Loading...
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.