HomeMy WebLinkAbout2025-03-25 - AGENDA REPORTS - PROJ M0156 PROJ D0005 PLANS SPECS CONST CONTRAgenda Item: 10
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: Li
'
DATE: March 25, 2025
SUBJECT: 2024-25 CONCRETE REHABILITATION PROGRAM AND ADA
ACCESS RAMPS, PROJECTS M0156 AND D0005 - PLANS,
SPECIFICATIONS, AND CONSTRUCTION CONTRACT
DEPARTMENT: Public Works
PRESENTER: Cruz Caldera
RECOMMENDED ACTION
City Council
1. Approve the plans and specifications for the 2024-25 Concrete Rehabilitation Program,
Project MO156, and 2024-25 ADA Access Ramps, Project D0005.
2. Award the construction contract to MSH Development Group Inc., in the amount of $593,325
and authorize a contingency in the amount of $59,300 for a total contract amount not to
exceed $652,625.
3. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The annual Concrete Rehabilitation Program and ADA Access Ramps Project replaces existing
sidewalks pursuant to the City of Santa Clarita's (City) Sidewalk Repair and Replacement Policy
and installs new access ramps.
Attached is a list of construction locations identified during the annual Citywide sidewalk
inspection and locations submitted by residents. This project is a component of the Sustaining
Public Infrastructure theme of the City's five-year strategic plan, Santa Clarita 2025.
Substantial constraints and controls were established in the construction documents to reduce
potential impacts on traffic and to homeowners during construction. Construction is scheduled to
begin in April 2025 and is anticipated to be completed within 55 working days following the
Notice to Proceed.
Page 1
Packet Pg. 98
An invitation to bid was published on December 31, 2024, and posted on BidNet. Eight
responsive bids were submitted electronically to the City and opened by Purchasing on
January 29, 2025. The results are shown below:
Company
MSH Development Group, Inc.
JT Construction Group, Inc.
Addison -Miller, Inc.
FS Contractors, Inc.
R.C. Becker and Son, Inc.
Pavement Rehab Company
A M Concrete, Inc.
Blackpointe Group Construction
& Management, Inc.
Location
Bid Amount
Valencia, CA
$593,325
Sun Valley, CA
$627,203
Orange, CA
$712,612
Sylmar, CA
$770,990
Santa Clarita, CA
$788,546
Anaheim, CA
$963,000
Thousand Oaks, CA
$984,817
Moorpark, CA
$1,105,518
Staff recommends the contract be awarded to MSH Development Group, Inc., the lowest
responsive bidder. This contractor possesses a valid state contractor's license and is in good
standing with the Contractors State License Board. The contractor's bid was reviewed for
accuracy and conformance to the contract documents and found to be complete. The bid proposal
adheres to the project's plans and specifications and is available in the City Clerk's Reading File.
The requested construction contingency will cover the costs of unforeseen site conditions, field
adjustments, and additional work requested by the City.
The remaining project funds will provide for construction support such as surveying, tree
maintenance, project management, labor compliance, and miscellaneous administrative costs.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds are available in expenditure accounts M0156264-516101 (Measure R Fund),
M0156433-516101 (Sidewalk Infrastructure), and D0005238-516101 (TDA Art 3 Fund) to
support the recommended contract and project administrative costs.
ATTACHMENTS
Location List
Bid Proposal for MSH Development Group, Inc. (available in the City Clerk's Reading File)
Page 2
Packet Pg. 99
10.a
2024-25 Concrete Rehabilitation Program and ADA Access Ramps, Projects M0156 and D0005
Location List
Repair Type
Location
Sidewalk
21147 Winterset Dr.
Sidewalk
27637 Ennismore Ave.
Sidewalk
26238 Friendly Valley Pkwy.
Driveway
Approach
19300 Nadal St.
Sidewalk
17382 Sierra Sunrise Ln.
Sidewalk
26935 Honby Ave.
Sidewalk
27013 Langside Ave.
Sidewalk
27502 Eveningshade Ave.
Sidewalk
27433 Dewdrop Ave.
Sidewalk
28116 La Veda Ave.
Sidewalk
18750 Mandan St.
Sidewalk
Luther Dr. & Mandan St.
Sidewalk
29654 Abelia Rd.
Sidewalk
28328 Santa Catarina Rd.
Sidewalk
26115 Oakflat Ct.
Sidewalk
26421 Larkhave Pl.
Sidewalk
19641 Green Mountain Dr.
Sidewalk
16540 Nearview Dr.
Sidewalk
27110 Red Cedar Way
Sidewalk
19645 Goldstream Way
Driveway
Approach
29231 Abelia Rd.
Sidewalk
14503 Edgeview Pl.
Sidewalk
19839 Merryhill St.
Sidewalk
19834 Drasin Dr.
Sidewalk
27211 Icy Willow Ln.
Sidewalk
Soledad Cyn Rd. & Rue Entree
Sidewalk
20155 Keaton St.
Sidewalk
19091 Toucan Pl.
Sidewalk
26447 Partridge Dr.
Sidewalk
26543 Oakdale Cyn Ln.
Sidewalk
26519 Oakdale Cyn Ln.
Sidewalk
27000 Weyerhauser Way
Sidewalk
15640 Saul Ct.
Sidewalk
29053 Dune Ln.
Sidewalk
28800 Kenroy Ave.
Sidewalk
17783 Sweetgum Ln.
Sidewalk
27110 Red Cedar Way
Sidewalk
28640 Lakecrest Ave.
Sidewalk
28003 Lakehurst Ave.
Sidewalk
15605 Carrousel Dr.
Sidewalk
29429 Poppy Meadow St.
Repair Type
Location
Sidewalk
20114 Fairweather St.
Sidewalk
28202 Langside Ave.
Sidewalk
16516 Nearview Dr.
Sidewalk
16648 Nearview Dr.
Sidewalk
16801 La Veda Ave.
Sidewalk
20414 Fairweather St.
Sidewalk
26810 Oak Ave.
Sidewalk
28711 Indies Lane
Sidewalk
Friendly Valley Pkwy. & Sierra
H
Driveway
Approach
18322 Owl Ct.
Sidewalk
18800 Darter Dr.
Sidewalk
27872 Crosspath Ave.
Sidewalk
28028 Almond Ave.
Sidewalk
28164 Bakerton Ave.
Sidewalk
Goodvale Rd.
Sidewalk
18906 Basel St.
Sidewalk
28503 Linda Vista St.
Sidewalk
15701 Alia Ct.
Sidewalk
29449 Abelia Rd.
Sidewalk
28522 Shana Pl.
Sidewalk
28481 Rodgers Dr.
Sidewalk
27351 English Ivy Lane
Sidewalk
19040 Drycliff St.
Sidewalk
19035 Drycliff St.
Sidewalk
29645 Abelia Rd.
Sidewalk
20408 Fairweather St.
Sidewalk
27730 Sycamore Creek Dr.
Sidewalk
21630 Grovepark Dr.
Sidewalk
17219 Summer Maple Way
Sidewalk
18806 Mandan St.
Sidewalk
25958 Sandalia Dr.
Sidewalk
19607 Goldstream Way
Sidewalk
28424 Rodgers Dr.
Sidewalk
21126 Winterset Dr.
Sidewalk
21132 Winterset Dr.
Sidewalk
21146 Winterset Dr.
Sidewalk
21159 Winterset Dr.
Sidewalk
21221 Winterset Dr.
Sidewalk
16552 Nearview Dr.
Sidewalk
16552 Nearview Dr.
Sidewalk
17845 Blackbrush Dr.
z
O
Q
J
m
Q
x
w
o_
w
w
o_
U
Z
O
U
LO
N
1*
N
0
r
Lo
J
C
0
r
0
0
J
r
c
m
E
U
0
r
r
Q
Packet Pg. 100
10.a
Repair Type
Location
Sidewalk/Driveway
Approach
19603 Monarch Ridge Dr.
Sidewalk/Driveway
Approach
27483 English Ivy Lane
Sidewalk/Driveway
Approach
16816 Goodvale Rd.
Driveway
Approach
27265 Luther Dr.
Sidewalk/Driveway
Approach/Curb
19034 Drycliff St.
Sidewalk/Driveway
Approach/Curb
14622 Camelia Hill Dr.
Curb & Gutter
Whites Canyon Rd. & Wildwind
Rd.
Driveway
Approach
26543 Oakdale Cyn Ln.
Driveway
Approach
18914 Basel St.
Driveway
Approach
27013 Langside Ave.
Sidewalk/Driveway
Approach
24589 Lola Ln.
Sidewalk
22601 14th St.
Sidewalk
24516 Valley St.
Sidewalk
23240 Market St.
Sidewalk
23501 Lloyd Houghton Pl.
Sidewalk
25375 Wiley Cyn Rd.
Sidewalk
24646 Spruce St.
Sidewalk
22447 Circle J Ranch Rd.
Sidewalk
24646 Spruce St.
Sidewalk
25504 Sheffield Ln.
Sidewalk
24530 Ebelden Ave.
Sidewalk
24613 Spruce St.
Sidewalk
24701 Ebelden Ave.
Sidewalk
22223 Clairbourne Ln.
Curb & Gutter
23500 Canerwell
Driveway
Approach
17900 Youngberry Dr.
Sidewalk
28156 Ebb Ct.
Sidewalk
28814 Woodside Dr.
Sidewalk
22849 White Pine Pl.
Sidewalk
19238 Graham Lane
Sidewalk
28384 Rodgers Dr.
Sidewalk
28342 Rodgers Dr.
Sidewalk
19139 Carranza Ln.
Sidewalk
19939 Rhona Pl.
Sidewalk
22416 Poplar St.
Sidewalk
29149 Summer Oak Ct.
Sidewalk
29132 Summer Oak Ct.
Repair Type
Location
Sidewalk
22416 Poplar St.
Sidewalk
20600 Susan Ruth St.
Sidewalk
20606 Susan Ruth St.
Sidewalk
20612 Susan Ruth St.
Sidewalk
23044 Lowridge Pl.
Sidewalk
28646 Avocado Pl.
Sidewalk
22411 Holly Ct.
Sidewalk
28321 Seco Cyn Rd.
Sidewalk
27947 Palmetto Ridge Dr.
Sidewalk
27862 Crookshank Dr.
Sidewalk
27702 Spandau Dr.
Sidewalk
22652 Los Rogues Dr.
Sidewalk
19308 Laroda Lane
Sidewalk
27573 Santa Clarita Rd.
Sidewalk
27419 Santa Clarita Rd.
Sidewalk
27524 Seco Cyn Rd.
Sidewalk
Mountain View Park
Sidewalk
21616 Grovepark Dr.
Sidewalk
29048 Raintree Ln.
Sidewalk
20402 Woodside Dr.
Sidewalk
29132 Summer Oak Ct.
Sidewalk
23239 Sorrel Ct.
Sidewalk
28950 Seco Cyn Rd.
Sidewalk
27097 Las Mananitas Dr.
Sidewalk
Seco Cyn Rd.
Sidewalk
Seco Cyn Rd.
Sidewalk
Seco Cyn Rd.
Sidewalk
Seco Cyn Rd.
Sidewalk
Seco Cyn Rd.
Sidewalk
Seco Cyn Rd.
Sidewalk
21061 Alaminos Dr.
Driveway
Approach
22618 Barcotta Dr.
Driveway
Approach
27897 Mariposa St.
Driveway
Approach
23934 Via Copeta
Driveway
Approach
26531 Sunbird Ct.
Sidewalk
26041 Magdalena Dr.
Sidewalk
28490 Avenue Stanford
Sidewalk
Tourney Rd. & Wayne Mills Pl.
Sidewalk
26510 Strambino Ct.
Sidewalk
26112 Bella Santa Dr.
Sidewalk
25619 Carrillo Dr.
Sidewalk
26039 Moreno Dr.
z
O
Q
J
m
Q
x
w
o_
w
w
o_
U
Z
O
U
LO
N
1*
N
0
T
J
c
0
r
0
U
0
J
r
c
m
E
r
Q
Packet Pg. 101
10.a
Repair Type
Location
Sidewalk
26034 Coronado Ct.
Sidewalk
23530 Platina Dr.
Sidewalk
25883 Espinoza Dr.
Sidewalk
25275 Via Sistine
Sidewalk
24072 Avenida Crescenta
Sidewalk
25781 Tournament Rd.
Sidewalk
25789 Tournament Rd.
Sidewalk
24142 Dalgo Ct.
Sidewalk
25402 Via Impreso
Sidewalk
25558 Fedala Rd.
Sidewalk
25576 Fedala Rd.
Sidewalk
23838 Via Jacara
Sidewalk
27897 Mariposa St.
Sidewalk
McBean Pkwy. & Del Monte
Sidewalk
25949 Sandalia Dr.
Sidewalk
27264 Norwood Pl.
Sidewalk
23850 Copper Hill Dr.
Sidewalk
23702 Wiley Cyn Rd.
Sidewalk/Driveway
Approach
27227 Camden Pl.
Sidewalk/Curb &
Gutter
22931 Cerca Dr.
Sidewalk/Curb &
Gutter
26607 Caballeta Dr.
Sidewalk
24075 Rotunda Rd.
Sidewalk
25474 Avenida Escalera
Sidewalk
24134 St Moritz Dr.
Sidewalk/Driveway
Approach
23002 La Granja Dr.
Sidewalk
25556 Alesna Dr.
Sidewalk
23794 Via Kannela
Sidewalk
25941 Versailles Ave.
Sidewalk
25753 Alta Dr.
Sidewalk
23601 Carrizo Dr.
Sidewalk
25822 Mendoza Dr.
Sidewalk
Del Monte Dr. & Goldcrest Dr.
Sidewalk
24462 Snowy Owl Ct.
Sidewalk
27859 Amberwood Ln.
Sidewalk
28426 Calex Dr.
Sidewalk
26010 Moreno Dr.
Sidewalk
29200 Las Brisas Rd.
Sidewalk
28418 Lobelia Ln.
Sidewalk
24235 Palo Verde Dr.
Sidewalk
28403 Calex Dr.
Sidewalk
23704 Falcon Crest Pl.
Sidewalk
25261 Avenue Tibbitts
Repair Type
Location
Sidewalk
23709 Rotunda Rd.
Sidewalk
25919 Matel Rd.
Sidewalk
28031 Alta Vista Ave.
Sidewalk
28367 Berylwood Pl.
Sidewalk
29200 Las Brisas Rd.
Sidewalk
24320 Calle Terraza
Sidewalk
25959 Pueblo Dr.
Sidewalk
Mcbean Pkwy. & Magic Mtn
Pk
Sidewalk
26622 Caballeta Dr.
Sidewalk
22357 Espuella Dr.
Sidewalk
Bouquet Cyn Rd.
Sidewalk
29206 Las palmas Ct.
Sidewalk
28461 Calex Dr.
Sidewalk
28548 Calex Dr.
Sidewalk
28410 Lobelia Ln.
Sidewalk
28326 Lobelia Ln.
Sidewalk
28355 Lobelia Ln.
Sidewalk
28007 Alta Vista Ave.
Sidewalk
25848 McBean Pkwy. & Del
Monte
Sidewalk
27873 Mariposa St.
Sidewalk
29128 Misson Trail Ln.
Sidewalk
23806 Misson Puebla
Driveway
Approach
27882 Mariposa St.
Sidewalk
29202 Avenida Avila
Driveway
Approach
26030 Coronado Ct.
Sidewalk/Driveway
Approach
26048 Coronado Ct.
Sidewalk
29182 Bernardo Way
Sidewalk
Bernardo Way
Sidewalk
Rancho Tesoro & Bernardo Way
Sidewalk
Rancho Tesoro
Sidewalk
29102 Tesoro de Valle
ADA Ramp
Avenida Rancho Tesoro &
Copper Hill Dr.
ADA Ramp
23927 Avenida Crescenta
ADA Ramp
23900 Via Bocina
ADA Ramp
23902 Via Copeta
ADA Ramp
23900 Via Danza
ADA Ramp
23933 Darbun Dr.
ADA Ramp
23901 Canerwell St.
ADA Ramp
24721 Ebelden Ave.
ADA Ramp
26501 Bannerman Ave.
ADA Ramp
19149 Sierra Estates Dr.
z
O
Q
J
m
Q
x
w
o_
w
w
o_
U
z
O
U
LO
N
1*
N
0
r
J
C
r
M
U
0
J
c
m
E
r
Q
Packet Pg. 102
10.a
Repair Type
Location
ADA Ramp
26424 Oak Crossing Rd.
ADA Ramp
18801 Sierra Estates Dr.
z
O
F-
Q
J_
m
Q
2
W
w
W
F-
LU
Q'
U
Z
O
U
LO
N
qq
N
O
r
N
J
C
O
r
ca
v
O
J
r
C
d
E
L
V
r
r
Q
Packet Pg. 103
BID SCHEDULE
Bid #GS-24-25-M0156-D0005
2024-25 Annual Concrete Rehabilitation Program
City Project No. M0156-D0005
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,
BIDDER must hold pricing for one hundred twenty (120) days following the bid due date. In the event a
final contract has not been awarded within this period, the City reserves the right to negotiate extensions
to this period. 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
UNIT PRICE
TOTAL
1
Mobilization
1
LS
$ 30,000
$ 30, 000
2
Traffic Control
1
LS
$ 30, 000
$ 30, 000
Implementation of Best Management
3.
Practices
1
LS
$ 9, 800
$ g 800
Removal and Replacement of4" Portland
4•
Cement Concrete Sidewalk
26346
SF
$ 1 0
$ 263 460
Removal and Replacement of4" Residential
5.
Driveway Approach
2705
SF
$ 1 3
$ 35 165
Removal and Replacement of 6" Commercial
6.
Driveway Approach
225
SF
$ 40
$ 9 000
Removal and Replacement of 6" Portland
7.
Cement Concrete Curb & Gutter
130
IF
$ 200
$ 26,000
Removal and Replacement of 8" Portland
8.
Cement Concrete Curb & Gutter
195
IF
$ 1 00
$19,500
9
Installation of New PCC ADA Ramp
23
EA
$ 3800
$ 87,400
Removal and Replacement of PCC Spandrels
10. and Cross Gutter 4150 SF $ 20 $ 83 000
TOTAL BASE BIDAMOUNT: I $ 593,325 I
TOTAL BASE BID AMOUNT IN WORDS: five hundred ninety-three thousand
three hundred twenty-five
BIDDER'S INFORMATION AND CERTIFICATION
Bid #GS-24-25-M0156-D0005
2024-25 Annual Concrete Rehabilitation Program
City Project No. M0156-D0005
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:MSH Development Group Inc.
Business Address: 26981 Tanager Ln, Valencia, Ca 91381
Telephone No.: (310) 461-6515
State CONTRACTOR's License No. & Class: 1090148 A, B, C-61 / D49, C-61 / D63
DIRNo.: PW-LR-1000953215
Original Date: 07/01 /2023
Expiration Date:
06/30/2028
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:
N/A
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest
in this proposal was an owner, corporate officer, partner or joint venture areas follows:
N/A
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this
proposal are as follows:
N/A
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals
of all aforementioned principals this January day of 22 2025.
BIDDER:
Signature
Magdy Hamid, President, Secretary
Name and Title of Signatory
MSH Development Group Inc.
Legal Name of Bidder
26981 Tanager Lane, Valencia, Ca 91381
Address
310-461-6515 /310.800.2183 87-3493694
Telephone Number Federal Tax I.D. No.
BIDDER'S QUESTIONNAIRE
Bid ##GS-24-25-M0156-D0005
2024-25 Annual Concrete Rehabilitation Program
City Project No. M0156-D0005
City of Santa Clarita, California
1. Submitted by: Magdy Hamid Telephone: 310"461-6515
Principal Office Address: 26981 Tanager Lane, Valencia, Ca 91381
2. Type of Firm:
❑ C Corporation
0 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: 1 1 /2021 State of Incorporation: California
President's Name: Magdy Hamad
Vice -President's Name: Magdy Harold
Secretary or Clerk's Name: Magdy Harold
Treasurers Name: Magdy Harold
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 Icont'd1
Bid #GS-24-25-MO156-D0005
2024-25 Annual Concrete Rehabilitation Program
City Project No. M0156-D000S
City of Santa Clarita, California
Name of person holding CONTRACTOR'S license: Magdy Hamld n nG
License number: 1090148 Class: A,B,D49,D63 Expiration Date: 04/30/2026
D.I.R. Registration tt 10009530-15
5. CONTRACTOR's Representative: Magdy Hamld
Title: President
Alternate: Bryan Valencia
Title: Operation Manager
6. List the major construction projects your organization has in progress as ofthis date:
A.
Owner: City Of Fresno
Project Location: Fresno, CA
Type of Project: Community Center Remodeling Project
B.
Saugus Unified School District
Project Location: Valencia, Ca
Type of Project: Greenhouse Project
C.
Owner:
Project Location:
Type of Project:
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
Bid #GS-24-25-M0156-D0005
2024-25 Annual Concrete Rehabilitation Program
City Project No. M0156-D0005
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 orsham 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.
NON -COLLUSION AFFIDAVIT
Bid #GS-24-25-M0156-D0005
2024-25 Annual Concrete Rehabilitation Program
City Project No. M0156-D0005
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
MagdyHam id being first duly sworn deposes and says that he/she is
the President and Secretary (sole owner, a partner, president, etc.) of
MSH Development Group Inc the parry 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, thatsaid BIDDER has not, directly or indirectly,
submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date
relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership,
company, association, organization, bid depository, or to any member or CITY thereof, or to any other
individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to
any corporation, partnership, company association, organization, bid depository, or to any member or CITY
thereof, or to any other individual, except to such person or persons as have a partnership or other financial
interest with said BIDDER in his general business.
Bidder:
Signature
Title President, Secretary
CERTIFICATION OF NON -SEGREGATED FACILITIES
Bid #GS-24-25-M0156-D0005
2024-25 Annual Concrete Rehabilitation Program
City Project No. M0156-D0005
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,
MSH Development Group Inc.
BIDDER p/a� ��G�►^+�d l i9rYSIG+eG ` 5e-C4
/r
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 #GS-24-25-M0156-D0005
2024-25 Annual Concrete Rehabilitation Program
City Project No. M0156-D0005
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. Contractorshall furnish the City with original Certificates of Insurance including all required amendatory
endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy
endorsements to City before work begins. City reserves the right to require full -certified copies of all
Insurance coverage and endorsements.
I. INDEMNIFICATION:
City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers
(individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person
for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemniteesfrom 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 Agreementshall not limitthe liability ofCONTRACTOR 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.
H. INSURANCE
CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited
to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to
provide the above insurance coverage shall provide that said insurance may not be amended or canceled
by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice
of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR
shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts
established.
Liabilitv Insurance
During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General
Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on
account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or
persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the
CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to
protect against loss from liability imposed by law for damages to any property of any person caused
directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the
CITY, or under its control or direction. Such public liability and property damage insurance shall also
provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such
General, Public and Professional liability and property damage insurance shall be maintained in full force
and effect throughout the term of the Agreement and any extension thereof in the amount indicated
above or the following minimum limits:
Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual
Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors'
Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence,
four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form.
Products/Completed Operations coverage shall extend a minimum of three (3) years after project
completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of
the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must
include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that
would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly
excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the
CONTRACTOR.
Worker's Compensation Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in
the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State
of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and
the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening
to any worker employed by the CONTRACTOR in the course of carrying out the work within the
Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita.
Automotive Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement,
and any extension thereof, public liability and property damage insurance coverage for automotive
equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All
such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured.
Builder's Risk
Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain
Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest.
The Builder's Risk coverage shall include the coverages as specified below:
The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and
agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers
shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required
to maintain property insurance for any portion of the Project following transfer of control thereof to CITY.
The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable
to the CITY. The CITY will act as a fiduciary for all other interests in the Project.
Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project.
There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include:
(1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency
in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage
for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities,
fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for
contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless
insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement
value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or
supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any
property or equipment stored either on or off the site or any staging area. Such insurance shall be on a
form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY
prior to commencement of construction.
Fire and Extended CoveraEe Insurance (Services involvine 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 Liabilitv 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 respectto the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions.
Pass Through Clause
CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with
the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum
insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and
review all such coverage and assumes all responsibility for ensuring that such coverage is provided in
conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements
with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for
review.
Self -Insured Retentions
Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to
require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance
will not be considered to comply with these specifications unless approved by the CITY.
Primary and Additional Insured
All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A
Certificate of Insurance and an additional insured endorsement (for general and automobile liability),
evidencing the above insurance coverage with a company acceptable to the City's 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: Date: 01 l22/2025
Printed Name: Magdy Hamid, President, Secretary
PROPOSAL FORM
Bid #GS-24-25-M0156-D0005
2024-25 Annual Concrete Rehabilitation Program
City Project No. M0156-D0005
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: MSH Development Group Inc.
Company Address: 26981 Tanager Lane
Phone
Valencia, Ca 91381
(310) 461-6515
Email: Magdy@mshgrp.com
By: Magdy Hamid
Print Name
Title:
Signature:
Date:
President, Secretary
01 /22/2025
REFERENCES
Bid #GS-24-25-M0156-D0005
2024-25 Annual Concrete Rehabilitation Program
City Project No. M0156-D0005
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which bidder
has performed and completed work of a similar scope and size within the past 3 years. If the scope of
work/specifications requests references different than instructions above, the scope of work/specifications
shall govern:
1 San Diego Unified School District- 4860 Ruffner St San Diego, Ca 92111
Name and Address of Owner / Agency
Nevine Grosso (760) 497-8412
Name and Telephone Number of Person Familiar with Project
$750, 000 plumbing, flooring, concrete, asphalt 08/31 /2024
Contract Amount Type of Work Date Completed
2 Madera Unified School District- 1205 S. Madera Ave Madera, CA 93637
Name and Address of Owner / Agency
Susan Harautuneian (559) 675-4609
Name and Telephone Number of Person Familiar with Project
$250, 000 plumbing, flooring, concrete, asphalt 08/02/2024
Contract Amount Type of Work Date Completed
3 Saugus Unified School District - 24930 AVENUE STANFORD SANTA CLARITA, CA 91355
Name and Address of Owner/ Agency
Kathie Pisano (661) 904-3208 / Peter Gaytan (661) 312-5614
Name and Telephone Number of Person Familiar with Project
Over $500,000 Various —,al, and asphalt v k, playground, sidermlk, arb, 2023-2024
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
bidder inten ds to procure insurance bonds: Erica Mosley,925-448-2695, 1S50 Carlbatk Avanue STE 200 WalnutCreek, CA 94596, Heflenan ulsuran Co 9rakers
DESIGNATION OF SUBCONTRACTORS
Bid # GS-24-25-M0156-D0005
2024-25 Annual Concrete Rehabilitation Program
City Project No. M0156-D0005
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 A 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 eddt. sheets if needed.
Subcontractor
N/A
DIR Registration No.*
Dollar Value of Work
ell
Location and Place of Business
.00
Bid Schedule I m No's:
Description of Work
I
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registratio i No.*
Dollar Value of Work
Location and Plac of Business
Bid Schedule Item No's:
Description of Jork
U
II
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No,
Dollar Value of or
Location and Place of usiness
Bid Schedule Item No'
Description of W rk
License No.
Exp. Date: / /
Phone ( )
!VOTE: A BIDDER or subcontractershall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the
Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and
qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to
submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract
Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is
awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California labor Code.