PRESIDENT Date CROSSTOWN ELECTRICAL & DATA, INC. Company Name BID # CIP-22-23-CO068