Loading...
CC - Item 4C - Crosswalk Installation at Jay Imperial Park & Sidewalk Replacement Projects - Award of Contract� = ROSEMEAD CITY COUNCIL 9 VM.4:ry STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: GLORIA MOLLEDA, CITY MANAGER A 0 DATE: FEBRUARY 26, 2019 SUBJECT: CROSSWALK INSTALLATION AT JAY IMPERIAL PARK (PROJECT NO. 28011) AND SIDEWALK REPLACEMENT (PROJECT NO. 24008) — AWARD OF CONTRACT SUMMARY As part of the City's Fiscal Year 2018-2019 Budget, the City Council approved the Capital Improvement Program that included the Crosswalk Installation and Sidewalk Replacement Projects. In order to attract more bidders, the City Engineer combined the two projects into a single project, prepared bid specifications, and advertised the project for bids on January 10, 2019. On February 6, 2019, staff received five bids and is recommending the award of contract to FS Contractors Inc. of Sylmar, CA, in the amount of $100,090. STAFF RECOMMENDATION It is recommended that the City Council: 1. Authorize the City Manager to execute a contract with FS Contractors Inc., in the amount of $100,090 for the Crosswalk Installation at Jay Imperial Park and Sidewalk Replacement Projects; and 2. Authorize the Director of Public Works to approve change orders up to $10,000 (up to 10% of contract amount) for this project; and 3. Take such additional, related action that may be desirable. DISCUSSION The project consists of the installation of neva curb ramps, crosswalk signage and lighting, and sidewalk connecting to the walking trail at Jay Imperial Park. The crosswalk will provide a pedestrian crossing on Pine Street, connecting the east and west portions of the park. The project also includes the repair of sections of sidewalk, curb & gutter, and driveways uplifted by parkway trees at 13 locations. The Crosswalk Installation at Jay Imperial Park was previously advertised in October 2018. However, only one bid was received on November 7, 2018. Therefore, on December 11, 2018, City Council rejected the lone bid and directed staff to re -advertise the project for new bids. In AGENDA ITEM NO. 4.0 City Council Meeting February 26, 2019 Page 2 of 3 order to attract more bidders, the City Engineer combined the Crosswalk Installation project with the Sidewalk Replacement project. A Notice Inviting Bids for the Crosswalk Installation at Jay Imperial Park and Sidewalk Replacement Projects were published in local newspapers and trade publications on January 10 and January 17, 2019. On February 6, 2019, staff received a total of five bids and the results are as follows: Rank Bidder Total Bid Amount 1 FS Contractors Inc. $100,090.00 2 CEM Construction $119,940.00 3 Gentry Brothers, Inc. $134,080.00 4 Excel Paving Company $137,782.00 5 EC Construction $145,100.00 The bid submitted by FS Contractors Inc. is the lowest responsive bid. FS Contractors' license was verified with the California State Contractor's License Board to be current, active and in good standing, and registration with the California Department of Industrial Relations was also verified. Staff also checked the contractor's references and received positive feedback. FS Contractors has completed similar projects in the Cities of Santa Clarita, Huntington Park, Baldwin Park, and Monterey Park. Assuming the award of contract is approved tonight, staff anticipates the work will be completed in April 2019. FINANCIAL REVIEW This project is included in the Fiscal Year 2018-2019 Capital Improvement Program. The budget for this project is $153,000 which consists of $53,000 in Measure M funds, and $63,000 in Measure R funds, and $37,000 in TDA funds. The total estimated cost of the project is $110,090 which includes the contract amount and 10 percent contingency. ENVIRONMENTAL REVIEW Since the proposed work is a minor alteration to an existing public facility, the project is Class 1 Categorically Exempt pursuant to the California Environmental Quality Act (CEQA). PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. City Council Meeting February 26, 2019 Page 3 of 3 Prepared By: Rey Alfonso, P.E. Director of Public Works Attachments: A. FS Contractors Bid Proposal B. Bid Analysis Attachment A FS Contractors Bid CYTS OF ROSEMEAD CROSSWALK INSTALLATION PROJECT JAY IMPERIAL PARK PROJECT No. 28011 SIDEWALK REPLACEMENT PROJECT PROJECT No. 24008 BIDDER: FS Contractors, Inc, BIDDER: PS Contractors, Inc. BID SCHEDULE ,SCHEDULE OF PRICES FOR CROSSWALK INSTALLATION PROJECT JAY IMPERIAL PARK PROJECT No, 2801.1. SIDEWALK REPLACEMENT PROJECT R -nn :TF',VT Nn_ 240(18 CBF -2 UNIT EST. UNIT ITEM[ NQ. ITE M DESCRIPTION QTY. PIUCE COST. 1 Clearing & Grubbing per plans LS I and specifications, See d 000 Technical provision. TP -2; TP- . 3 & TP -4. 2 Disposal of Waste Materials. LS 1 000 ( V 4 oo 3 Install Signing and Striping LS I Improvements as indicmted on0 a 4 00 0 the plarng complete ' 4 Install Caltrans Street Light EA I Pole Type IS with 8 feet mast aria and LED Luminahe I Zr 00o 12,1000 equivalent to 250 watts LWS including conduit connectior1s to existing circuit complete. 5 Remove Existing, Dispos.e and SP 1500 Construct 4 -inches thiels PCC Plan 1134. 6 Construct S Inches P.CC' LF Sao ( 0. retaining curb o1aly, 7 Remove Existing, nispose and EA 2 Construct PCC -Curb Ramps qac ` 0 �4 per SPPWC Std. Plan It I -S; � Case B, Type 1; 8 Rernove.Existing, Dispose and LF 166 Construct PCC Curb and Gutterp et SPPWC Std. Plan 1.20-2: CBF -2 B1DbER; �S 9 Remove Existing, Dispose and SF 330 Construct Driveway Approach 12- �� � (�. 0 Petr SPPVC Std. Plan 1.10-2. 10 Remove 64hches AC I SF 1 2000 Pavement and Install 6 -Inches CZ PG 64-10 Asphalt -7, M j) 0 0 Pavement over 90% Compacted Native. TOTAL BASE BUD PRICE (S CM DOLL BID PRICE);$ Ofd � �� Dollar amoiunt in written form Note. The City of Rosemead nisei ves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the 11mits define in Section 3-221 of the Standazd � Specifications, to stay within the budgeted amount of this Project, If the BidDocuments specify alternate bid items; the followiOgAlti)rAate Bid amounts shfill be added to or deducted from. the Total Did Price entered above. The owner can choose to include one or more of the: alternates in the Total Bid Price of the Project. Tf iany of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total laid Price for the project. The undersigned agrees that these Contract Bid Fornis constitute a fit'm offer to the. Owner which cannot be withdrawn for the number of Working D.ays:indicai-ed in tlieNotice Inviting Bids from'ana after the bid opening date, or until a Contract for the Workis fully executed by the Owner and athird 4 party, whichever is earlier. The undersigned also agrees:.that if there is a discrepancy between the written amount of Bid Price and the nraxererlcal amount ofthe Bid Price, the written amount shall -govern. - - ------ - -- - ......... Attached hereto is a cer ified check, a cashiek-'s check or a bid bond iii the amount of 1.00/0 X]ollais ($_ -- ) said aniount being not less than ten percent (10% o) of the Total. Bid Trico: The undersigned agneas that said amount shall be retained: by the Owner if, .upon award, we fail or refuse to execute the Contract and lutx>islr the required bonds, certifleates and. endorstments of insurance and .otht5r.certilications within the: time pxo�+ided, If awarded a Cont -act, the undersigned agrees to eiteoute tiro formal Contract; which will: bePrepaied by the Owner for execution, within five (5) Calendar Days following, the Letter of Award 'fox the Contract, and will deliver to the Owner. within that same period the necessary original Certificates of Irrsuraisce, 1Jndorsernents of Insurance, Perfminance Bond, Payment Bond and all other documentati n a�yd certificatiox required by the: Contract, The tiudersigned offers and agrees that if this bid is accepted; it will assign to the pUrcI .9 body alI rights, title, and interest i n and to all causes of action it may bave o.►ider Section 4 of the. Clayton Act CBF -3 BIDDER. FS Contractors, Inc. (1'5 U.S.C. Section 15) or under the Caitvaight Act (Chapter 2 of Part.2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders. final payment to lie Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's licenses) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a. contract resulting therefrom, and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and a rees that liquidate damages shall Uply to this Contract in the amounts of five hundred dollars $500.00 if project is not coal leted in THIRTY 30 calendar da s. The Contract Time will be in to run ten (10)Working DW from the date of the Notice of Proceed and subieet to the teims and conditions described in the Contract Foran and the -Contract Documents, Bidder acknowledges that data .submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified byBidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents Addenda Nos. M� y The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or. supplies necessary to complete. the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and aecept the Total Bid Price as compensation in full for all Work under the contract. CBF - 4 F - By: QT— - — Si tore Jose E. Flerros Type or Print Name Secretary Title BfDDER: FS Contractors, lnc• 14838.Bledsoe St, Business Street Address Sylmar, ca 91342 _ City, State and Zip Code 818 838-6040 Telephone Number Bidder's/Contractor's State of Incoiporation; - C-aliforia Partners or JointVenturers: Bidder's License Number(s): 1005940 A - C8 - C27 Department Xndustdal Relations 1000033438. Registered No, NOTES: 1) By ifiss gnature on is. Bid, the Bidder certifies under penalty ofperjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full nawes of all partners or joint venturers, As further discussed in the Instructions to bidders; Bidder; will be requir'ed to provide evidence that the person signing on behalf of the corporation, partnershipor joint.venture has the: authority to do ;so: CBF`- 5 BIRDER: F S Contractors, Inc. .Bidder shall submit its Biel data in accordance with the format shown on each of the following Bid Data. Forms. Bidders shall prepare and use as tnanysheets as are necessaty to adegtaatelyprovide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with tbo Bidder's name and page number. 21A RID BOND KNOW ALL MEN BY THESE PRESENTS:. THAT F S Contractors, Inca , as -t'rin0ipal; and RLI insurance. Company ~; as Surety are held fainly Bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of the. Total Amount of the Bid DOLLARS ( 10% ^ ),being not less than tenpercent(10%) ofthe Total Bid Price; for the payxuent of which sum will mid.tru:ly to be made, we bind ourselves, our heirs, executors, administrators,. succes5ors;.and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to PgPfozTn all Work required for the CROSSWALK INSTALLATION PROJECT -JAY IMPERIAL PARK -SIDE, WALK RE, PLACEMENT PROJECT as set forth in the Notice Inviting Bids and. acconzpatlyhi ,g Bid. Documents, dated January 23rd; 2019' NOW, THE,IZEFORL, if said Principal is awarded a. Contract for the Work by the OWNER. add, within the time and in the matiller required by the above- referenced Bid Documents, enter.5 iilto tine written foil of Contract bound with: said Bid:: Documents, furn4cs the required bonds (one to guaranteefaitltfUl performance:and t11e other o guaranfee a ment Fox 'laUor atrd.-materialsj-fiuntshes the- required -- _... P y --- - -_ - insurance certificates and endorsements, and fut ishes'asty athei certifit ations as may be 1..required by the Contract, then this obligation shall be null mid void; otheiwxle'it shall remain in full force and effect. In the event suits brought upon this bond by the OWNER. and j ud.gr6e.nt is mcovered, said Surety shall pay all costs inducted by the OWNER in :such wait; including reasonable att6meys` fees to be fined by the court SIGNED..AND SEALED, this 23rd_. day Of January , 2019' F S Contractors, Inc. (SEAL) W noipal By: I3y. Sign at re CBF -7 RLI Insurance Company{SEAL} Sur. Stguature Pietro Micciche; Attorney -in -Fact '.FINIA ALL-PURPOSIBIACKNOWLEDGMENT '��e..-2.::.c!�,:-a,'r':r-.�;lr'.:n�r�rt.�t!-.�.��: c�zr..; ;:.a»:•=tr :�e.-.• :.r-� w<�-.. .zit ;::� �:: a�:.;,�:: !;�r::i��:�, A notary public or other off[cer completing: this certificate verifies only the Identity of the individual who signed the j .document to which this certificate is attached, and. riot the truthfulness, accuracy, or validity of that document. State of California ? County of Los Angeles ) On � AN 28 2019 before me, Angel Nunez, Notary Public pate Here insert Name and Title of the Officer personally appeared. Pietro Micelche Name(s) of Signer(s) , who proved to me on the basis of satisfactory evidence to be the persono whose namely Is/XM subscribed to the within Instrument and acknowledged to me that helAWOht executed the. same in his/)O)q.p( Kauthofted capacity(M), and that by hIs/tgi Wsignature(p).on the instrument the person(g); or the entity upon behalf of which the person() acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph_ is true and correct. WITNESS my hand and official se taU1F1 Signature 01 Signaiu of Notary .Public --.. - - -- -- Place Notary Seal Atioue - - - 'QPTlONAL,. .. ...... .. Though.this section is optional, completing this information can dater alteration of the document or fraudulent reattachment.of this farm to an unintended document, Description of+.Attached Document Title or Type of Document:paoumdnt Date. . Number of Pages:. 8lgner.(s) Other Than Tamed Above: Capactty�ies) Gfairr+ed by Signer(s) Signer's Name, Signer's Name. corporate officer Title(s):. L-1CorporateGfflcer Limited 0 General El Partner — C7 Simi d F1 General ❑ Partner — Cl IndividualAttorney in Pact ❑ Individual ❑ Attorney In Fact 17I.Trustea ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator 0 Other:. ❑ Other; Signer Is Representing; . Signer Is Representing: 02014 National Notary Assoclat!on.. 'Nww.NatfonaINbtary.org-1-8f3p-US`NOTARY (I -800-876=6827) Item #890}7 POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insuralnce Company 4025 N. Lindbergh Dr. Peoria, IL 6I615 Phone: 800-645-2402 Know Alt Men by These Presents That this Power of Attorney .is not valid or in effect unless attached to. the. bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and.. together, the "Company') do hereby makq_eonstit�ite and appoint: Patricia Zenizo Petro hficciche, Angel Nunez, Elsa Escobar jointlyjoilLtly o severally in the.City..of Los An ales , State of California its true and lawful Agent(s) and Attorneys) in. Fact, with full power and authority hereby coinferred, to sign; execute, acknowledge and deliverfor and on its behalf as Surety, in general, any and all bonds. and undertakings in an amount not to exceed Tsven Five Million Dollars ( S25.000,000.oft for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company, RLI Insurance Company and/or Contractors Bonding and Insurance Company; as applicable; have each further certified that the following is a true. and exact copy of a Resolution adopted by the Board of Directors of each. such.coiporation, 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 authatize.. 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.maybe printed byfacsimiie." IN WITNESS WHEREOF; the RLI Insurance Company and/or Contractors Bonding and Insurance Company,. as applicable, have caused -'these presents to be executed by it respective dice President with its corporate seal affixed this.. 3rd day of .May 2018 RTA Tnsurance.Cotnpany State. of Illinois SS. County of Peoria Jjj On this 3rd day of piny , 2018 before me; a NotaryPublic,. personally appeared Barton W. Davis who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid: officer 'of the RLI Insurance Company and/or Contractors )Bonding and Insurance Company and acknowledged said instrument to.be the voluntary ad and deed of said corporation. By. l Gretchen L, Tohnigk Notary Public ��r�rrr�..rr nr�rrn rrrr�rrr►� r � r � Contractors Bonding and Insurance Company I r -- - By - -- Barton W. Davis Vice President CERTmCATI+ . I; the .undersigned officer of RLI Insurance Company and/or Contractors ,Bonding and Insurance Company, do Hereby certify that the attaohed Power of Attorneyy is in full force and effect and is irrevocable; and furthermore, that the. Resolution of the Company as set forth in the Power of Attorney, is now in force. In .testiunony whereof, I have hereunto 'set my hand and the seal of the R Insurance C6m. an and/or Contractors. Bondtn I and nLI surance Company.this day of n IiMTnsurance Company Conti actors Bonding and Insurance Company By: . Jean M tephenson Corporate Secretary 0449553020,212 - - A6058817 BIDDER:. F.SContractors, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act;" Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the infoirnation requested below for each ,subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in all amount in excess of one-half of one percent (greater than 0. S %) of the Bidder's Total.Bid. Price, or, in`the case of bids or offers for t1w construction of streets or highways, including bridges; in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall fiu-ther set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for anyone portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional, hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location. of each subcontractor. ff. the Bidder fails to specify a. subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perforin such portion itself,, and shall not be pennitted to subcontract that portion of the Work except under the conditions. hereih4er.sefi forth below. Subletting' or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways; including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was. designated in the original bid shall only be petmitted in cases ofp-.blic emergency or necessity, and then only after Owner approval. CBF - 8 BIDDER: FS Contractors, Inc., 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors."*] + Name and Location Description of Work of Subcontractor to be Subcontracted�(��+ Name: � C 11 Address:. qqS {ill• S . ek Ct\ q t�z License No.:j23CJZ Department of Industrial Relation Registration No. I QDQC) Si a Naive and Location Description of Work of Subcontractor to be Subcontracted c✓ 'e C\v ICQJ( Naxr.�e: Address:113 OAab i uLAVE Y License No.: Department of Industrial Relation Registration No. i COO Lq Nance and Location Description of Work of Subcontractor to be Subcontracted Name: .�, Address: License No.: Department of Industrial Relation Registration No. Name and Location Description of Work. —..._. . _of Subcontractor _:_—: _ --- to be Suficontracted - - - - - - Name: Address: License No.: Department of Industrial Relation Registration No, Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: - License No.: .,x Department of Industrial. Relation Registration: No. CSF -9 BIDDER: FS Contractors, Inc.. 2.0 REFERENCES The following are the: names, addresses and telephone numbers for three public agencies for which 4 BIDDER has perforined similar work within the past two (2) years; 1' City of Santa Clarita 23920 Valencia Blvd. Suite 300 Santa Clarita Name and Address of Owner Rebecca Brown (66.1) 294-2561 Name and telephone number of person familiar with pxoj eet $760337.51. Concrete Repairs 81611`8 Contract am.ount Type of Work Date Completed 2. City of Huntington Park 6650: Miles Ave, Huntington Park Namo and Address of Owner Okan Demirci (323) 584-6230 Name and telephone nuinber of person; familiar with project $367,715 Concrete Repairs 218118 Conf�act anloun�--- - _ _ City of Baldwin Park 14403 L, PacificAve..Baldwin .Park Name and A'ddiess of Owner Chase. Fidler (626) 960-401.1 cfidler@baldwinpark.cozn Name acid telephono nutnbei of person familiar with project $416,498.70 Concrete Improvemexlts 12127117 Contract amount Type of Work Date Completed R., CBF -10 BIDDER: FS Contractors, Inc, NON -COLLUSION AFFIDAVIT In accordance with PubIle Contract Code. Section 7106, the undersigkaed, being first duly sworn, deposes. and says that he or she holds the position listed below with the -bidder, -the partymakingthe foregoiag bid, that the bid is not madein tho interest of, or onbehalf'of, any widisclosed person, partnership, company, association., organizatioii, or corporation; that the bid is getiulne and not collusive or sliam; that the bidder has not directly or indirectly induced or solicited any other bidden to pint in a false or sharn bid, and has not directly or indirectly colluded; conspired, connived, or agreed with any -bidder or anyone else to put: in a sham bid, T or that anyfrom one shall refrain bidding; that the bidder has not in any manner, directly or indirectly, sought by agre=ornt, communication, or conference with anyone to fix the bid n 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 co-Wact 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 hex bid price or any breakdown thereof; or the contents thereof; or divulged information or data, f•elative: 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. CALIFORNIA.rACKNOWLEDGMENT CIVIL CODE § 1189: Cus�cri.-i:.�..:,�..:�:.cmc.:�;::�e-�;::�t::1.�:!.�,:-.�;!.�:!:�:cxe.!:!: �a-.�:r-s..r:�;r--..:•:!:isr-s.;�-�.��:.�.�:r-.`:its.:!--.�a.:.�;!; :!�'�:-tee =�• :..�--.:::�.. 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 18, 2019 before me, Martha Isabel Lopez Riubi,.Notary Public Date Here Insert Name and Title of the Officer personally appeared Jose Angel Fierros Narnef Slgner{ who proved to me on the basis. of satisfactory evidence to be the personK whose namis/ara' subscribed to the within instrument and acknowledged to me that helphgWey executed the same in hlslw/t, ei> authorized capacity , and that by�iis/h®Y/tKe'ir signaturen the instrument the persoJaEsr or fhe entity_upan behalf of which the personacted, executed the Instrument, 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. MARTHA ISAsrL LOPEZ Rluat WITNESS my hand and official seal.. r'o. Notary Public,-califurnla s Los;Angeles(ouhty n commisslnn � z1 9019. Signature MY Comm EKprresAhayzr za21 , Signature: of Notary.P lic mp ---..Place-. Notary Seal -Above- ------ --- _.._--- — OPTIONAL - Though this section Is optional, completing this information Car? deter alteration of the doeum or fraudulent reattachment of this form; to an unintended document. ©escript'ion of Attached Document Title or Type of Document, Docum ate: Number of Pagas: Signers}. Other Than Named Abe Capacity(les) Chimed by Signers} Signer's Name; Signer's Name: 0Ll Gorpgrate Officer— Titles} ❑Corporate Officer — Title(s): Ca. Partner - ❑ Limited ❑ Gene IJ Partner — ❑ Limited 0 General Individual ❑ Atvr Fact 0 Individual 17 Attorney in Fact ❑ Trustee ardlan or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ other: 0 Other: - Slgner epresenting: Signer 1s Representing: ©2014: National Notary Association • www.NationaiNotary,org ►1=800 -US NOTARY'(1-800-876-6827) Ater #6907 Co TRACTO.fR� �G 14838 BLEDSOE STREET SYLMAR,CA 91342 PHONE,, (818) 8:98-65040 • FAX, (8.18) 838-6171 CONTR'ACTOR'S LICENSE#1005940 CLASS A-C8-C27 • DTR #1000033438 BOARD RESOLUTION OF CONTRACTORS INC. ADOPTED ON Jarivary 4, 207.6 IRFSOhVED THAT: 1. The following:are the appointed Directors of.FS Contractors, Inc. Jose Angel Flerros, President Salomon Fiorrros, Vice President Jose ErnestoFle.rros, Secretary 2: The board of directors approves all the directors to execute contracts and agreements on behalf of FS Contractors, Inc. Secretary's Certification; i certify that this resolution was duly adopted :by the board of directors of FS Contractors, Inc: at a properly noticed open meeting held on January 4, 2016, Jose Ernesto Fierros :5e.cretary Y 1Ja/a.6 BIWER: FSContractois,Inc. CONTRACT BID FOIMS TABLE OF CONTENTS :. SECTION I BID SCHEDULE .............. . .. ....... , ... ,.............. ............................. X SECTION 2 BID DATA FORMS ........ ..... ........................ ........ 5 2.A BID BOND... . .. ........ ........................... 6 2.13 LIST OF PROPOSED SUBCONTRACTORS.................................... .................7 SECTION 3 NON-COLLUSION AFFIDAVIT.......................................................10 CRF - 14 Attachment B Bid Analysis CO) Q w W N d N J L- wQQ O w a O cO m uj V N W Ow M Ch o � m o o � U ~'^' 0 Ewo�oee wwUdVA ,.. o00 o 0 0 000000 0 0 o a c o 0 0 0 0 0 0 aao 0 0 0 000 0 0 0 CZ) 0 m110 0 o o c Q, E 0 0 0 4 0 0 0- ary O Q 'Q kn C O1 N V? 00 O1 M V') O iG L W c 0 V 69 fig 69 64 64 64 64 64 64 's 69 O V ID C� a 0 0 C> Q 1 o°OrNio� 0 d aao E - o 0 0 0 0 E �i O fel V V) 64 64 64 64 604 64 p O m= -- - to O N -4 M O 9 = V) a a W w w w w w bil coo W W -a va VD CD ° W 0 W 1 U a� p L7 O a d as s ,bU i U I n. Q U U} o •'� J ' 4 e4 Hin U Q U U iD 0u � U UC U�y O 0., CA r Cd GO ,��' GA H di �A _ nn G 0 U 0 0 0 U a0i y c a a U a . 5b a W W W W C, ami sa �n U 0 0 b 0 f p p p Q 5 +� y W ..L. O 6�7 N 0 O V _ U Aar U ( U 0.� f� f� o= u EYNM LOc0tiODCD CO LLI Wina N J LL wZO LL! LL. < J Oin In m= V !l . w I� F•i ti u v a' V a ° C C^0 00 7 N Y eWAR"'� e y° e PC o a U 04 U 0 yr G O 0 d 0 0 0 0 O 0 A 0 O 0 0 0 0 0 0o d O O O Q O O O O O O D\ O o d o 0 0 Ln Q d; C, O a, O kr) Ln N O N N Ci IO G O �i 69 6A b9 64 69 69 64 Ff3 64 69 64 0 o O Cl C 0 o 0 a 0 0 0 a 0 0 0 0 0 0 0 0 4 Q O O O d W) O kn V'1 O 0 0 0 0 O G Lr Lr .0 64 44 64 b9 69 QA 69 ro -- - - o O O N %10 �G o mCD c C mC 7 r w a IE V) a a w ca a 0) 6. 0 > o a o U a, C14 C7 ' p d bo b 1 U Utn Q o �• on d PL)., PUi A � tft U O CC U v V U U U LO CAN o w N m cn bA p, #i 3 V P. U0 LA 0°��,• vii c E.t U ON f�'AQQ a .. - Gw bA 0 b$ bU a 7 ai boO L3U ¢'goo'xaz4-4 V ays bA 3 C/] V " U" N N m w v t 5 ' O , O O w�� O O p Q E E AUASa'�'0wU ° g o =u° U Z `— N M d LO W 1- 00 CD aOa v w> - IL a U w Q w LL 0 in m T V N t m A O ~' U a` Q� a tYi N �Q 00 ON 43 4, �y O "O O id W0.iU4UA ooa000 0 0 3 Q Q O O O O O 0 0 O O 0 0 O a 0 N\0 0 O a O 00 Cl G M U1 [V N M S C M 00 M V N N C � O ' U 64 69 64 b4 E!3 69 69 69 64 64 C v 0 0 0 O O O C O O O O d 0C, 4.0 0 0 0 C O C m N N .� vl� E04 69 b4 m C> o \4D a o 7 CY C/] W C43 IE W V) Ol 44 A 0 o .b o a rn U i o U chi a o v 0 Q' s CL ' • � U Fr r-1 U CD aWU V UUP 0 �bA r bA .� o C �. `" O V 5 , o At O n 0� Ei V 14. by n bA 6U bA E ui i o 9b Qj @ WA *CZV W W W ayi G bA o & U o o 0 °' o y a Q ,E 8 b O N N O U G4 f� 1 i cu b_' u d 6 `- N M LD C4 r- W M a lal ' �I w a w a4� .' r C:> 0 0 Q O O o Q 0 O O c o 0 0 0 0 0 0 0 o a o � ooc 000cario o c�i o0 0000 o 00 E g o o 0 in in 'T't C\ o r V L E a v n os fws 64 f s Ff} Cao 69 v5 - 90 C) 0 000000 c 0 `Y' o O 0. a o 0 cq 00 — C O p O O N Q5 N vi o N_ ea ,a in 6f} 69 bg b9 64 64 69 69 'Q Go V a O N f� M N 7 d lal ' �I w a w a4� .' b9 I sea b9 6A 69 69 64 o a of C C c 0 0 0 0 0 0 Q c V� 0 0 E t a Q a N�� 000 kn 6R 69 b9 en EA s 69 O tD N Q y C kn p O 4 U rsy6"4ss C 0 0 O v p � •� oao �t d• PU-+ G-� A m U ° u u v d CY N (� b9 I sea b9 6A 69 69 64 O d' O O C C o 0 0 0 0 0 0 Q c V� a O Q O C 000 kn 6R 69 b9 en EA s 69 O tD N Q y O kn p 4 b9 I sea b9 6A 69 69 64 O d' O O C C GO O O vl Q O Vl V� rr V'i 6R 69 b9 en EA s 69 O CD y N I p EAto M d to cD i� ro}m Z� .. o CC °�d o U y I �t d• PU-+ G-� A U ° u u v N (� V3NA Q Q A O +R 4-1 o+ 0 E 4'�'� a UO Isx v� EAto M d to cD i� ro}m Z�