Loading...
HomeMy WebLinkAbout2014-04-22 - AGENDA REPORTS - CONCRETE REHAB#M0098,M0099,T42 (2)Agenda Item: 11 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR City Manager Approval: Item to be presented by: Curtis Nay DATE: April 22, 2014 SUBJECT: FISCAL YEAR 2013-14 ANNUAL CONCRETE REHABILITATION PROGRAM (CITYWIDE), PROJECTS M0098, M0099, AND T0042 - AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works RECOMMENDED ACTION City Council: Approve the plans and specifications for the Fiscal Year 2013-14 Annual Concrete Rehabilitation Program (Citywide), Projects M0098, M0099, and T0042. 2. Award the construction contract to the lowest responsible bidder, FS Construction, in the amount of $800,290 and authorize additional work in the amount of $120,285, for a total contract amount not to exceed $920,575. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Annual Concrete Rehabilitation Program consists of three annual efforts awarded under one contract to make the most efficient use of available funding. The Sidewalk Repair Program will replace existing damaged sidewalks. The Curb and Gutter Program will improve the drainage flow into local storm drains, thereby improving stormwater quality and eliminating ponding water. The Access Ramp Program will serve our disabled community through the installation of new access ramps, while meeting the requirements outlined in Title 21 of the Americans with Disabilities Act. For several years, the three annual efforts have been awarded under one contract. The attached list of project locations citywide was generated by residents' requests to the City of Santa Clarita (City) or were areas identified by staff as needing restoration. Substantial constraints and controls were established in the construction documents to reduce potential impacts on local traffic and homeowners during the construction phase. Construction is scheduled to begin May 2014 and is anticipated to be complete within 125 working days following the Notice to Proceed. Staff will appoint inspectors to ensure proper work performance by the contractor and to handle daily field issues. An invitation to bid was published three times: February 10, February 12, and February 14, 2014, and noticed on the City's website. Plans and specifications were also sent to area plan rooms. Eight responsive bids were submitted to the City and opened by Purchasing on March 11. The results of the bids are shown below: Company Name Location Base Bid Amount The Sun Group Costa Mesa, CA $797,067 FS Construction Sylmar, CA $800,290 Kalban, Inc. Sun Valley, CA $847,796 C.A. Rasmussen Inc. Valencia, CA $868,494 Grigolla & Sons, Inc. Azusa, CA $929,215 CS Legacy Construction, Inc. Pomona, CA $936,265 Toro Enterprises Inc. Oxnard, CA $1,009,380 CPO Enterprises Inc. Covina, CA $1,118,878 The lowest bid was submitted by The Sun Group in the amount of $797,067. However, The Sun Group was not responsive to the bid documents for two reasons. First, The Sun Group failed to submit three references for three public agencies for which the bidder has performed similar work within the past three years, as specified in Section C, page 4. The Sun Group only submitted one reference, which was not for similar work. Second, The Sun Group failed to submit the Title 49, Code of Federal Regulations, Part 29, Debarment and Suspension Certification, as specified in Section C, page 5. Pursuant to the City's Purchasing Policy, the City Purchasing and Risk Administrator sent a letter to The Sun Group on March 13, 2014, advising the bid was not responsive and no protest was filed by the Sun Group. Staff recommends the contract be awarded to FS Construction, the lowest responsible 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 2013-14 Annual Concrete Rehabilitation Program budget of $1,200,000, allows for a contract in the amount of $800,290 and a contingency of $120,285 for a total contract amount not to exceed $920,575. This contingency will allow for additional concrete repairs from a prioritzed Z list. The remaining funds of $279,425 will be utilized for project administration and support items such as tree trimming, labor compliance, surveying, and material testing. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In these types of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsible bidder. As confirmed by the City Attorney's Office, this direction precludes the City from applying any superseding criteria for award except in the case of a tie. In other words, in awarding of Public Works contracts, the City is not permitted to award to a bidder just because they are local, as the California Public Contract Code does not allow the City to recognize them as the "lowest" responsible bidder. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT Adequate funds in the amount of $1,200,000 have been appropriated in the project expenditure accounts M0098230-5161.001 (Gas Tax), M0098601-5161.001 (General Fund Capital Projects), M0099356-5161.001 (Stormwater Utility), and T0042238-5161.001 (TDA Article 3). The appropriated funds will be utilized for all anticipated project costs including award of the construction contract, project administration and support items such as tree trimming, labor compliance, surveying, and material testing. ATTACHMENTS List of Locations Bid Proposal for FS Construction available in the City Clerk's Reading File Contract for FS Construction available in the City Clerk's Reading File 3 LiSt of Locations Area ADORES S STREET NAME SIDEWALK (SF) RES DRIVE APP (SF) WMMU VE APP (SF) (LF) (LIF)ONTfER $PANOREUCROSS (SF) (SF) ASPHALT (SF) RAMP NOTES Canyon Country 29243 belia Rd 5x4 20 24x5 120 6 Y to 4'c/g 17 LF local dep 18 LF ,Tec rmnovee.Nwa m lower -1- ram, need -1 paponl br on iansiu—... C-1 [atcM1 baslnJM(aiSl. Gontnt.rro 85 1 bivaomy n�or mown. Canyon Country 27307 Itamese Ave 18x4 72 nyonlnournry 27173 Bonke Ave 24x4 96 19x5 95 21 21 rryan Country 27179 Bonke Ave 62x4 248 18x5 90 30 30 nee Issue nyon Country 27212 lypi, Ln 34 34 OH anyon Country 20420 darcreek St 33 33 Tryon Country 27242 rossglade Ave 39x4 1% Tryon Country 27374 :rossglade Ave 7x4 28 17 17 Tryon Country 27377 rossglade Ave 8 x 4 32 14 x 7 98 nyon Country 27380 ossglade Ave 8x4 32 25 25 nyon Country 27414 rossglade Ave 41x4 164 nyon coumry 27425 ,ossglade Ave 57x4 228 18x7 126 nyon Country 27428 rossglade Ave 31x4 124 nyon Country 27434 ,ossglade Ave 21.4, l 132 nyon Country 2]440 rossglade Ave 52x4 208 10x7 70 nyon Country 2]446 ossglade Ave 18 x 7 126 nyon Country 27450 ,ossglade Ave 8x4 32 "yon Country 27456 ,ossglade Ave 8x4,8x4 64 20x7 140 nyon Country 27508 ossglade Ave 16x4 64 nyon Country 27532 rossglade Ave 7x4 28 nyon Country 27538 rossglade Ave 10x4, 9x4 76 7x7 49 nyon Country 27542 rossglade Ave 24x4 % nyon Country 27548 rossglade Ave 8x4 32 nyon Country 27543 rossglade Ave 16x4, 17x4 112 nyon Country 27710 rosspeth Ave 60 60 nyon Country 27716 osa,th Ave 36 36 n,on Country 19WS Delight St 8x4 32 nryon Country 19025 Delight St 24x4 % 20x7 140 46 46 nyon Country 19126 Delight St 17 x 4 68 anyon Country 19136 Delight St 35 35 m/on Country 19438 Delight St Waal 240 15 is Loral depression anyon Country 19444 Delight 5t 21x7 147 reehum nyon Courrtry 19501 Delight St 16%4 64 26.5x] 186 23 9v 31 r.5 1100 142 2 Cross gutter 36x6 nyon Country 19507 Delight St 11 x 7 77 24 24 nyon Country 19802 DrydgF St 16x4 414 nyon Country 19010 Fairweather St 24x4 % nyon Counmry 19010 Fairweather St - SOH 62.4 248 nyon Country 19016 ainweather5t 8x4 32 anyon Gauntry 19017 Fairweather St 20x7 140 60 60 anyon Country 19023 Fairweather St 11 11 nyon Country 19036Fairweather St 59 1 59 nyon Country 19042 Fairweather St 16x4 60 16x7 1 112 31 31 nyon Country 19104 Fairweather St 56x4 224 1 20x] 140 69 310 nyon Country 19108 JjFanweather St I 40x4 I 160 10 Guyon Country 19107 Fairweatner St 51.4 204 20x7 140 Guyon Country 19107 FairweaMer St - SOH 29x4,8x4 148 Canyon Country 19115 Fairweather St 54x4 216 rayon Coumry 19121 Fairweather St 18x4 72 Guyon Country 2]]08 Fairweather St 10x2 70 68 fie Tme issue- need to contact owner about removal anyon Uned, 20304 Gray Ln 20 20 yo ann Country 20305 Gray to 34 486 700 1 gutter 15 x 6-asphah dama ge yo ran Country 2]503 away HldAve 19x4 76 25x] 175 rayon Country 27523 Hldaway Ave 9x4 36 anon Comm, 27026 Honby Ave 25 25 rayon Country 2]032 nby Ave 30x4 120 18x8 144 7 7 Tryon Country 26659 Isabella Pkwy 23 23 On Colina side of house. rayon Country 20301 akemore Dr 25 25 keeclmshoot grades to determine where high pointls rayon Country 20302 -akemore Dr 8.4 32 8.5 40 20 29x32..5 464 81 1 One ramp and spandrel raven Coumry 19002 one Rock St 9x4, 18x4 108 30x27xS 561 57 1 26x 6 cross gutter morn Country 19007 one Rock St 3ox27x.5 405 27 1 mon Country 19112 ne Rock St 16.4 64 21x7 147 34 34 rayon Country 19131 one Rock St 110, MM 140 morn Coumry 19202 -one Rock St 65x4,5.4 280 rayon Country 19202 Lone Rock St - SOH 41.4 164 aromn Country 19203 Lone Rock St 35.5, 356 340 rayon Country 19208 Lone Rack St 9x4 36 Tryon Country 19209 Lone Rock St 29x4, SM 136 6.5 30 6 6 Tryon Country 19214 Lone Rock St 26 x 4 100 rayon Country 19215 Lone Rock St 14x4 56 rayon Country 19224 Lone Rack St 24.6 144 34 34 rayon Country 17925 Nearbrook St 50 29.32x.5+ 26xMx.5 1050 171 2 Need grades to determine N into spandre emug mer crossgutter 24.6 rayon Country 18912 Nearbrook St 41x4 164 rayon Country 18916 Nearbrook St 24.4 % rayon Country 19208 Nearbrook St 30x6 180 rayon Country 19214 Nearbrook St 6.3 18 6x3 18 rayon Country 19218 Nearbmok St 16x4 64 Canyon Country 19003 NBwhouse St 13x4 52 rayon Country 19007 Newhouse St 11x4 44 Tryon Country 19016 Newhouse Sl 4x4, I6M 80 19x7 133 Tryon Country 19103 Newhouse S[ 37x4 198 Tryon Count, 19109 Newhouse St 32x4 128 rayon Country 19114 ewhouse St 18 x 4 72 ountry 19115 ewhouse St 19x4 76 oumry 19120 ewhouse St 25 x 4 100ountry 19121 ewhouse St 15x4,13M 112 ountry 19125 ewhouse St 41 x 4 164 20 x 6 120 umry 19126 ewhouse St 26x4 104ountry V 19132 ewhouse St 19x4,27X4 184ountry 19137 Newhouse5t 24x4 % ountry 19143 ewhouse St 16x4 64 21x7 142 oumry 19155 ewhouse St 14x7 98 1616Country 19159 Newhouse St 40x4 160 23x] 161ountry 19165 Newhouse St 3.4 12 UI Tryon Country 19203 ewhou3e St 6.4, 22x4 112 Tryon Country 19208 eWh U. St 9x6 54 Tryon Country 19214 ewhouse St 23x4 92 Tryon Country 19219 ewhouse St 14x6 84 3x6 18 Tryon Country 19224 Newhouse St 35x6 210 23.6 138 Tryon Country 19003 ke santdak St 36x4 144 nyon Country 19010 Pleasantdale St 39x4 136 Tryon Country 19015 Pleasanidak St 24x4 % 19x5 95 Canyon Country 19021 Pleasantdak St 23x5 115 Gnyon Country 19131 leasantdale St 7x4 28 Tryon Country 19137 Pleasantdek St 2x4,40x4 168 Carryon Country 19143 Pleasantdole St 38x4 152 Gnyon Country Mr@Walnm sin leasantdale Si 35a35x.5t28x 28.5 1215 190 2 Cross Vlter 35x6 8 Tryon Country ntto wNnm s Plessantdale St 33x33x.5 r 29x29x.5 1151 1% 2 Cross gutter 31 x6 Tryon Country 19203 Pleasantdak St 43.4 172 rrymn Country 19217 Pleasantdak St 42x4 168 Tryon Country 19223 Pleasantdale St 38.4 152 Tryon Country 19245 Pleasantsiale St 24x4 % 19x7 133 Tryon Gauntry 27233 jRockgrove Ave 25x4 100 Tryon Country 27233 «kgmve Ave-SOX 25.4 100 Tryon Country 28246 bin Cresta 16.5 80 52 52 Tryon Country 19005-04) tillmare St 473 473 Tryon Country, 1%15 Win.St 25x4 100 Tryon Country, 19018 Winn.St 19x7 133 Tryon Country 1902] tillmore St 25x4, 3x4 112 nyon Country 19025 tillmore St 13x4 52 rry0n Country 191126 tillmore St 32x4 128 Tryon Country 19043 tillmore St 11.4 44 nyon Country 19046 tillmore St 1 34 34 Tryon Country 19047 tillmore St $6.4 224 25x7 175 48 128 Tryon Country 19065 tillmore St 41x4 164 mmn Gauntry 19102 tillmore St 32x4 in nyon Country 19103 tillmore St 32x4 128 nyon Country 19106 tillmare St 16x4 60 nyon Country 19109 tillmore St 41x4 164 nyon Gauntry 19112 tillmore St 24x4 96 anyon CouMry 19118 tillmore St 30x4 120 nyon Country 19136 tillmom St 31.4 124 Tryon Country 19140 tillmore St 44x4 176 nyon Country 19239 tillmore St 22 x ) 154 nyon Country 19245 tillmore St 22x7 154 nyon Country 1803 Wad Canyon 8d 10X6 0 0 Partial cross gutter only Tryon Country 2))4] Oema Or 7x4 a nyon Country 2)502 llna Av< 17x4 68 16x7 112 15 ssx26xs. Dx25x5 855 182 2 izxue-Cress guher 32 x6 nyon Country 2]224 alnui Springs Ave 26x4 IW nyon Country 2)333 alnut Springs Ave 29.4 116 Tryon Country 2)423 alnut Springs Ave 2 . ftB273 40 40 nyon Country 2)429 alnut Springs Ave 8x4 32 Tryon Country Across from 21429 NaInutSprIWAw 8x5 40 rayon Country 21441 alnut Springr Ave 16x4 64 rayon Country 27542 Minot Springs Ave 49x4 196 rayon Country 21738 alnut Springs Aye 24x4 % rayon Country hites Unyon Rd 48x4 192 Between Soledad and Stillmore -east side rayon Country hrtes Canyon Rd 40x4 i6D Between Stillotore and Pieasantdaie -aA side Tryon Country Maes Unyon Rd 35x4 140 At corner of Pleasarttdale next to bus stop -east side rayon Country hrtes Conon Rd 25x4 100 Between Pkasanidale and Delight -east side rayon Country hires Unyon Rd 14x4 56 Between PleasarMale and Delight -east side rayon Country hires Unyon Rd 51x4 204 Between Plessarrdale ant Might -east side rayon Country hues Canyon Rd 10x4 40 Between RalneraM Nadel -east side Tryon Country haws Cinyon Rd 16x4 64 [Unyon Crest-east side rayon Country hoes canyon Rd IOx4,%7 103 Between Carryon Crest and Steinway -wart side rayon Country hies UnyOn Rd 21x4 M Between Steinway and Lowlione Park-weft side rayon Country 19x3, 12x4, hoes Unyon Rd 149 Between longshore Park ant Nadel -west side rayon Country hrtes Unyon Rd 21x7 147 Between LiaMshone Park ant Nadel west side Tryon Country Mites Unyon Rd 11x7 ]] Between Longshore Pail, wall Nadel -west side Tryon Country hrtes Unyon Rd 18x4, 9x7 135 tNadel -west side rayon Country hies Canyon Rd 6x10,1 240 Between Nadel and Rainer -west side rayon Country hrtes Unyon Rd 24x10 240 20 20 Between Nadel ant Rainer -west side rayonCunary hitez Unyon Rd 44x4 176 Between Nadel and Rainer- wes"ide rayon Country rites Unwn Rd 42x4 168 55 55 tMight -west aide nye. Country hoes Unyon Rd 46x4, 24.4 280 Between Delight and Pleasantdale- west side myon Country hires Unyon Rd Mail 136 Between Delight and Pleasanidale -west side rryan Country hrtes Unyon Rd 40x4 160 56 56 Between Delight antl Pleasantdale-west side Tryon Coundry 9x4, 40x4 316 Maes Unyon Rd 155.10 Between DelightaM Pleazantdale-west side rayon Uuntry riles Umpn Rd 64x10 640 tPieazanidale-west sitle rayon Courttry Kaes Canyon Rd 29.10 2% 37 37 Between Pleasan[tlaleaM Stillnwre-west side rayon Country 27301 hoes Unyon Rd 550 Between Stillmore and 5oledad Unyon -west side AREA ADDRESS STREETNAME UUMM"i SIDEWALK RES DRIVE APP APP "CIG "CIG CROSSGt1TTER EMOVAL ONLY ASPHALT RAMP NOTES Saugus Iaminos Or 90 90 Cornerof Wellston Or Saugus laminas Or 26x4 104 Comerof TOMIl1Dr Saugus 21054 Iaminos Or 38x4 152 Saugus 21062 laminas Dr 29x4 116 Saugus 21067 Iaminos 0r 24x4 96 Saugus 21068 sminm Dr 7x4 28 25x1 175 33 33 Saugus 21100 Iaminos Dr 23x4 92 Saugus 21109 mi., Or 63 x 4 252 12 x 8 96 69 69 Pine nee needs remonal Saugus 21127 Iaminos Dr 16x4 64 Iaminos Dr Saugus 21150sid 20x4 80 Saugus 21208 Iaminos Dr 19x4 76 Saugus 21214 laminas Or 25.4 1w 19x7 133 Saugus 21220 Iaminos Or 16x4 64 Saugus Iaminos On 57x4 228 Corner of Youngberry Saugus 21226 Iaminos Dr 24x4 96 Saugus 21232 Iaminos Dr 42.4 168 Saugus 21238 Iaminos Of 59x4 236 Saugus 21244 laminas Or 6x4 24 in Saugus 21249 Iamos Or 7.4 M Saugus Iaminos Dr 73 Dv2ar.5 M.V..S 921 73 2 Corner of Ridgell Or -cross gutter 32 x6 Saugus 21501 Iaminos Or 6x4 24 Saugus 21515 leminos Or 75.4 300 Saugus 21204 tense Or 26 x 4 104 19 x 5 95 6O 60 Large ash nee Saugus 21212 tern Or 42 42 In front ofyellow condos ease of Seco Omen Saugus ouquet Canyon Rd 12.4, 1N7 132 t Ali mogorda Rd - north side Saugus Bouquet canyon Rd 11W,3x8 94 tAlamogordo Rd - north side Saugus Bouquet Canyon Rd 20x5 100 Between Alamogordo and Centurion - north side Saugus Bouquet Canyon Rd 10.5 50 Between Alamogordo and no Centurion side Saugus Bouquet canyon Rd 14x5 70 Between Alamogordo and amurion -mrth side Saugus Bouquet Canyon Rd 19x5 95 Between Onturion and Heidi Jo - north side Saugus Bouquet canyon Rd 16x5, 9x4 116 Between centurion and Heidi Jo -mrth side Saugus Bouquet Canyon Rd 9x5 45 Betwd H een Heidi Jo anaskell-north e Saugus Bouquet Canyon Rd 10x4 40 Between Susan Beth and Sutteis Paint -mrth side Saugus Bouquet canRd yon 18x4 72 Between Susan Seth and Sutler's Point -north side Saugus Bouquet Canyonan Rd 21x4 84 Between SusBeth and Sutter's Paint - north side ouquet Ca Saugus nyon Rd 34x4 136 Between Sutler's Poing and Urbandale -nareh side Saugus ouquet canyon Rd 27x4 108 Between Super's Point and Urbandale - north side Saugus ouquet Canyon Rd 15x6 90 22.6 132 34 34 By Espuella - south ince Saugus ouquetanyon Rd 70x9 630 In front of United Methodist - south side Saugus ouquet Canyon Rd 20x4 80 1 Between antral Park and Heidi Ja - south side Saugus I ouquet canyon Rd 1130A, 8x5 160 Between antral ParkaM Heidi Jo - south side Saugus ouquet Canyon Rd 7x4 28 Between antral Park and Heidi Jo - south side Saugus ouquet Canyon Rd 14x4, 1gx4 96 Between antral Park and Heidi Jo - south side Saugus ouquet canyon Rd 30.4 120 Between Heidi to and Haskell - south side Saugus ouquet canyon Rd 8x4 32 Between Heidi to and Haskell - south side Saugus ouquet Canyon Rd 19x4 76 Between Haskell and Super's Point - south side Saugus ouquet canyon Rd 20x4 80 Between Haskell and Sutler's Point - south side ' Saugus LB quet Canyon Rtl 16x10 160 111 1I---1 1 I 1 (Between HaskellaM Sutler's Point-sou[hside Saugus uquet Canyon 0.d 32x10 320 I p II ry I I Between Sulterspoint arW UrbaMale - south side 2L- 22713 mm 21-17, T1 of eant Saugus 22]29 pperHll Dr 4S� 7] �0 15 �m,Sae 1050 10 2 Lee tue Crossleut[er25z ha of Seen UnYon Saugus 26705 Diaz Or Issue Saugus 1 20704 DotSt-SOH H26MM4 269 1 1 1 1 1 11 57 0 1 11 1 1 1 57 11 ITree issue - pepper tree Saugus IlHaskell Cyn 11 1 1 1 1 1 R 11 H 1 11 1 1 1 R 2 konner of JefFersaM Haskell -na spardreVemzs gsstter Saugus Haskell Cyn20x] 140 Betwren Copper Hill Magnolia - east side Saugus Haskell Cyn 31x] 21] Ben Copper HillaM Magnolia - east side twre Saugus Haskell Cyn 20x] 190 Between Copper HillaM Magnolia - east side Saugus Haskell CV^ 20x7 140 Benween Copper Hill and Magnolia - east side IM Saugus 22633 -a Rochelle Or 17x4 68 Saugus 22639 Rochelle Or 25.4 100 Saugus 22640 to Rochelle Or 17 17 Saugus 22647 Rochelle Or 16x4 64 Saugus 22654 la Rochelle Or 8 8 Saugus 22655 Rochelle Or 96, Biel 77 Saugus 22,661 aRochelle Or Sail 36 Saugus 22660 a Rochelle Or 11 x 4 49 Saugus 22676 a Rochelle Or 33 x 4 132 Saugus 22667 La Rochelle Or 45 x 4 180 1 21 x 5 1 105 Saugus 27010 ' lefield Or 10x5 50 1 23x5 115 35 35 Saugus 28103 Lo Or 50 925 161 2 rose gutter 26 x 6 Saugus 22332 Los Till Or 70 70 .issue Ldestar Saugus 22336 os Tigres Or 2x5 10 19xS 95 Saugus 28000 Caldor St 19x7 133 Saugus 22604 Pam plico Or 25x4 100 2 mer of Denoya Dr. (m span/x) Saugus 22612 Pamplico Or 26.4 104 Saugus 22613 Pamplico Dr 47x7 188 Saugus 22618 Pamplico Or 8x4 32 Pa Saugus 22639 mplico Or 16x7 112 Saugus 22647 Paroo.. Dr - SDH 100x4 400 Saugus 22652 amphoo Or 6.7 42 Saugus 22668 amplim Or 9 x 6 54 Saugus 22678 aroplim Or 8.4 32 Saugus 2]453 rta ClaritaU 10 30 er of Pamplico Saugus 27467 arta Clarity Rd -SDH 4 %4,8x4 228 12 12 Saugus wUnyonU 4x4 16 cross from shopping center at Bouquet Cyn - west side Saugus 26829 eco Unyon Rd 46.8 368 34 34 At Fire Station - west side Saugus co Unyon Rd 3x2 6 mer of Garxota- west side Saugus 27285 mUnyon Rd 16.5 80 In front of parkacross hom Gmdilmar - west side Saugus 27464 o. Unyon Rd - SDH 16x4,1 104 Saugus eco Un,on Rd 20x5, 20x5 200 Between Paragon and Tupelo -west side Saugus 27911 Seco Urrypn Rd 20x5, 11x5 155 hopping center at Upper Hill - west side Saugus 27911 Seca Uni,00 Rd 2x5,26 20 Shopping center at Upper Hill - west side Saugus 27911 Seco Urryon Rd 20.S, 20x5 2D0 hopping center at Upper Hill - west side Saugus 27911 Seco UnypnM 2x6, 2x624 hopping center at Upper Hill - west side Saugus 27911 Seco UnyonU 12.5 60 hopping center at Upper Hill west side Saugus 27923 Seco Unyon Rd 18x5 90 hopping center at Upper Hill west side Saugus 27931 Seco Unypn Rd 5.2 SO hopping center at Upper Hill - west side on Rd Saugus 2]94M��hyohRd 20x5 100 happing center at URper Hill - west side Saugus 2795on Rd 6x2 12 hopping center at Upper Hill - west side Saugus 2798on Rd 30x5,26 160 hoppirg center at Upper Hill - west side Saugus 2]98n Rd 2x5 10 h oppirg anter at Upper Hill - west side Saugus 2804on Rd 21x9,1 279 In front of gray condos north cf5eco-west side Saugus 2815on Rd 14x9 126 In front of gray condos north of Sem-west side Saugus 2815or Rd 9x9, es5 121 In front of gray condos north of Sem-west side Saugus 2680oo Rd 10x7, 5x3 85 5.8 a0 15 15 At Shell station - east side Saugus 2680on Rd IS x e 144 26 x 8 208 19 19 I Shell station -east side Saugus 268on Rd 43x8 344 43 43 In front of Rank of America - east side W Saugus 26830 eco Canyon Rd 1Ox3 1 30 20x8 160 29 29 In front ofshoppingcenter-eastside Saugus .Canyon Rd 20x7, 3x3 149 F ram shopping center to Garzota- eastside Saugus .Canyon Ad 8.7, 9x3 83 From shoppiM center to Gavots - eastside Saugus Carryon Rtl 1977,3x3 142 From shoppiM career to Gartota- eastside Saugus .Carryon Rd 16x7, 3x3 121 From shopping career to Garxota- eastside Saugus .Carryon Rd 59x7, 110 446 From shoppbg center to Garrote - eastside Saugus .Carryon Rd 26x7,14x7 280 35.8 280 35 35 F rom shopping center to Garton- eastside Saugus 26954 Carryon Rd 36.13 468 36 36 Corner of Gartots- eastside Saugus .Carryon Rd 12M, Ilse 92 Conne, of Arriba - eastside Saugus 27014 Canyon Rd 8x4 32 1 1 Between Arriba and Guadilmar- eastside Saugus 27024 .Carryon Rd 1 12x10 120 Between Arriba and Guadilmar- eastside Saugus 27044 .Carryon Rd 22.4 88 Between Anita and Guadllmar - east safe Saugus 27054 .Canyon Rd 16.4,12x4 132 Between Arriba and Guadilmn- eastside Saugus 27064 .Can.n Rd 16.4,6x4 88 Between Arriba and Guadilmar - east safe Saugus 27086 .Canyon Rd 14x4 56 22x10 220 Between Arriba and Guadilmar- eastside Saugus 27102 .Canyon Rd 13.10 130 Between Anita and Guadilmar- eastside Saugus 27114 .Carryon Rd 10.4 40 18 18 Between Anita and Guadllmar- eastside Saugus 27144 .Carryon Rd 24x4 96 Between Arriba and Guadilmar east aide Saugus 27154 .Carryon Rd 17 17 lBetween Arriba and Guadilmareastside Saugus 27160 .Canyon Rtl 10x4 40 Between Arriba and Guadilmar- eastside Saugus 27220 .Canyon Rd 20x4 1 80 1 Between Arriba and Guadilmar- eastside Saugus 27228 .Carryon Rd 17.4 68 9.9 81 Between Arriba and Guadilmar east side Saugus 27242 .Canyon Rd 24x4 96 13 13 Between Arriba and Guadilmar- eastside Saugus 27264 .Canyon Rd 16x4, 6x4 88 tGuadilmar- eastside Saugus 27316 co Carryon Rd 12.4 a North of Los Rogue,, - eastside Saugus 27324 e. Carryon Rd 13x4 52 16x7 112 North of Las Rogue,, - eastside Saugus 273% e. Canyon Rd 12.4 48 North of Los RI. - east side Saugus 27452 .Carryon Rd -SOH 16x4,64 94 Cn corner of Pamplko Saugus 27504 Carryon Rd 8x7 56 28 28 North of Pamli.st p-easide Saugus .Carryon Rd 16.4,7x4 92 7722x.5. 27727z.5 921 2 Corner efCaNelo, cross gutter 32 x6 -east tide Saugus Carryon Rtl 59x3 177 10 10 A,Tupelo Ridge - eastside Saugus .Carryon Rd 22x4, s.s 107 233 1 AtNEC of Paragon - eastside Saugus Carryon Rd 1 AtSEC of Paragon - eastside Saugus 27820 .Carryon Rd 5x7, SO 70 I n front of shopping center on SEC of Copper Hill Saugus 27820 e. Carryon Rd 5.7 35 I n front of shopping center on SEC of Copper Hill Saugus 27850 .Carryon Rd 7x7, 2x5 59 I n front of shopping center on SEC of Copper Hill Saugus 27916 .Carryon Rd 106, 125 nfront of shoppi rig center on SEC of Copper Hill Saugus 27916 .Carryon Rd 154,2x5 8s nfront of shopping center on SEC of Copper Hili Saugus 27916 .Grgon Rd 24,24 20 n front of shopping center on SECof Copper Hill Saugus 27924 .Canyon Rd 194,2x5 105 l n front of shopping center on SEC ofcopper Hlll Saugus 27984 co Canyon Rd 28x5, 26, 24 160 In front of shopping carper on SEC of Copper Hill Saugus 28014 .Canyon Rd 25.5,26x9 909 9x9 81 NEC of Copper Hill - eastside Saugus 28026 .Canyon Rd 45x7 315 NEC of Capper Hill - eastside Saugus 28030 .Carryon Rd 21.7 142 N EC of Copper Hill - eastside Saugus 28114 .Carryon Rd 20x12 240 In front of yellow.ndes north ofsaco- eastside Saugus 28118 .Carryon Rd 110x12 1320 linfrontdWilowwndesnor ofS -eastside Saugus 28146 .Carryon Rd 26.12 312 In front of ye11.cordoznorth of Se. -east aide Saugus maz .Carryon Rd 9.5 45 nfront of yelliw condos north of Saw - eastside Saugus 27700 wdale Dr -SOH 1 50 50 1 11P, tree lifting gutter Saugus 27967 Urbartlale Ase 10x7 70 Saugus 21605 indwngQ 2x5 10 Saugus 21610 indmrgtt 20x5 100 Saugus 21611 indsonga 6x5 30 Saugus 28870 oodside Dr 25.5 125 25 25 Saugus 27900 Oungien, Dr 43x6 1]2 18x) ]26 84 84 N AREA ADDRESS STREET NAME COMM DRIVE SIDEWALK RES DRIVE APP APP 6" CIG 8" C1G SPANDREL/ CROSS GUTTER REMOVAL ONLY IF ASPHALT ADA IRAMP NOTES Newhall 25198 vdignacio-50H 24x9, 1688 320 Newhall 16th St 503x8 4024 long Placenta Jr. High school Newhall fitfs St 249x8 1992 Between AW Ignacio and Newhall adjacent to rondos Newhall 16th St 24.8 192 Between AW Ignacio and Newhall adjacent to cendos Newhall 16th St 15.8 120 Between AW Ignacio and Newhall adjacent to codas Newhall 16th St Big 64 Between AW Ignacio and Newhall adjacent to condos Newhall 16th St 40x8 320 Between AW Ignacio and Newhall adjacent to rondos Newhall 16th St 25x8 20D Between AW Ignacio and Orchard Village Newhall 25102 Newhall Ave -SOH 43x4 172 12x4 a Newhall 25745 Railroad Aw 42x2 294 By Midas Newhall Railroad Are, 440x7 Between Midasand Oak Ridge Newhall Railroad Aw 84x7 588 Between Oak Ridge and Via Princes" NewM1all Railroad Aw 33x6 198 [wean VP Bridge and 16th Newhall Railroad Aw 41x7, 13x5 352 twe en 15th and 16th Newhall Railroad Aw 2 tintersection of 15th- no spandrels or cross gutters NewFall 24707 Rai lroad Aw Wx5 IOD Between 12th and 13th Newhall 23410 Ila, Cwwun Rd 138x8 944 niW Apt5 t0 Lrdil AREA ADDRESS STREET NAME SIDEWALK RES DRIVE APP COMM DRIVE APP "CIG "C1G SPANDREL/ CROSSGUTTER REMOVALONLY ASPHALT ADA RAMP NOTES Valencia 25651 enlda Indira 25x5 125 8x5 40 30 30 Valencia 26035 Bouquet Canyon Rd 19x7 133 57 57 North of Magic Mountain - west side Valencia 26045-55 Bouquet Canyon Rd 26.7 182 40x7 280 66 66 North of Magic Mountain - west side Valencia 26081 Bouq uet Canyon Rd 21x7 147 36.7 252 36 36 South of Onema-west slide Valencia 26087 Bouq uet Canyon Rd 47x7 329 47 47 South of Onerna-wart side Valercia 26480 Bouquet Canyon Rd 114x7 798 SEC of Newhall Ranch Rd Valencia 26310 Citrus St 30 30 Location Is on Magic Mountain Parkway, e/o Chrus Valencia McBean Pkwy 14x5 70 t Arroyo park by Stonecreek Apts Valencia McBean Pkwy 20x5, 11x5 155 In front of Stonecreek Apts Valencia I McBean Pkwy 84x5 1 420 1 1 By Granary Square - Chase Bank Valencia 25718 McBean Pkwy 36x5 180 1 45 45 By United Methodist Church, tg eucalyptus tree Valencia McBean Pkwy, 48x5,256 365 Actions from new hosphal bldg Valencla 25751 McBean Pkwy, 33x4 132 93 93 Trials Issue- In front of outpatient bldg Valencia 25775 McBean Pkwy 67x4 268 87 87 In front of Fatty bldg- 2 large Eucalyptus trees Valencia 25815 McBean Pkwy 10x5 So In front of Sunrise Valencia McBean Pkwy 84x5 420 In front of les Vantanis condos Valencia McBean Pkwy 4 At intersection of Arroyo Park Valencia McBean Pkwy, 20x5 100 In front of Arbor Park rondos Valencia McBean Pkwy 20x5 100 In front of Arbor Park condos Valencia U I McBean Pkwy 63x5 315 In front of Arbor Park rondos Valencia McBean Pkwy 2fqaS31s4 1524 In front of Pacific Pipeline facility Valencia McBean Pkwy 206, 206 200 In front of Sienna Villas Valencia Xchard Village Rd 17.3 51 AtMCBean - south side Valencia 25443 Orchard Vill., Rd 44x8 352 I n front of Pineerest school Valencia Orchard Village Rd 23 x 8 184 20 x 7 140 58 78 Between 16th ant Wiley Canyon Valencia Orchard MW 55x8 440 46 46 Between 16th and Wiley Canyon Valencia Orchard Village Rd 56.8 4411 16.7 112 1 Around 16th Valencia Drchard Village Rd 26 x 6 156 20 x 8 160 By Avenida Ronada Valencia Dricinard Village Rd 111 x 888 Valencia 11 jOrclhand Will, Rd 7 x 7 49 31 x 7 217 Between Dalbey ant Lyons Videri hand Will, Rd 16x7 112 50x7 350 64 b4 By Lyons - Auto Parts sten Valencia 24415 n Center or 63 63 McBean 250' 5/o MM Pkwy, Lg Eucalyptus Valencia 23342encia Blvd 35x7 245 38x7 266 138 138 7 -Eleven -eastbound Valencia 233Wencia Blvd 337, 25.7 399 MGA Liquor - eastbound Valencia 23420encia End [alancia 46x7 322 Tofu House - easihourd Valencia 23500ancla Blvd 16x7 112 ,Isco, - eastbound Valencia encia Blvd 25x7 175 8 8 After bridge over South Fgnk- eastbound Valencia 23600 BWd 152x7 1064 algin Venda-eastboundValencia 23626ncia Blyd 30x7 210 pplebees-eastbound' Valencia 23630encla Blvd 150x7 1 3050 1 Barnes&Noble- eastbouM Valencia 23734 1 alencia Blyd 63x7 441 Federal Escrow- eastbound Valencia 23754 Valencia Blvd 24.7 168 20.7 140 20 20 Elite - eastbound Valencia 23822 Vaiencia BWd 18x7 126 Owen -Patterson bldg - eastbound Valencia 23822 Valencia Blvd 410,326 447 Owen -Patterson bldg - easibourd Valencia 23838 Valencia BW 18x7 126 he Att,um-eastbound Valencia 23920 alencia BIW 2B.7 1% Ry Hall - eastbound Valencia 23649 Valencia Blvd 77x7 539 Chevrolet peeler -westbound Valencia 23823 Valencia Bivd 16.7 112 ICNic Center - wesibouM Valencia 23929 PAanc,. Blvd 11 21x7 1 147 1 QBank of Amemia-wertbound Valencia Ovalan. Blvd 1 49.10 1 490 oss fromO .Bank by bus rtop-wesdaound Valencia alencia Blvd 31x10 310 roti from lslami's- westbound Valencia ]3610 is OeHina95 95 Valencia 23828 ialacera fA eplacement is anoss rtreet from address Valencia 23851 RValacara 42.5 1 210 1 25 3 1 SECTION C: PROPOSAL For Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY'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, specification, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY 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 AGENCY 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 AGENCY 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 prices bid include all appurtenant expenses, taxes, royalties, and fees. In the 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 (10) working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. BIDDER agrees that the price bid for the project shall include all costs covering the performance of work including the furnishing of labor, materials, tools, and equipment. BIDDER further agrees that the cost of work necessary for the completion of a particular Bid Schedule item has been included in the price bid for that item unless the work is specifically included in another item; and If there is no bid item for a particular item of work, full compensation for such work shall be considered as included in the price bid for other items of work. Company Name: Fzti l-FltA—(04t Cin Company Address: 1 y):bls vmtasoe b % v�Q Clot-� By: l /Bb Print Nam Title: 0 W r'1tr Signature: W ?�7 Date: 3 C -1 BID SCHEDULE Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City.Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL NO. 1 Mobilization 1 LS $ S Oo0 $ 5"000 2 Traffic Control 1 LS $ (000 $ (0,0007 3 Implementation of Best Management Practices 1 LS $. r Spp $ 4 Removal of 4" Portland Cement Concrete Sidewalk 4,500 SF $ 2.3r0 $ JIDr 350 5 Removal and Replacement of 4" Portland Cement 69,440 SF $ S �0 $ 3'7� q%(, Concrete Sidewalk 6 Removal and Replacement of 4" Residential 7,291 SF $ S �D l y .$.39371 q0Driveway Approach 7 Removal and Replacement of 6" Commercial 4,187 SF $ - $ /),93o9 Driveway Approach Removal and Replacement of 6" Portland Cement 419 LF $ 0j Q $ �'�,! n 8 Concrete Curb & Gutter C Removal and Replacement of 8° Portland Cement 3,792 LF $ 30 $ 11 Concrete Curb & Gutter 1;0 .Removal and Replacement of Asphalt Pavement Section for Curb & Gutter and Cross Gutter 6,793 SF $ $ Z-7 -72 Locations 11 Removal of 4" PCC Sidewalk/Curb & Gutter and 40 EA $ 2 000 $ Construction of PCC Curb Ramp ! 12 Removal and Replacement of PCC Spandrels and 12,634. SF $ -7.7 0 $ Cross Gutter! TOTAL -• $ g00 2qa?a BID: 4'. Total Bid in ff Words' �lq h� kuvt :d►Ou sed, - [Sri kU�c�+-e� n ADDENDUM NO. 1 Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 February 19, 2014 This Addendum includes one (1) page as a part of the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in this Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. 1. Question: Where do I go to get a set of plans for this project? Response: There are no plans for this project. Please refer to the List of Locations in Exhibit "A". 2. Question: Is there a mandatory pre bid meeting? Response: No 3. On the bid schedule item 4 has a quantity of zero. Should there be a quantity there? Response: 4,500 square feet of Removal of 4" Portland Cement Concrete for Bid Item 4. Robert G. Newman Director of Public Works City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. /4'9 rc� 10, 2014 Date Bidd#r's Signal*e THIS DOCUMENT TO BE SUBMITTED WITH BID ADDENDUM NO. 2 'Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 March 7, 2014 This Addendum includes two (2) pages as a part of the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in this Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additlons. 1. On the bid schedule Item 4 has a quantity of zero. Per Addendum No. 1, a quantity of 4,500 square feet of Removal of 4" Portland Cement Concrete was added for Bid Item 4. Attached is the revised Bid Schedule. Robert G. Newman Director of Public Works City of Santa Clar'ita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 2 and accept the aforementioned. fir, 3— (� 2014 "vim Date Bi er's Sign' ture THIS DOCUMENT TO BE SUBMITTED WITH BID DESIGNATION OF SUBCONTRACTORS Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 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 �/2 of f percent, or $10,000 (whichever is greater) of the Prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub contractor is participating as a DBE. ontractor F DBE STATUS: Dollar Value of Work of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business Bi Sche ule Item No's: Description of Work c LLense No. Exp. Date: Phone ( ) Subcontractor DBE STATUS: Dollar Value of Work Age of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work Lwonsu.w. I cxp. ua[e: I Phone ( i 11 Subcontractors shall be in conformance with Section 2-3 "Subcontracts" of General Provisions in (hese contract documents. (Use Additional Sheets if Necessary) C-3 Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13.14-M0098 REFERENCES The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within, the past thrre'e (3) years: p_ J _ o?+ C'S-l'tC a Cfay kk 23970 UCLIenClq 05M Sa� Cf�r,�i Namend Address of Owner / Agency ChciS1� 1 (Nr1ae [6abk i SSS- yg59 2. 9 X13 � Mgo656 3 N7 The following are the names, addresses, and telephone numbers of all brokers and sureties from whom fBIDDER 11intends to procure insurance bonds: ti i323� (Q6� � "ig I � �Irone X323) eo (o3-7B3�1 -FaK (-CN)4t4-33ao Pie 1a�4)�tly-3301 C-4 sines5 Park Vf%*ve *-W Saaratr 6 Contractor's Name TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction In any matter involving fraud or official misconduct within the past three (3) years. If there are/any exceptions to this certification, insert the exceptions in the following space. A Exceptions will not necessarily result in denial of award, but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. C-5 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 This bidderffi t\S , proposed subcontractor hereby certifies that he has has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has _, has not moiled with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: 6A0 By: r�a� Title: U au v1 Date: 3-1/-14 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. C-6 BIDDER'S INFORMATION AND CERTIFICATION 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 AGENCY, 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. Bidder's Business Telephone No.: 0 1 0 b0 — CDN () r1 / State CONTRACTOR'S License No. & Class: -71 � L -(D - C21 Original Date: H- `!h0 ID Expiration Date:_ So I The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: `B, as 815 9-1 u - osq S The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: NIS, C All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: Tse A,nae 6.+` �ZA rS Co-,Av T2� IN WITNESS WHEREOF, BIDDER executes an Ubmits this proposal with the names, title, hands, and seals of all aforementioned principals this —I — day of 0 . BIDDER: Signature U �� Name and Vitle of Signatory Legal Name of Bidder Address pp Telephone Number Federal Tax I. D. No. q til SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this day ofp1�(G 20Aq Notary Public (SEAL) --------------- CARMEN GUEVARA Coniftsion * 1891674 -Z Notary Public - CalNofnla z Los Anyelgs County my Comm Es free Nov t7, 2816' C-8 PROPOSAL GUARANTEE BID BOND Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 KNOW ALL MEN BY THESE PRESENTS that FS Construction, and as BIDDER, anyas d and firmly boundunto t e ity o Santa arta, as CY, in theare epenal sum of * dollars 10% which is ten percent 1 °° o t e tota amoun i to Y for the ove-state prol'ect for the payment of w�ich sum, BIDDER 2nd SURETY gree to be b dd� of tl nd severally, firmly by these presents. Ten Percent othe Tota Amount o� li� ��dain -- THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above-statedpproJJ'ect if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDEN' in the manner and time specified then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 6rh day of lwtarch 2014, BIDDER FS Construction, 14838 Bledsoe St., Sylmar, CA 91342 - (818) 838-6040 By: SURETY' RLI IsuranCompany, 16150 N. Arrowhead FountaiAn2 gg3fgr g2r3j 0/i25�,79P3oria, By, 4 2 Patricia Zenizo, A orne in -Fact - 1800 McCollum St., Los Angeles, CA 0026 - 66-1-7914 Subscribed and sworn to this day of 20— NOTARY PUBLIC .Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. C-10 State of California 1 County of Los Angeles )} On March l Z A en 6th, 2014 before me, Elisabete Salazar Notarya Date Here Poe of the officer personally appeared Patricia Zenizo Neree(e) signma) who proved to me on the basis of satisfactory evidence to be the person($) whose name($) is/$/4 subscribed to the within instrument and acknowledged to me that Wshe/WhY executed the same in rU#$/ITerNE#ff authorized capacity(W), and that by #A/her/ft) signature($) on the instrument the person($), or the entity upon behalf of which the person(p) acted, executed the instrument r rte. ELISA- SALAZAR I certify under PENALTY OF PERJURY under the laws foregoing is �) COMM.E 1946093 3 of the State of California that the paragraph NOTARYPUBLIC- CALIFORNIA true and correct ' LOS ANGELES COUNTY n COMM. EXPIRES AUG 4,2015 WETNESS my hand and official seal. Piece Nowt' BW Above Signature spneWremNcm yPubnc OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of I Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Titie(s): — ❑ Partner —❑ Limited ❑ General 19 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGWTHUMBPRINT OFSIGNEA Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Tftle(s): _ ❑ Partner —❑ Limited []General ❑ Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRIM OFSIGWR 0 ✓•'0.K'v{�K wNw:✓CP^$6Ld..4i�S.4.i�.<vNdeA%'•LS�:vNNw'%5i0i�..<jy 'N� l RUE` ekk en RAI Cw .y P.O. Box 39671 Peoria, Il. 61612-3967 Phone: (800)645-2402 1 Fm: (309)689-2036 Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company, required for the applicable bond. That RLI Insurance Company, a Illinois corporation, and/or Contractors Bonding and Insurance Company, a Washington corporation (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Patricia Zenizo, Margaret Rodriguez Pietro Micciche Elisabete Salazar Margarita Looez jointly or severally may VA r.us rureeres , arare or t;airomta as Attorney m Yact, with fill power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars L $10.000.000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WAEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 18th day of October.0011 ,. „onv"rna, „ ,n.RLI Insurance Company ro„""”" 0 CF ,,, C4 "po' •Ppoa,"�r5. • ' 16, Contractors Bonding and Insurance Company =� SEAL;; - :.SEAL: = State of IllinoisO 1979 `' ' . • r • Roy C. Die Vice President County of Peoria } SS ���g4W4aNINGtON„"P 4"'bi<,Lu,N O„5,c�,L) CERTIFICATE On this 18th day of October 2013 before me, a Notary Public, personally appeared Roy C. Die . who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company, and acknowledged said instrument to be the voluntary act and deed of said corporation. I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, and/or Contractors Bonding and Insurance Company, a Washington corporation, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seat of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this 6th , day of March. . 2014. 04.e. /1/, RLI Insurance Company Notary Public Contractors Bonding and Insurance Company j °OFFICIAL SEAL" Roy C. Die Vice President JACOUEUNE M. BOCKLER 00A Na9a0N WIRES WSM4 049e553=02 - A0059913 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID )JR7NOTE: The following form shall be used in case check accompanies bid. Accompanying this Prqposal is a�'certifi d/cashier's check payable to the order of the City of Santa Clarita for: PJctde-r T�i71 �d (eZ dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 5 '3$ 6fe�so� w -L r CA )(3LFz Delete the inapplicable work. NOTE: if the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. C-9 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 To the CITY OF SANTA CLAR'ITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE 'BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. C-11 NON -COLLUSION AFFIDAVIT Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § i Ie/ being first duly sworn deposes and says that he is the o w>tiu (sole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted his 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 AGENCY 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 AGENCY 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. Signed: Title ©4i'�'+'r q i�� Subscribed and sworn to andjtbgfore me this 1� day of I i 1�V , 20__H Seal of Notary CARMEN GUEV97 Commission N 1997874 .'� Notary Public - Catitomla Los Angeles County - M Comm. Ei Nov t 7, 2016 + C-12 BIDDER'S QUESTIONNAIRE Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. 1. Submitted by: l�W_ { 1F'Ce\ ' Ikff(OS Telephone: (m) 0038-c"'Iy4n Principal Office Address: X92)3 'B�--dsce_ GX- SgiYrm C'- 0,1342 2. Type of Firm: sole Other: Individual: 3a. If a Corporation, answer these questions: K /A - Date of Incorporation: State of Incorporation: President's Name: Vice -President's Name: Secretary or Clerk's Name: Treasurer's Name: 3b. If a partnership, answer these questions: K 1 A Date of organization: State Organized in: Name of all partners holding more than a 10% interest: 4. Designate which are General or Managing Partners. n _ _ 1 Name of person holding CONTRACTOR's license: 3nse N !Ue 1 Hke-'CYOS License number: -n Class: A7-Q-Ul Expiration Date: ti 1301,q C-13 BIDDER'S QUESTIONNAIRE (cont'd) Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 5. CONTRACTOR'sRepresentative: Title: F)b--)nu Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: Owner: (A)r_f?ikS (B) CAMCe6yAoq Project Location:e1" (G Type of Project: GiAetcatk (Zecpel�tS Sia & V, 1� CA;,( -6 9qnqQ-�+ f& C-14 CERTIFICATION OF NON -SEGREGATED FACILITIES Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR 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 CONTRACTOR agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he 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 he will retain such certifications in his files. S Co �o CONTRACTOR Required by the May 19, 1967 order on Elimination of Segrega d 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). C-15 CITY OF SANTA CLARITA 18I4 IIAR 11 AID 4 5 RECEIVED PURCHASII••IG Pt;Iurt CAPITAL IMPROVEMENT PROJECT AGREEMENT Contract Fiscal Year 2013-2014 Annual Concrete Rehabilitation Program (Citywide) City Projects M0098, M0099, and T0042 Bid No. ENG -13-14-M0098 This AGREEMENT is made and entered into for the above -stated project this _ day of 20_, BY AND BETWEEN the CITY OF SANTA CLARTTA, as CTTY, and FS CONSTRUCTION as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I That contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings, appendices, and City's Labor Compliance Program; together with this AGREEMENT and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said AGREEMENT documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above - stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. Revised 1/2012 Page 1 of 7 ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VII Nature of Relationship CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations Revised 1/2012 Page 2 of 7 and policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not be responsible for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. ARTICLE VIII 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: A combined single limit liability policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance 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 Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. Revised 1/2012 Page 3 of 7 Should CONTRACTOR for any reason fail to obtain and maintain the insurance required by this Agreement City may obtain coverage at CONTARCTOR'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 cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. 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 Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. 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. 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, inure 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. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also 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. Revised 1/2012 Page 4 of 7 ARTICLE IX Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD) of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. ARTICLE X Term This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless sooner terminated. Modification/Termination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Severability In the event that any one or more of the provisions contained in this AGREEMENT shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be construed as if such unenforceable provisions are not a part hereof. Governing Law Revised 112012 Page 5 of 7 This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Compliance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local government, including City's Labor Compliance Program. CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES Requirements shall result in project delays through City issued Stop Work Notices and/or fines levied against the CONTRACTOR. Prevailing Wages If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California prevailing wage determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Revised 1/2012 Page 6 of 7 Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this AGREEMENT to be executed in duplicate by setting hereunto their names and titles this day of 20_. CONTRACTOR: CONTRACTOR Name: Address: Phone & Fax No. ALL sIGNATORES MUST BE Signed By: WITNESSED BY NOTARY Print Name & CONTRACTOR's License No. Class CITY: Date: Mayor/City Manager of the City of Santa Clarita Attest: Date: City Clerk of the City of Santa Clarita Approved as to Form: Date: City Attorney of the City of Santa Clarita Revised 112012 Page 7 of 7