Loading...
HomeMy WebLinkAbout2025-01-14 - AGENDA REPORTS - PLUM CYN RD REFURBISHMENT PROJ B4009Agenda Item• 14 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: Li ` DATE: January 14, 2025 SUBJECT: 2024-25 CITYWIDE MAJOR THOROUGHFARE MEDIAN REFURBISHMENT, PLUM CANYON ROAD, PROJECT B4009 - PLANS, SPECIFICATIONS, AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road, Project B4009. 2. Award the construction contract to SGD Enterprises DBA Four Seasons Landscaping, in the amount of $1,636,404 and authorize a contingency in the amount of $327,281, for a total contract amount not to exceed $1,963,685. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND This project will construct landscape median improvements along the Plum Canyon Road corridor between Bouquet Canyon Road and Skyline Ranch Road, as shown on the attached Location Map. The improvements include the installation of maintenance safety strips, concrete pavers, new landscaping, and irrigation. The desired traffic modifications were completed in 2023 with the overlay of Plum Canyon Road. This project supports the Community Beautification and Sustainability theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2025. The California Environmental Quality Act (CEQA) requirements were previously completed on December 30, 2022, the Notice of Exemption was filed with the Los Angeles County Clerk (filing #2022280244) for the Plum Canyon Road Median Refurbishment project. Page 1 Packet Pg. 99 An invitation to bid was published and circulated via the City's e-procurement system, BidNet, on October 31, 2024. The City transmitted the solicitation to 1,267 vendors on BidNet, of which 47 vendors downloaded materials. A total of four bids were submitted and opened on December 5, 2024. The results of the bids are shown below. Company Location Bid Amount SGD Enterprises DBA Four Seasons Landscaping Van Nuys, CA $1,636,404 Environmental Construction, Inc. Woodland Hills, CA $2,695,548 Marina Landscape, Inc. Orange, CA $2,937,740 R.C. Becker, Inc. Santa Clarita, CA $3,189,694 Staff recommends the project be awarded to SGD Enterprises DBA Four Seasons Landscaping, the lowest responsive and responsible bidder. This contractor possesses a valid contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and was found to be complete. The bid proposal adheres to the proj ect's plans and specifications and is available in the City Clerk's Reading File. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In this type of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsive and responsible bidder. The requested contingency will cover the cost of unforeseen site conditions such as potential utility conflicts and fees, abandoned utilities not shown in record drawings, field adjustments, and additional work requested by the City. The remaining project funds will cover all anticipated project administrative costs, including staff time, project management, public works inspections, environmental inspections and support, utility fees, and labor compliance monitoring. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in project expenditure accounts B4009233-516101 (TDA Art 8) and B4009367-516101 (Areawide Fund) to support the recommended contract and project administrative costs. Page 2 Packet Pg. 100 ATTACHMENTS Location Map Bid Proposal for SGD Enterprises DBA Four Seasons Landscaping (available in the City Clerk's Reading File) Page 3 Packet Pg. 101 v Addendum No.1 November 7, 2024 Addendum No. 1 Invitation for Bid # CIP-24-25-134009 I 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon City of Santa Clarita, California This addendum must be acknowledged via 81dNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on November 7, 2024, beginning at 10:00 am (PT). The meeting was conducted via Zoom. Attending Staff: • Lisa Campos —Project Manager, Public Works • Annette Guzman —Administrative Analyst, Public Works • Lindsay Schmandt — Project Technician, Neighborhood Services • Gonzalo Hernandez — Public Works Inspector, Public Works • Dan Hamrick — Landscape Maintenance Specialist, Administrative Services • Brooke McDonald —PCLD • Mike Zielsdorf—PCLD • Patricia Lacsamana — Office Clerk, Administrative Services • Jaclyn Abston — Buyer, Administrative Services Attending Vendors: • DeVaughn Lee, National Traffic • Alex Santizo, Four Seasons Landscaping • Cesar Marquez, Four Seasons Landscaping • Joe Pulliam Mathias, American Landscape Inc. No questions were asked during the pre -bid meeting. The following was reviewed: • Bidding Guidelines • Environmental Expectations • Labor Compliance • Project Scope of Work • Schedule, Working Days/Hours, Traffic Control • Permit Requirements/Inspections BW # CIP-24-25-B4009 Addendum No. Z November 7, 2024 END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. M Contractor's Representative SGD Enterprises DBA Four Seasons Landscaping Company Name BID # CIP-24-25-B4009 12/5/24 Date Docusign Envelope ID: C1D659C1-1269-4966-8F46-D5DE7C206F1E Addendum No. 2 November 15, 2024 Addendum No. 2 BID # CIP-24-25-134009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon 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 Request for Proposals (RFP): I. REPLACE SHEET L1-0.01 WITH REVISED SHEET L1-0.01 WITH DELTA 2 REVISIONS a. Sheet has been revised to specify make and model of flow sensor as Data Industrial, Model #IRR220P. Revised sheet is attached. II. REPLACE "SPECIAL PROVISIONS PART 6 —TEMPORARY TRAFFIC CONTROL" Replace "Special Provisions, Part 6— Temporary Traffic Control" with the Addendum 2 "Special Provisions, Part 6 -- Temporary Traffic Control Revised 11-14-24." Revised specification is attached. Revisions Include: a. Median 1: All work associated with the westerly 375 LF of Median 1 on Plum Canyon Road at Bouquet Canyon Road shall be performed at night. All other work at Median 1 shall be performed during the day. Aerial is attached with the location of the westerly 375 LF of Median 1. Working hours for the westerly 375 LF of Median 1 are Monday— Friday, 8:30 p.m. to 4.30 a.m. No weekends or holidays. ii. Working hours for the remainder of Median 1 are Monday — Friday 8:30 a.m. —4:30 p.m. No weekends or holidays. b. Medians 4 and 5: Work at the Plum Canyon and Santa Catarina/Golden Valley Road intersection shall not conflict with school drop off and pick up hours and shall be performed during the day. Working hours for Medians 4 and 5 are Monday — Friday 8:30 a.m. to 2:30 p.m. No weekends or holidays. c. Medians 2, 3, 6, 7, and 8: Working hours for Medians 2, 3, 6, 7, and 8 shall be performed during the day. Working hours are Monday — Friday 8:30 a.m. — 4:30 p.m. No weekends or holidays. Ill. REVISE "SPECIAL PROVISIONS PART 1-- GENERAL PROVISIONS SECTION 6-2.1— GENERAL" ,a. Revision reflects changes in working hours stated in "Part 6—Temporary Traffic Control, Section 601-7.1. Revised specification is attached. BID # GIP-24-25-B4009 Docusign Envelope ID: CiD659Ci-1269-4966-8F48-D5DE7C206FIE OF 4ANTA r, 4 Addendum No. 2 November 15, 2024 IV. BID QUESTION ACCEPTANCE DEADLINE UPDATE The Bid Question Acceptance Deadline has been updated to Thursday, November 21, at 11:00 AM PT Approved:` �31 n,d Damon Letz City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 12/5124 Contractor's Representative Date SGD Enterprises DBA Four Seasons Landscaping Company Name BID # CIP-24-25-B4009 Docusign Envelope ID: 60719CE6-4AB9-4262-B21E-E9654EB4EB06 st.N A eL a l0AEckM�"F\ Addendum No. 3 November 27, 2024 Addendum No. 3 BID # CIP-24-25-84009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon 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 bid: I. REVISED BID SCHEDULE Revised Bid Schedule is attached. Changes to Bid Schedule are: a. Bid Item 12— Controller Wire: Bid item has been revised to a lump sum item. Quantity shall be 1. b. Bid Item 30 -- Class 315 Pipe/Wire Sleeve (size per plan): Quantity revised to 907 LF. c. Bid Item 33 — Moisture/Root Barriers: Quantity revised to 8,042 LF. d. Bid Item 34— Bid item name revised to "Planting Area Soil Preparation and Amendments." IL REVISE "SPECIAL PROVISIONS —TECHNICAL, DEMOLITION SPECIFICATION" Revised specification is attached. Revisions Include: a. Special Provisions -Technical, Demolition, Bid Items # 4-8, Part A. SCOPE, paragraph 1 (pg.139 of the bid documents) shall be replaced with the following language: DEMOLITION (BID ITEMS 4-8): A. SCOPE "Existing median concrete and any sand and/or crushed aggregate base (CAB), if encountered, shall be completely removed within the areas to be planted and disposed as shown on the Demolition Plans and in accordance with Section 401-1 of SSPWC and the City of Santa Clarita CDMMP, unless otherwise shown. Existing base material may remain beneath locations of proposed hardscape improvements. Existing base materials that remain shall be compacted to a 95% relative compaction." b. Special Provisions Technical, Demolition, Bid Items # 4-8, part C. MEASUREMENT AND PAYMENT, BID ITEM 4: REMOVE EXISTING PCC MEDIAN CONCRETE (pg. 140 of the bid documents) shall be replaced with the following language: DEMOLITION (BID ITEMS 4-8): A. MEASUREMENT AND PAYMENT BID ITEM 4: REMOVE EXISTING MEDIAN CONCRETE BID # CIP-24-25-B4009 Docusign Envelope ID: 60719CE64AB9-4262-B21E-E9654E134EB06 Addendum No. 3 November 27, 2024 "Pavement and underlying base materials shall be removed without damage to existing pavement or adjacent curbs, gutters or concrete utility collars that are to remain in place. Damage to pavement and concrete structures that are to remain in place shall be repaired to a condition satisfactory to the Engineer, or the damaged pavement shall be removed and replaced with new concrete when directed by the Engineer. Repairing or removing and replacing concrete pavement and structures damaged outside limits shown on the plans shall be at the CONTRACTOR's expense and no additional compensation shall be allowed, therefore. Contractors may assume existing median concrete to be 4" thick minimum, on compacted base material, with a combined depth of 12"-26" for concrete and underlying base materials. All costs associated with removal of existing PCC concrete and underlying base materials up to a 26-inch depth beneath the existing finished surface is incidental to this bid item. Full depth removal is only required in areas where new planting will be constructed in areas that were previously paved. Full compensation for conforming to the provisions in this section shall be considered as included in the Square Foot price paid for REMOVE EXISTING PCC MEDIAN CONCRETE, including full compensation for removal of both PCC median stamped concrete, reinforcement, sand and underlying aggregate base materials to proposed subgrade, disposal and hauling to its final location, and furnishing all labor, materials, tools, and equipment necessary to complete the specified work in place as shown on the plans, Standard Specifications, and these Special Provisions and no additional compensation will be allowed therefore." 111. REVISE "SPECIAL PROVISIONS, TECHNICAL, BID ITEM 34 — PLANTING AREA SOIL PREPARATION AND AMENDMENTS" a. Revise the name of Bid Item 34 from "Planting Area Soli[ Preparation and Amendments (including Testing of Import Soil)" to "Planting Area Soil Preparation and Amendments" (pages 139 and 170 of the bid documents.) IV. REVISE "SPECIAL PROVISIONS TECHNICAL BID ITEM 12—CONTROLLER WIRE" a. Revise the unit of measurement of Bid Item 12 — Controller Wire from Linear Feet to Lump Sum (pages 136 and 157 of the bid documents.) BID # CIP-24-25-94009 Docusign Envelope ID: 60719CE64AB9-4262-B21E-E9654EB4E806 Aawnwan- Damon Letz City Engineer END OF ADDENDUM Addendum No. 3 November 27, 2024 This addendum must be acknowledged via BidNet and should be included with the response. Contractor's Representative SGD Enterprises DBA Four Seasons Landscaping Company Name BID # CIP-24-25-84009 1215124 Date U cuslgn Lnvelope ID: bU71VUE6 4A89-42624321 L-L9654tt34LHOU BID SCHEDULE Bid N CIP-24-25-114009 City Project No. B4009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BldNet. 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 QTY UNIT KNIT PRICE TOTAL 1. Mobilization/Demobilization 1 LS $ {*%g75.U0 $ b$4 y+25:00 2. Water Pollution Control, Implementation, and Maintenance of BMPs 1 LS $i151000.00 $ 1S,000.00 3 Traffic Control 1 LS $ 1%000 $ jSl00o 4 Remove Existing Median Concrete 16,291 SF $ 3-qa $ (pi,1001- czq 5. Clearing, Grubbing and Removals 47,466 SF $ 3. 1 $ 1471 l t14-(Oo 6. Removal of Existing Trees 22 EA $ 3353-rj $1S19H"7- 00 7- Lower/Adjust Existing Grates to Finish Grade 4 EA $ $l(oF 190 $ Soil Removal and Disposal 1 LS $4-1,%6,05 $L{-71$!v(v-D$ 9. Concrete Unit Pavers Atop Concrete 25,008 SF $ 2i?-c-j $51sf 141u[-5to 10. New Back -flow Enclosure with Concrete Pad 3 EA $ 1-7,14W7-s( $';2J-SLf2 &Z 11. New Controller Enclosure 1 EA $ 121$Sb $ I Z108(a.00 12. Controller Wire 1 LS $ 201 000 $ ZQIjfQO. 0(} 13. 1-1/2" Remote Control Valve 16 EA $ 3�'), 3(a $1 1 710 14. 1-1/4" Remote Control Valve 19 EA $ y 6 U. b $ 71 g.�.8_• Mcuslgn Lnve[ope Ill: EiOrlUCi=6-4AB9-4Z61-B2it-F-9654h84LIi06 15 1" Remote Control Valve 28 EA 16. 3/4" Remote Control Valve Low Flow 1 EA $2. $ lif073•`� 17. Ball Valve 63 EA $ Zgb- 22 $ 19, 03/.60 18. Master Valve 1 EA $ jf07y3.q°p $ I,078-98 19. Flow Sensor 2 EA $ If7MI Z. 3 $ §, 55q.72 20. Gate Valve 21 Quick Coupler 24 EA $ 3C�V- � $ Sr s'vW42 22. Flush Valve 157 EA $ gq, (13 $ r3 25�-sr 23. Pull Box 9 EA $ 31 q. qvr- $ 24 2-1/2" Mainline (CL. 315 PVC) 6,191 LF $ �p.3 q $ 17> S>• O, LIq 25 2" Lateral Line (Sch. 40 PVC) 25 LF $ ], fH $ f -70.0b 26. 1-1/2" Lateral Line (Sch. 40 PVC) 27. 1.-1/4" Lateral Line (Sch. 40 PVC) 243 LF $ � . (0,1 $ ! 3 $ Z -&,7- 28. 1" Lateral Line (Sch. 40 PVC) 290 LF $ L)•(9 --7�- S l,3t✓�-30 29. 3/4" Lateral Line (Sch. 40 PVC) 14,17-1 LF $ 3, of $ It 21 s0q. 21 30 Class 315 Pipe/Wire Sleeve (size per plan) 907 LF 31. Tree/Shrub Bubblers 765 EA $ 37— q-T- $ Zs, 22Z-057 32. Full and Center Stream Bubblers 1,428 EA $ L�52_ $It2,f5%j�p 33. Moisture/Root Barriers 8,042 LF $ rf $ 7,6 -Z27.92 34. Planting Area Soil Preparation and Amendments 40,595 SF $ $157 /0,& 35. 24" Box Tree 123 EA $ L190--7 $ ,9q 36. Shrubs 1 Gallon 351 EA $ f _pkj $'Y Z35 •rib 37. Shrubs 5 Gallon 2,524 EA $ 2�-�j'7 $ (9ifr7gf -D 38. Shrubs 15 Gallon 519 EA $ 15q e37- $ Zgr 21 &n 39 Planting Area Fine Grading 40,595 SF $ c 1 $ 7r 30 7- i D 40 3" Organic Mulch (Planting Areas) 376 Cy $ 740-W $ Z&J-53•RZ 41. First 90 Day Plant Maintenance and Establishment Period (Day 1 to Day 90) 40,595 SF $ a $ qr ,15 42- Second 90 Day Plant Maintenance Period (Day 91 to Day 180) 40,595 SF $ Docusign Envelope ID: r50719GEb-4AB9-4ZbZ-f3Z1 E-E9654kHMFUo6 TOTAL BASE BID AMOUNT 1 $ /1 & 3 ( 1/0 I TOTAL BASE BID AMOUNT IN WORDS: On 60 i I /iQ h 5jX Aunared Z` i -AS! �hDUSQh9/ err de)!/arr 60 fA xvve;i�eh <-r BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-24-25-B4009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road City Project No. B4009 City of Santa Clarita, C4 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 Z (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: SGD Enterprises DBA Four Seasons Landscaping Business Address: 14937 Delano St. Van Nuys, CA 91411 Telephone No.: 323-658-1047 State CONTRACTOR's License No. & Class: 662720 C27/C61 /D49 DIR No.: 1000594916 Original Date: 8/17/90 Expiration Date: 1 /31 /25 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: Stephen Darrison-President 14937 Delano St. Van Nuys, CA 91411 323-658-1047 Eytan Darrison - Vice President 14937 Delano St. Van Nuys, CA 91411 323-658-1047 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: None All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: Four Seasons Landscaping IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 5th day of December 20 24 BIDDER: Signature Eytan Darrison - Vice President Name and Title of Signatory SGD Enterprises DBA Four Seasons Landscaping Legal Name of Bidder 14937 Delano St. Van Nuys, CA 91411 Address 323-658-1047 95-4300951 Telephone Number Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #CIP-24-25-134009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road City Project No. B4009 City of Santa Clarita, California E an Darrison 323-658-1047 1. Submitted by: Yt Telephone: Principal Office Address: 14937 Delano St, Van Nuys, CA 91411 2. Type of Firm: AQ 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: 8/17/90 State of Incorporation: CA President's Name: Stephen Darrison Vice -President's Name: Eytan Darrison Secretary or Clerk's Name: Sue Darrison Treasurer's Name: Adel Darrison 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. 4. BIDDER'S QUESTIONNAIRE cont'd Bid #CIP-24-25-B4009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road City Project No. B4009 City of Santa Clarita, California Name of person holding CONTRACTOR'S license: Stephen Dardson License number: 662720 Class: C271C61ID49Pxpiration Date: 1/31125 D.I.R. Registration # 1000594916 5. CONTRACTOR'S Representative: Eytan Damson Title: Moe President Alternate: Stephen Damson Title: Preisdent 6. List the major construction projects your organization has in progress as of this date: A. Owner: Ventura County Community College Project Location: 4667 Telegraph Road Ventura, CA 93003 Type of Project: Landscape construction B. Chaney Joint Union High School District Owner: Project Location: 1245 N Euclid St. Ontario, CA Type of Project: Landscape construction C. San Bernardino County School District Owner: Project Location: 701 S. Mount Vernon Ave. San Bemardino, CA 92410 \ Type of Project: Landsscape Construction IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #CIP-24-25-B4009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road City Project No. B4009 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 etseq.) is true and correct: VProposer is not: (1) identified on the current list of persons and entities engaging in investment activities in Iran prepared bythe 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. 17 Los Angeles County has exempted Proposerfrom 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. 0 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 SGD Enterprises DBA Four Seasons Landscaping Firm 1215/24 Date Signed Eytan Davison- Vice President Name/rItle 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 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-24-25-84009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road City Project No. B4009 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her ,bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, anyfee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE 'BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. NON -COLLUSION AFFIDAVIT Bid #CiP-24-25-B4009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road City Project No. B4009 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES } Eytan Darrison being first duly sworn deposes and says that he/she is the Vice President (sole owner, a partner, president, etc.) of 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 orsolicited any other BIDDER to put in a false orsham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Signature Title Vioe President r CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-24-25-134009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road City Project No. B4009 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. SGD Enterprises DBA Four Seasons landscaping BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16,1968 — p. 3065). NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid KIP-24-25-134009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road City Project No. B4009 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 inithis agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractorshall furnish the Citywith 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. 1. INDEMNIFICATION: City and its respective elected and appointed boards, officials; officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be 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. ll. 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. Liability 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 indirectlyfrom 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 orfrom acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and 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 qot 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 forthe completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance Services involving real property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use 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 tothe insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's 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 underthis 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, 1 have read and understand the above requirements and agree to be bound by them for any work performed fort he City. Authorized Signature: —X-7�7 Date: 12/5124 Printed Name: Eytan Darrison PROPOSAL FORM Bid #C1P-24-25-B4009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road City Project No. B4009 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 OFANY 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 overextended 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 fling 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: SGD Enterprises DBA Four Seasons Landscaping Company Address: 14937 Delano St. Van Nuys, CA 91411 818-922-4046 Phone: Email: darrison@sgdent.com By: Eytan Darrison Print Name Title: Vice President Signature: ` Date: 1215/24 REFERENCES Bid #CIP-24-25-B4009 2024-25 Citywide Major Thoroughfare Median Refurbishment, Plum Canyon Road City Project No. B4009 City of Santa Clarita, Californian 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: Chaffey Joint Union High School District 1245 N Euclid St. Ontario, CA 1. Name and Address of Owner/ Agency Ryan Baughman - 951-232-3711 Name and Telephone Number of Person Familiar with Project 1,181,100 Landscape construction 1211124 Contract Amount Type of Work Date Completed 2. Fontana Unified School District 9795 Catawba Ave. Fontana, CA 92335 Name and Address of Owner/Agency Anthony Lardieri, lardaj@fusd.net.951-538-8778. Name and Telephone Number of Person Familiar with Project 1,236,000 Landscape Construction 111/24 Contract Amount Type of Work Date Completed HACLA 2600 Wilshire Blvd. Los Angeles, CA 3. Name and Address of Owner/ Agency Amy Lee 213-819-5946 Name and Telephone Number of Person Familiarwith Project 250,000 Landscape Construction 911123 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: Khol Tran- Premium Surety. Liberty Mutual. 714-884-7141 16027 Brookhurst St. St. 1421 Fountain Valley, CA 92840 DESIGNATION OF SUBCONTRACTORS Bid # CIP-24-25-134009 2024-25 Citywide Major Thoroughfare Median Refurbishment, glum Canyon Road City Project No. B4009 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever Is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor None DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* T ollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / J Phone { ) Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of work License No. Exp. Date: 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 5ection 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code.