Loading...
HomeMy WebLinkAbout2015-02-10 - AGENDA REPORTS - CONCRETE M0103, M0104, T0045 (2)Agenda Item: 2 CITY OF SANTA CLARITA 0 AGENDA REPORT CONSENT CALENDAR �1 CITY MANAGER APPROVAL: DATE: February 10, 2015 SUBJECT: FISCAL YEAR 2014-15 ANNUAL CONCRETE REHABILITATION PROGRAM (CITYWIDE), PROJECTS M0103, M0104, AND T0045 - AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Fiscal Year 2014-15 Annual Concrete Rehabilitation Program (Citywide), Projects MO 103, MO 104, and T0045. 2. Award the construction contract to the lowest responsible bidder, FS Construction, in the amount of $1,145,965 and authorize additional work in the amount of $172,035, for a total contract amount not to exceed $1,318,000. Authorize the City Manager or designee to execute all contracts and associated documents, contingent upon the appropriation of funds by the City Council in the annual budget for such fiscal year, and 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 sidewalks damaged by tree roots and pavement settlement. 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. 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. APPROVED Page 1 Packet Pg. 19 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 March 2015 and is anticipated to be complete within 150 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: December 22, December 26, and December 29, 2014, and noticed on the City's website. Plans and specifications were also sent to area plan rooms. Eleven responsive bids were submitted to the City and opened by Purchasing on January 21, 2015. The results are shown below: Company Name FS Construction Global Power Group CLS Constructors CPO Enterprises Kalban, Inc. R.C. Becker & Son, Inc. AVA Builders, Inc. Toro Enterprises, Inc. Ruiz Concrete & Paving, Inc. All American Asphalt Berry General Engineering Location Base Bid Amount Sylmar, CA $1,145,965 Lakeside, CA $1,200,293 Grand Terrace, CA $1,299,432 Covina, CA $1,434,769 Sun Valley, CA $1,448,999 Santa Clarita, CA $1,540,647 North Hollywood, CA $1,639,263 Oxnard, CA $1,742,169 Long Beach, CA $1,751,509 Corona, CA $1,946,300 Ventura, CA $2,048,445 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 Fiscal Year 2014-15 Annual Concrete Rehabilitation Program budget is $1,600,000, allowing for a contract in the amount of $1,145,965 and a contingency of $172,035 for a total contract amount not to exceed $1,318,000. This contingency will allow for additional concrete repairs, including new curb ramps, curb and gutter repairs, and sidewalk maintenance at various locations from a prioritized list. The remaining funds of $282,000 will be utilized for project administration and support items, such as tree trimming and/or removal, 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. ALTERNATIVE ACTION Other action as determined by the City Council. 0 Page 2 Packet Pg. 20 FISCAL IMPACT Adequate funds in the amount of $1,600,000 are available in project expenditure accounts M0103233-5161.001 (TDA Article 8), M0104356-5161.001 (Stormwater Utility), and T0045233-5161.001 (TDA Article 8). The funds will be utilized for all anticipated project costs including award of the construction contract, project administration and support items, such as tree trimming and/or removal, labor compliance, surveying, and material testing. ATTACHMENTS List of Locations Contract for FS Construction (available in the City Clerk's Reading File) Page 3 Pac, +et Pg. 21 Area ADDRESS STREET NAME SIDEWALKSF) ( BES DRIVE APP (SF) COMM DRIVE 11 APP 5 6" C/G LF 8" C/G SPANDREU CRoss GUTTER (SF) REMOVAL ONLY (SF) ASPHALT (SF) ADA RAMP NOTES Canyon Country 30332 belia Rd 9x3, 5x4 47 90 2 11 anon Country 16749 Bainbury It 16.10,16x5 240 urnslntolakooss, seebcatians6el. on, vomewells nyon Country 16750 Bainbury5t 10x5 50 45 1 EC of Gailxy Ave - Tree issue non Country 16802 Balnbury5t 45 I WC of Gallxy Ave nyon Country 2]501 Bernina Ave 29x5 145 Canyon Country 27509 Bernina Ave 19x5 95 nyon Country 2]515 Bernina Ave 16x4 64 Won Country 17745 Blackbnoh Dr 45 x 1 45 Tree issue Canyon Country 19500 Chadway It 30 x 4 120 24.7 168 44 68 1 Even addresses - south side Canyon Country 19508 hadway5t 61x4 244 26x7 182 59 85 Even atltlresses - south side Won Country 19514 hadway St 24x4 96 17x7 119 58 75 Even addresses - south side nyon CauM, 19520 Chadway St 24x7 168 55 79 Even addresses -south side- vee issue needs SAV&Can Won Country 19526 Chadway5t 24x7 168 67 91 Even addresses - south sitle- tree issue needs 5/W&MG Won Country 19532 Chatlway5t 24x7 168 59 83 Even adtlresses - south side -2water meters anyon Country 19538 Chadway5t 19x7 133 63 82 Even addresses - south side - tree Issue .Wr,n Country 19544 :hadway It 25x7 175 55 80 Evenaddresses-south side -tree issue anyon Country 19550 Chadway5t 25x4 100 18x7 126 60 78 Even addresses -south side Won Country 19556 Chatlway It 7u, M7, sw 223 28x7 196 59 87 Even addresses - south side Canyon Country 19600 hadway It 25X7 175 60 85 Even adtlresses - south side Canyon Country 1%08 hadway 5t 24x4,1Ox4 136 24x7 168 59 83 Even addresses - south side anyon Country 19614 Chadway It 25x7 175 60 85 Even addresses - south side -2 water meters&FH Won Country 19620 Chadway It 11x4,9.7 107 25x7 175 59 84 Even addresses - south side nyon Country 19626 hadway It 24x7 168 61 85 Even addresses - south side - tree issue Won Country 19632 hadway 5t 12x4 48 34 34 Eye. addresses - south side nyon Country 19501 hadway St 25x7 175 55 80 Odd addresses north side aWcn Country 19511 Chadway5t 25x7 175 67 92 1 Odd addresses - north side Canyon Country 19517 hadway St 24x7 158 67 91 Odd addresses - north side Canyon Country 19523 hadway It 23x7 161 43 34x33 561 66 1 Odd atltlresses - north side - NEC Canyon Country 19537 Chadway5t 30x35, 33x6 738 180 1 Odd addresses -north side -NWC Canyon Country 29703 old Canon Ct 69x5 345 res issue- work iiaeioss cul-de-sac from this address Canyon Country 28322 rade Ct 26 x 5 130 Corner of Minter Ct Canyon Country 28040 Goc. III 21 x 5 105 12 12 roe issue Canyon Country 28050 to PI 38 x 5 190 ree Issue Canyon Country 28079 row Ill 8.5 40 ree issue Canyon Country 19100 Dalton It SOH 16x4 64 t Whispering Leaves -see locations below-treeissue Canyon Country 19100 ahon It 18 x 5 90 28 x 5 140 30x35, nx6 68] 120 1 Canyon Country 19112 Non It 25 x 5 125 Canyon Country 19121 )ahon It 11 x 5 55 Canyon Country 19127 Dalton It 5 x 5 25 27 x 5 135 Canyon Country 28018 Deep Creek Or Wad 228 Canyon Country 28019 Deep Creek Or 11 x 4 44 r.,,,. Canyon Country 28128 Deep Creek Dr 16x4 64 Country Deep Creek Or 76 2 tAnne Freda St11 —Ton on Country 18521 Oelightst 49x4 196 147 ree issue on Country 38561 Delight it 16x4 64 E12x 84 26 26 ree issue n on Country 18603 Delight It I6 x 4 64 ree issue N on Country 27438 Dewdrop Ave -SOH 33x4, 8x4 164 30x32 480 90 1 SE[ As on l ANachment List of Locations (1157: ANNUAL CONCRETE REHABILITATION, PROJECT M01031 H Canyon Country 28001 E,Le Peak Ave 17 x 4 68 Canyon Country 28030 Eagle Peak Ave 28 x 5 140 5.4 20 Canyon Country 28040 Eagle Peak Ave 26x5 130 Canyon Country 27600 Ennismore Ave 25x4 100 Canyon Country 27606 Ennismore Ave 9x4 36 Canyon Country 27617 Ennismore Ave got 32 Canyon Country 27618 Ennismore Ave 36x4 144 Canyon Country 27624 Ennismore Ave 24x4 96 Canyon Country 27625 Ennismore Ave 25x4 100 37 nyon Country 27629 Ennismore Ave 31x4 124 30 Canyon Country 27637 Ennismore Ave 22x4 88 16x7 112 Canyon Country 27643 Ennismore Ave 24x4 96 snipers Country 18643 Fairweather St 14x4 56 24x7 168 anyon Country 18648 Fairweather St 66x4 264 18x7 126 62 62 reeissue arryon Country 18649 Fairweather St 9x4 36 reeissue Canyon Country 18554 Fairweather St 41 x 4 164 12 x 7 84 Tree Issue Canyon Country 18657 Fairweather St 32 x 4 128 7 x 5 35 Trek, issue Canyon Country 18660 Fairweather St 33x4 132 reeissue Canyon Country 19671 Fairweather St 17x4 68 hymn Country 19676 Fairweather St 33.4 132 7 x 7 49 Tree Issue Canyon Country 18697 Fairweather St IS 15 Tree Issue Canyon Country 18704 Fairweather St 26x4 104 7 x 5 35 Tree issue Carson Country 18710 Fairweather St 17 x 4 68 Tree Issue Canyon Country 18711 Fairweather St 8x4 32 Tree issue Canyon Country 18718 Fairweather St 25x4 100 16 16 Tree issue anyon Country 18721 Fairweather St 33x4 132 reeissue Canyon Country 18724 Fairweather St 12 12 Tree Issue Canyon Country 18727 Fairweather St 65x4 260 24x7 168 20 20 reeissue Canyon Country 18735 Fairweather St 18x4 72 me issue Canyon Country 29681 Florabunda Rd 14x5 70 Canyon Country 29685 Florabunda Rd 84x5 420 19x5 95 P32�3.2�26.27 Canyon Coumry 27819 Salston Rd 20.5 100 30 30 Next door to Shell Station- see entry under 183M Snledad Canyon Country 20058 Gilbert Or 12x12 144 1 90 2 t intersection of Rainbow Glen Or-east side Canyon Country 20109 Abort Or 11x8 eg 863 115 2 t int of galnbow Glen Or -west side -cross gutter okay Canyon Country 16810 3..dle Rd 8x4 32 me Issue Canyon Country 16816 3oochi Rd 21 x 4 84 ree Issue Canyon Country 20005 Green)ay Pl various 848 138 138 Incatlonsare on Rainbow Glen between Gilbert and Greenjay Lyon Country 29317 idden Oak PI 24x5 120 11x5 55 Canyon Country 29321 Hidden Oak PI 5x5 25 anyon Country 27653-69 Ironstone Dr 34x8 272 50 1 WC of Soletlad Canyon Rd. anyon Country 27653-69 Ironstone Or 37 x 8 296 50 I EC of Soledad Canyon qd. 42 Attachment: List of Locations (1157: ANNUAL CONCRETE REHABILITATION, PROJECT M0103) house G nyon Country 28626 Lakecrest Ave 4x4 16 anyon Country 28640 Lakecrest Ave 16x4 64 nyon Country 28646 keaest Ave 4.4 16 nyon Country 20235 Lakemore Or 32 32 Canyon Country 20241 Lakemore Or 34x4 136 18x5 90 52 52 Tree issue- needs sidewalk and curb &gutter Canyon Country 28065 Langside Ave 16 z4 64 Carryon Country 28071 Iangside Ave 22x4 88 21x7 147 Tryon Country 27854 Lost Springs Rd 20 20 r. issue Canyon Country 28009 Los[Springs Rd 424 36 23x7 161 Tree issue Canyon Country 28015 Lost Springs Rd 35x4 140 Tree issue Canyon Country no m Lost Springs Rd 24 x 4 96 True Bsue Canyon Country 27917 Last Springs Rd 44x4 176 T. issue Canyon Country 28500 Macklin Ave 22x5, 8x5 150 24 x 5 120 Canyon Country 28601 Macklin Ave 10.1 10 24 x 5 120 Canyon Country 28639 Macklin Ave 20 x 4 80 Macklin toms into Nearview -see locations below Canyon Country 28645 Macklin Ave 47x4, 15x4 248 Canyon Country 28653 Macklin Ave 9x4 36 Canyon Country 28701 Macklin Ave 11x4 44 Tree issue ountry 28711 Macklin Ave 22x4 88 Tree issue ountry 28717 Macklin Ave 8x4 32 Country 28738 Macklin Ave 1724 68 Country 28726 Macklin Ave 24 x 5 120 F�unt� ountry 29135 Marilyn Or 4x5 20 Tree ue ountry 29139 Marilyn Or 8x5 40ree issue ountry 29341 Marilyn Or -SOH 30x5 150 ree issue ountry 15610 Meadow Or 19x12 228 ountry 16947 Minter Ct 18 x 5 90 25 x 5 125Tree Issue Canyon Country 16956 Minter Ct 34x5 170 21x5 105 21 Tree Issue - mailbox Canyon Country 16959 Minter Cc 1 35 is 5 175 True issue Canyon Country 17120 Miss Grace Or 21 is 5 105 irrree issue Ryon Country 17126 Miss Grace Or 41 x 5 205 IT. issue won Country 26723 Oak Ave 23x6 138 26 26 Just mrtb of Soledad Canyon Rd.- tree issue is Pre hydrant nyon Country 16525 Nearview Or 60x4 240 nyon Country 16531 Nearview Or 16x4 64 Tree issue -telephone pole myon Country 29632 Parkglen PI 725 35 Tree issue anyon Country 29636 Parkglen PI 29 x 5 145 Treelssue anyon Country 29645 Parkglen PI 13x7 91 anyon Country Parkglen PI 15x2,25x5 155 EC of Parkglen and Grand Canyon Ct - tree Issue anyon Country 19223 Pleasanttlale 5t 18x7 126 52 52 Possible tree removal - homeowner wants it our nyon Country 19229 Pleasantdale St 1427 98 40 qp Canyon Country 1 14835 Raquel Ln 71.5, 1x11 366 12 x 5 1 60 Canyon Country 28913 Rue Daniel 7 x 5 35 7 x 4 211 Tree issue Canyon Country 28915 Rue Daniel 1025 50 12x5 60 Canyon Country 17312 arks Ave 49 z4 196Tree issue on Country 17324 aORA Ave 24 z4 96 Tree Issue � on Gauntry 16622 hinedale Or 13 x 5 65 11 x 5 55 Tree Issue on Country P1 16628 hinedale Dir 11x5 55 Tree issue m on Country 16629 hinedale Or 16 x 5 80 8 x 5 40 Tree issue pw on Country 16634 chinedale Or 12 x 5 GO Tree issue Attachment: List of Locations (1157: ANNUAL CONCRETE REHABILITATION, PROJECT M01031 Won Country 16643 hinedale Or 16 x 5 80 10 x 5 50 Tire issue Won Country 16701 hinedale Or 8x5 40 12x5 60 Tree issue War Country 167D2 hinetlale Dr 12x5 60 Tree issue Won Country 16703 hinedale Or 5 x 3 15 12 x 5 60 ree issue anyon Country 16704 hlnedale Or 12 x 5 60 12.S 60 Tree issue Won Country 16708 hinedale Or 5 x 4 20 12 x 5 60 Tree issue Tryon Country 16709 hinedale Or 14x5 70 ree issue Won Country 16808 hinedale Or 5 x 3 15 19 x 5 95 Tree issue anyon Country 16818 hinedale Or 16 x 5 80 11 x S 55 Tree issue anyon Country 1684D hinedale Or 16x5, 12x8 176 19x5 95 6 6 ree issue ,nyon Country 16914 hinedale Or 13 x 5 65 Tree issue Tryon Country 16946 hlnedale Dr 36 x 5 180 18 x 5 90 Tree issue Won Country 18204 oledad Canyon Rd 28 x 4 112 28 28 In front of mobile home park Canyon Country 18300 oledad Canyon Rd 21 x 10 210 18 x 30 180 38 38 hell Station - Galeton Rd side of property Canyon Country Scledad Canyon Rd 300 q t intersection of Galeton Rd anyon Country oledad Canyon Rd 46x7 322 14x7 98 14 South side from River Circle to Canyon Country Park Won Country unrose Pi 27x5,9x2 153 t corner of Sunrose and Snow Drop myon Country 30201 unrose PI 7 x 5 35 16 x 5 80 Won Country 30207 unrose PI 19 x 5 95 11 x 5 55 anyon Country 30328 unrose PI 12 x 5 60 23 x 5 115 anyon Country 29016 Sylvia Or 5 x 5 25 Tryon Country 29020 ,IW. Or 9x5 45 nyon Country 18701 icci St 12x4 48 Canyon Country 18715 icci St 4x4 16 Canyon Country 18724 icci St 19.4 76 Canyon Country 18741 icci St 48x4 192 Canyon Country 18801 icci St 82x4 328 Canyon Country 18817 icci St 22x4 88 nyon Country 18820 ,W St 108 x 4 432 Tree issue Won Country 18832 icci St 30x4 120 110 2 Homeowner ercreachment- muter boxes - fire hydrant Won Country 18841 icci St 9x4 36 Canyon Country 18847 icci St 23x4 92 21x7 147 nyon Country 18854 icci St 24x4 96 Won Country icci St 25x4 100 t corner of Allemwick-27401 Canyon Country 18910 icci St 3x7 21 Canyon Country Vicci St 50x4 200 t 27358 Crossglade - corner of Vioci Canyon Country 18714 Wellhaven St 10.5x4 42 Canyon Country 18751 Wellhaven St 13x4 52 aWon Country 18754 ellhaven St 23x4 92 Won Country 18761 Wellhaven St 24x4 96 Canyon Country 18766 Wellhaven St 13x4 52 Canyon Country 18800 Wellhaven St ISx4 60 Canyon Country 18808 ellhaven St 22x4 88 [anyon Country 18813 ellhaven St 13x7 91 Von Country 18815 ellhaven St 6x4 24 9x7 63 m yon Country 18820 Wellhaven St 10x4, 94x4 416 Nil n yon Country 18825 ellhaven St 43x4 172 42 man Country 28110 interdale Or 40x4 160 free issue w u on Country 28118 Interdale Dr 21x4 84 23x5 115 ree issue Attachment: List of Locations (1157: ANNUAL CONCRETE REHABILITATION, PROJECT M01031 C Canyon Country 28124 interdale Or 6x4 24 Tree issue Canyon Country 28128 interdale Or 32 x 4 128 Tree issue anyon Country 28134 interdale Or 21 x 4 84 ree issue Canyon Gauntry interdale It Anne Freda 29x3D 435 92 2 Canyon Country intertlale4Anne Freda 83%4 332 32x35, 33x6 758 200 2 WC -Tree issue Canyon Country 28454 interdale Ave 25%4 100 Canyon Country interdale Ave 86 x 4 344 t NEC of W interdale and Nearview arryon Country 28613 interdale Ave 12 x 5 60 arryon Country 28614 Interdale Ave 13 x 5 65 15 z 11 165 Drive apmarin is access mad to north of address rrvon Country 28625 interdale Ave 15.5,19x3, llx 187 18x11 198 Drive approach is access road between 28613 & 28625 anyon Country hispering Leaves Or 88 x 4 352 30.44, 26x6 816 126 1 t corner of Point Arena Ct Canyon Country 26431 hispering Leaves Or 32 x 4 128 30 x 41 615 71 I Treeissue anyon Country 26434 hispering [eaves Or 31 x 4 124 24 x 5 120 nyon Country 26437 hispering Leaves Or 28x4 112 anyon Country 26443 hispering Leaves Or 44x4 176 23x5 115 nyon Country 26449 hispering Leaves Dr 33x4 132 anyon Country 26460 Whispering Leaves Or 64.4 256 25x5 125 anyon Country 26501 hispering leaves Or 4x4 16 anyon Country 26510 Whispering leaves Or 23 x 5 115 anyon Country 26511hispering Leaves Or 24x5 1 120 1 1 55 55 anyon Country 26516 hispering leaves Or 12x4 48 a nyon Country 26522 hispering Leaves Dr 20 x 4 80 nyon Country 26532 hispering Leaves Dr 9124 164 anyon Country 26605 hispering Leaves Or 28.4 112 33x35 578 68 1 Canyon Country 26608 lasperMg Leaves Or 8x4 32 Canyon Country 26618 tapering leaves Dr Meal 112 r. issue an Country 26624 hispering Leaves Or 43 x 4 172 20 x 5 100 anyon Country 26625 hispering leaves Or 25%4,11x4 144 24x5 120 ree issue Attachment: List of Locations (1157: ANNUAL CONCRETE REHABILITATION, PROJECT N10103) u AREA ADDRESS STREET NAME SIDEWALK RES DRIVE APP COMM DRIVE APP 6" C/G e" C/G SPANDREIJ CROSS GUTTER REMOVAL ONLY ASPHALT ADA RAMP NOTES Newhall 22527 14th St 6 x 4 24 9.4 36 —74.9 Newhall 22607 14th St 216 Newhall 14th St 20x9 180 NEC of 14th Newhall 16th St 2418, 16x8 320 SEC of 16th and Avd Ignacio Newhall 16th St 249x8 1992 Between Awl Igoauo and Newhall adjacent to condos Newhall 16th St 24x8 192 Between Ave! Ignacio and Newhall adjacent tocoMas Newhall 16th St 15 x 8 120 Between Avd Ignauo and Newhall adjacent to condos Newhall 16th St 8 x 8 64 Between Avd Ignacio and Newhall adjacent to condos Newhall 16th St 40x8 320 Between Avd Ignacio and Newhall adjacent to condos Newhall 16th St 25x8 200 Between Avd Ignacio and Orchard Village Newhall Stith St 43x4 172 NEC of 16thand Newhall Ave Newhall 24548 on Ct 13x5, 37x5 250 28 x 6 168 ree Issue Newhall 24549 corn Ct 7x5, 18x13 369 ree issue Newhall 24549 Burr[t - SOH 41x5 205 ree issue Newhall 23925 nerwell St 11x4 44 Newhall 24962 hestnut St Wad 40 Newhall 25063 Chestnut St 14x9 126 Newhall 24611 Kansas5t 19x5 95 Newhall 24633 Kansas St 59x5 11 195 61 61 Tree issue Newhall 24428 La Glorha Cir 33 x 5 165 Newhall 24437 La Glonta Or 13x5 65 Newhall 24441 La Glorita Or 5 x 5 25 Newhall 23233 Lyons Ave 16 x 7 112 Tree Issue, fire hydrant and water meters Newhall 23323 Lyons Ave 38 x 7 266 ree Issue, fire hydrant and water meters Newhall 23327 Lyons Ave 29x7 203 48 48 Tree Issue, fire hydrant and water meters Newhall 23328 Lyons Ave 21 %8 168 ree issue, fire hydrant and water meters Newhall 23356 Lyons Ave 44x8 352 8x5 40 23 49 57 Tree to remain per RN- sidewalk before curb and gutter Newhall 23515 Lyons Ave 144asa41•ss 456.5 22 22 1 North side of Lyons at Avd Rotella - ramp at NEC Newhall 23515 Lyons Ave 30 x 5 150 40 40 Avd Rotella side of property just north of Lyons Newhall 23900 Lyons Ave 17x5 85 20 20 ree m issue, fire hydrant and water eters Newhall Lyons Ave 70x4 280 26x7 182 26 52 At Wiley Canyon In front of Edison plant Newhall 25402 Manchester Wy 8x7 56 9x8 72 Newhall 24721 Newhall Ave 16x9 144 ree issue Newhall 24810 Newhall Ave 26x4 104 9x4 36 issue Newhall 24838 Newhall Ave 145x4 580 Newhall 25128 Newhall Ave 29x5 145 Newhall Oak Ridge Or 154x5 770 a PrincessaNewhall Oak Ridge Or 140x5 700 ia PrincessaNewhall akrun Lo 50 x 5 250 Hr-e W�s Newhall 22507 Oxford Ln 9 x 5 45 13 x 5 65 Newhall 22513 Oxford Ln 8x5 40 Newhall 24620 Spruce St 20x4 80 20x5 100 9 Newhall 24626 Spence S[ 31%0 124 2ax29,28x2B 36.6 1014 185[12th"o_' eas[side-[reeissue m m Newhall 24629 pruce St 10x4 27x27,27x2J 3 927 174 2 112th Street - westude v Newhall 24638 pruce St 29x4 116 1 j �? Newhall 24642 pruce S[ 28X4 112 IIIIL Ne " Attachment: List of LocatIons (1157: ANNUAL CONCRETE REHABILITATION, PROJECT M0103) IV Newhall Spruce St 7x4 28 26x26 32X6 1 530 116 1 At13th Street- SWC - Brad issue Newhall Spruce St 22x4 88 26x26 338 52 1 At13th Street -NWC - tree issue Newhall 23422 Trigin or 19x5, 9x6 149 25 x 5 125Trues issue Newhall 23408 Via Hispano 24x5 120 Tree issue Newhall 23400 Via Gayo 28 x 27 378 55 1 Newhall 23403 Via Gayo 29x29,316 607 120 1 Tree issue Newhall is Princessa 106x8 848 Between Via Pacifica and VP Bridge Newhall Via Princessa 142 x 7 994 Between Rolling Greens and Oak Ridge Newhall Via Princessa 125x5 625 Between Rolling Greens and Oak Ridge Newhall Via Princessa 40x7 280 Newhall 5B is Princessa 19x7 133 Between Claitiouree and Circlet Newhall SB Princessa 45 x 7 315 Between Circle l and Sheffield Ln Newhall SB Princessa 9x3 27 Between Circle J and Shef0eld In Newhall SB Princessa 23x7 161 Between Circle J and Shefreld InNewhall SB Princessa 9x3 27 Between Circle l and Sheffield In Newhall SB Princessa I 13x7 91 90 2 At Sheffield lane -tree issue s/w-on Via Princessa Newhall 24513 lnut5t 23x4 92 ree issue Newhall 24638 lnutst 14x4 56 Newhall 24722 lnut St 10x4 40 Newhall 14813 lnotst 13x9 117 loof S[ 22 x 10 220 Newhall 25006 ainut St 22 z 9 198 ree issue Attachment: List of Locations (7757: ANNUAL CONCRETE REHABILITATION, PROJECT M0103) iJ AREA ADDRESS STREET NAME SIDEWALK RES DRIVE APP APP 6" C/G 8" CIG CROSS GUTTER REMOVAL ONLY ASPHALT RAMP NOTES Saugus 20437 Alaminos Or 18x5 90 Saugus 20453 Alaminos 0, 18x5 90 Saugus 20459 Alarrinos Or 15.5 75 Sx5 25 Saugus Alannince, Or 40x5 200orner of Row C[ Saugus Iaminos Or 5x5 25 100 2 Corner of Kathleen Ave Saugus 20527 Alai Or 5x5 25 Saugus 20540 AI.Tines Or 13x5 65 Saugus 20554 Alaminos Or 29x5 145 Saugus 20555 amines Or 22x5 110 Saugus amines Or 8x5 40 Corner of Bud Cl Saugus Iaminos Or 20x5 100 Corner of Franwoud Or Saugus laminas Or 10x5 50 Corner of Cahwood St Saugus Alaminos Dr 25x4 100 Corner of Shine Or Saugus 20845 Alaminos Or 14x4 56 Saugus 20856 Alaminos Dr 39x5 195 Saugus amirws Or 23x4 96 Corner of Oaklar St Saugus 28100 Iaminos Or 18x5 90 Saugus 28120 Iaminos Or 11.5 55 Saugus 28126 Iaminos Or 11x5 55 Saugus 28150 Iaminos Dr 25xS 125 Saugus 28153 Iaminos Dr 14x5 70 14 14 Saugus 28156 Iaminos Dr 17x5 85 Saugus 28168 Iaminos Or 32 x 5 160 8 x 5 40 Saugus 28312 Iaminos Or 16x5 80 Saugus 27405 Annette fo Circle 6.5 30 Saugus 27446 Annette to Circle Saugus 27456 Annette )a Circle 17x5 85 Saugus 27344 Arriola Ave 18x7 126 Saugus 27345 rriola Ave 18 x 7 126 Saugus 27403 rriola Ave 20x7 140 Saugus 27210 Banuelo Ave 19x7 133 36 36 roe Issue Saugus 27214 Banuelo Ave 41x4 164 21x7 147 21 21 reeissue Saugus 27225 Banuelo Ave 8x4 32 Tree issue Saugus 27231 Banuelo Ave 27x4 108 Tree Issue Saugus 27235 Banuelo Ave 13.4 52 Tree issue Saugus 27248 Banuelo Ave 56 x 4 224 20 x 7 140 Tree Issue Saugus 27302 Banuelo Ave 26x4 104 reeissue Saugus 27326 Banuelo Ave 16x4 64 Tree issue Saugus 27329 Banuelo Ave 44 x 4 176 14 x 7 98 30 30 ee issue Saugus 27330 Banuelo Ave 31x4 124 Tree Issue Saugus 22355 Barbcoa PI 14as.3g6 220 34x5 170 72 72 Ash tree to be removed- site just done 4 years ago Saugus 22361 Barbacaa PI 24x5 120 58 58 Affected by Ash tree at 22355 Barbacaa 22383 Barbacaa PI 24 x 4 96 25 x 5 125 51 51 sh tree to be nus wed- site just done 4 years ago 22387 Barbacoa Pl 24x5 120 5656 22440Barocr Or -SOH 60x5300Bouquet Isgus Canyon Rd 2is 6x8208East Title from Plum to Canyon Center strip mall -Tree issue Bouquet Canyon Rd 10x8 80 East side from Plum to Canyon Comer strip mall - Tree Issue Attachment: List of Locations (1157: ANNUAL CONCRETE REHABILITATION. PROJECT M0103) Hm- Saugus Bouquet Canyon Rd 17x8 136 East side from Plum to Canyon Center strip mall - Tree Issue Saugus Bouquet Canyon Rd 14x8 112 East side from Plum to Canyon Center strip mall - Tree issue Saugus Bouquet Canyon Rd 19x8 152 East side from Plum to Canyon Center strip mall -Tree issue Saugus Bouquet Carryon Rd 17.5 z8 140 East side from Plum to Canyon Center strip mall -Tree issue Saugus Bouquet Canyon Rd 16x8 128 East side from Plum to Canyon [enter strip mall -Tree issue Saugus 21432 Carol Sue Lane lfi x 5 80 6 x 5 30 24 Water meter box Saugus 27946 Charles Dr 116 x 5 S80 Tree issue Saugus Contra Dr 27x5 135 Eastside of street between John Russel and Mesa Saugus 27470 Diane Marie Circle 14x5 70 Saugus 27471 Diane Marie Circle 1 39 Saugus 27510 Diane Marie Circle 26x5 130 4xS 20 5 Saugus 27517 Diane Marie Circle 6x5 30 Saugus 27517 Diane Marie Circle 11 x S 55 5 x 5 25 Saugus 28159 Ebb 22x5 110 Mailbox Saugus 28165 Ebb Q 7 x 5 35 Saugus 28166 Ebb Ct 100 x 5 500 Saugus 21550 Gaff Ct - SOH 40x9 360 Tree issue Saugus 27219 Grano Ave 10 x 4 40 19 x 7 133 Saugus- 27225 Grano Ave 32x4 128 20x7 140 45 45 ee rissue Saugus 27231 Grano Ave 35x4 140 35 35 reeissue Saugus 27275 Grano Ave 8x4 32 ee issue Saugus Haskell Cyn 82 2 Corner of Jeffers and Haskell - no spandrel/cross gutter Saugus Haskell Cyn 20x7 140 Between Copper Hill and Magnolia -east side Saugus Haskeli Cyn 31x7 217 Between Copper Hill and Magnolia-eastside Saugus Haskell Cyn 20x7 140 Between Capper Hill and Magnolia -east side Saugus Haskell Cyn 20x7 140 Between tipper Will and Magnolia -east side Saugus Haskell Cyn 19x7 133 Between Copper Hill and Magnolia - eastside Saugus Haskell Cyn 19x7 133 Between Copper Hill and Magnolia-eastside Saugus Haskell Cyn 19x7 133 Between Copper Hill and Magnolia -east side Saugus Haskell Cyn 20x7 140 Between Capper Hill and Magnolia - eastside Saugus Haskell Cyn 19x7 133 Between Magnolia and Sycamore - east side Saugus Haskell Cyn 7x7 49 Berween Magnolia and Sycamore - eastside Saugus Haskell Cyn 21x7 147 Between Magnolia and Sycamore - east side Saugus Haskell Cyn 21x7 147 Between Magnolia and Sycamore -east side Saugus Haskell Cyn 30x7 210 Between Magnolia and Sycamore -east side Saugus Haskell Cyn 10x7 70 Between Magnolia and Sycamore -east side Saugus Haskell Cyn 31x7 217 Between Magnolia and Sycamore -east side Saugus Haskell Cyn 30x7 210 Between Magnolia and Sycamore - east side Saugus Haskell Cyn 16x8 128 Between Bob While IN end) to Bob While Is end) -east side Saugus Haskell Cyn 19x8 152 Between Bob White IN end) to Bob White is end) - east side Saugus Haskell Cyn 24x8 192 Between Bob White IN end) to Bob White is entl)- eastside Saugus Haskell Cyn 30x8 240 Between Bob White IN end) to Bob White is end) - eastside Saugus Haskell Cyn 31x8 248 Between Bob White (N end) to Bob White is end) - eastside Saugus Haskell Cyn 16.8 128 Between Bob White (N end) to Bob Whtte Is end) - eastside Saugus Haskell Cyn 33x8 264 Between Bob White IN end) to Bob White is entl)- eastside m Saugus Haskell Cyn 66x8 528 Between Bob White is end) to Ridgegrove- eaztside Saugus 27660 Haskell Cyn 6x8, 6z 176 Bet ween shopping center and Bouquet Creek - east side Saugus Haskell Cyn 22.8 176 Between Copper Hlll and Agalanian-west side x' Saugus Haskell Cyn 24.8 192Between Co rHill and ppe Apprise - west side Attachment: List of Locations (1157: ANNUAL CONCRETE REHABILITATION, PROJECT M0103) pv Saugus Haskell Cyn 6x8 48 Between Agajaman and Sycamore - west side Saugus Haskell Cyn 31x8 248 Between Agajaman and Sycamore - west side Saugus Haskell Cyn 10.8 80 Between Sycamore and Bristol - west side Saugus Haskell Cyn 28x8 224 Between Sycamore and Bristol - west side Saugus Haskell Cyn 42x8 336 Between Bdsol to Jeffers-westside Saugus Haskell Cyn 12x8 Between Bristol to Jeffers - west side Saugus Haskell Cyn 4 30x8 240 Between Jeffers and Grovepark-wert side Saugus Haskell Cyn 14x8 112 Between Jeffers and Grovepark-west side Saugus Haskell Cyn 18x8 144 Between Jeffers and Grovepark - west side Saugus Haskell Cyn 30x8 240 Between Jeffers and Grovepark-westside Saugus Haskell Cyn 20x7 140 Haskell and Bouquet - wertside Saugus ohn Pussel or 107x5 Eastbound from Via Candles to Alicante -Tree Issue Saugus John Russel or 75 345x5 JR5 Westbound from Alicante to Cortina - Tree issue Saugus John Russel or 166 4 tAlta - Tree issue Saugus John Russel or 102 2 tAlicante - Tree issue- Ramps not aligned & substandard Saugus 28532 Kathleen Ave 36 x 5 180 Saugus 28535 Kathleen Ave 23 x 5 115 Saugus 23028 Las Mananit rs Or 36 x 5 180 22 x 5 110 J�h 58 Saugus 23032/34 Las MananRas Or 8.5 40 2925 145 45 Curb drain and cable N vauh Saugus Las Mananitas Or 87x5 435 1186 281 2 ner ofContle Drive-[/G&S/W on las M. side Saugus 26849 Las Mananilas or 37x5 185 37 Saugus 22002 Mecate or 18 x 4 72 23 x S 115 roe issue Saugus 22003 Mecate or 11x4 44 27 ree issue Saugus 22006 Mecate Dr 7 x 4 28r7x 50 Tree issue Saugus 22007 Mecate Dr 36x4 144 185 31 31 Tree issue Saugus 22010 Mecate lir 33 x 4 132 125 ree issue Saugus 22011 Mecate or 5.4,2h 219 125 Tree issue Saugus 20609 Pam Ct(SOH) 636 34x28 476 —77.28 62 1 est side of, and at Bouquet Canyon Rd. Saugus 20602 Pam Ct 264 378 55 1 est side of, and at Bouquet Canyon Rd. Saugus 20602 Pam Ct ISOH) 25 z 26 325 51 1 West side of, and at Bouquet Canyon Rd. Saugus 21419 Peggy Joyce Ln. Bx5 40 Saugus 21439 Peggy Joyce Ln. 7 x 5 35 B z 5 40 ester meter box Saugus g 21440 Pe ggy Joyce Ln. 13 x 5 65 20 Saugus Saugus 21441 21451 Peggy Joyce Ln. Peggy Joyce Ln. 58x5 290 67x5 335 ate, meter box lretaining/PmperN wall, cracked and fallusl Saugus 21452 Peggy Joyce Ln. 27 pacific bell vault Saugus 21455 PeggyJoyce Ln. 14x5 70 Saugus 21465 Peggy Joyce Ire. 15 x 5 75 Saugus 21472 Peggy Joyce Ln. 29 x 5 145 50 water meter box Saugus I...... 21503 "Ines Peggy Joyce Ln. o..... e....a. I x 3 3 ._. .,. 25 x 5 125 36 water meter box ---b Ridgegro ee Or ] x 4 28 18 x 5 27810 90 280 ro 50 o............:_ ry Attachment: List of Locations (1157: ANNUAL CONCRETE REHABILITATION, PROJECT M0103) Saugus 27824 1 Ridgegrove Or 15x4 60 19x5 95 69 1 276 entire street Saugus 27830 Ridgegrove Or 11x9, 24xs 219 28 x 9 252 62 248 Saugus 27836 Ridgegrove Or 31x5, 4x5 175 24.5 120 57 228 Saugus 27842 Ridgegrove Or 23x5, 7x5 150 25 x 5 125 51 204 Saugus 27846 Ridgegrove Or 27x5 135 33 132 Saugus Ridgegrove Or 9x5 45 28x5 140 30 120 Wrador ast side of bridge over channel Saugus 28380 Rabin Ave (SON) 24 x 12 288 29 x 26 377 55 1 and at Bouquet Canyon Rd. & Benz Rd. Sau us 28994 g Rock Can on Or y 1�1E7ss2x.S, 21.2.28x6 1485 110 2 andrel designed incorrectly Saugus Soledad Canyon Rtl 96x6, 11x1 574 lyover to Ruether Ave. -Tree issue Saugus 22856 amarack Ln 12 x 5 60 25 25 Saugus 28125 ernal Wy-SDH 93x5 465 ree Issue Saugus 22831 hlte Plne Pl 7x5 35 17 ll 2 Need to shoot It. gratles- centerotramptoloraldep- Attachment: List of Locations (1157: ANNUAL CONCRETE REHABILITATION, PROJECT M0103) Attachment: List of Locations (1157: ANNUAL CONCRETE REHABILITATION, PROJECT M0103) J COMAPPRIVE SPANGUTTERROSS ADA AREA ADDRESS STREET NAME SIDEWALK RES DRIVE APP 6" CIG B" CIG REMOVAL ONLY ASPHALT RAMP NOTES Valencia 25553 licante Dr 140 5 70 12 .5 60 Valencia 25577 licante Dr 29.5 145 11 x 5 55 Valencia 25583 licante Dr 18x5 90 Tree issue Valencia 25587 licante Dr 18x5 90 15x5 75 ree issue Valencia 25630 licante Dr 13x5 65 9x5 45 Tree Issue - mailbox Valencia 25642 licante Dr 8x5 40 15x5 75 Tree issue - mailbox Valencia 25644 Alicante Dr 17 x 5 85 14 x 5 70 Tree issue - mailbox Valencia 25658 icante Dr 20 5 100 x 25 25 Paseo entrance Valencia 25668 Alicante Dr 28x5 140 10%5 50 reeissur, mdilbax Valencia 25678 Alicante Dr 31 31 Free issue - mailbox Valencia 25682 Alicante Dr 26x5 130 8x5 40 21 21 ree issue - mailbox Valencia 25693 Alicante Dr 24x5 120 [Tree issue Valencia 25699 licante Dr 85x5 425 Tree issue Valencia 25615 Inchon, 17x5 85 17 17 Valencia 28142 ngelica PI 24.5 120 25x5 125 ee issue Valencia 18148 ngelica PI 11 x 5 55 21 x 5 105 Tree Issue Valencia 24065 venitla crescent, 66x5 330 66 66 Valencia 27811 Avenue Hopkins 20 20 Valencia 27825 venue Hopkins 27 27 Valencia 25345 Avenue Stanford 26x18 468 91 30x6,65 245 10 fee[ of local depression Valencia 25663 Avenue Stanford 39X7 273 203 242Corp Yard - Rye Cyn A Ave Stanford- Stanford is night work Valencia 26453-85 Bouquet Canyon Rd 30x10 300 Tree Issue- SWC of Newhall Ranch Read - Lowe's Comer Valencia 26453-85 Bouquet Canyon Rd 18x1D 180 rise Issue- SWC of Newhall Ranch Road -Lowe's Center Valencia 26453-85 Bouquet Canyon Rd 33xID 330 eelAue- SWCof Newhall Ranch Roq-Imve's Center Valencia 26453-85 Bouquet Canyon Rd 37x1D 370 reehsee -SWCof Newhall Ranch Read -levee's Center Valencia 26453-85 Bouquet Canyon Rd 38x10 380 reelssoe - SWCof Newhall Ranch Road - Imye's Center Valencia 2645385 Bouquet Canyon Rd 17%10 170 ree Issue- SWC of Newhall Ranch Road -Leal Cantel Valencia 26453-85 Bouquet Canyon Rd 23x10 230 ree Issue- SWC of Newhall Ranch Road - Lawe's Center Valencia 2645385 Bouquet Canyon Rd 39x5 195 'ea Issue- SWC of Newhall Ranch Road - Lowe's Center Valencia 26453-85 Bouquet Canyon Rd 32x5 160 ree Issue- SWC of Newhall Ranch Road - Lowe's Center Valencia 26453-85 Bouquet Canyon Rd 15x10 150 reelssue SWCof Newhall Ranch Road- Lowe's Center Valencia 26453-85 Bouquet Canyon Rd 6.5x5 32.5 ee issue of Newhall RancF Road. Lowe's [enter Valencia 23368 [aIle AHno 12x5 W 12x5 60 - ma Tree issue - mailbox Valencia 25487 Ceriz Or 12 x 5 60 Valencia 25493 Carc 0, 16x5 80 Valenta 25721 Leticia Or - SOH 5x5 25 Tree issue Valencia 25726 Leticia Or SOH 75x5 375 Trisissue Valencia 25734 Leticia Or SON 86x5 430 Tree issue -mailbox - on Alicante side Valencia Leticia Or 82 2 North and east comers Valencia Leticia Or 30x34,nx30i 11DO 180 2 South and west comers Valencia 25742 Leticia Or 15x5 75 roe issue - mailbox Valencia 25746 Leticia Dr 7x5 35 11x5 55 foe issue - mallbo; Valencia 25766 Leti D,Dr 16x5 80 Tree issue - mailbox Valencia 25]67 Leticia Dr 10x5 50 Tree issue - mailbox Valencia 25666 lupRa Dr 17x5 85 Valencia 25668 WpRa Dr 21%5 105 Valencia 256]1 Wpka Dr 13x5 65 itx5 55 �y Valencia 25573 Lupda Dr 12 x 5 60 Mailbox Valencia 25684 Lupi[a Or 15 x 5 75 su ree issue -mailbox Attachment: List of Locations (1157: ANNUAL CONCRETE REHABILITATION, PROJECT M0103) J Valencia 25687 Lupita Or 15x5 75 21x5 105 Treeissue- mailbox Valencia 25693 Lupita Or 16x5 80 23x5 115 Treeissue- mailbox - meter boxes Valencia 25698 Wpha Or 66,201 180 Treeissue Valencia 25698 Lupita Or SOH 2Ox5,54xS 370 Treeissue Valencia 25701 Lupita Or SOH 66x5 330 Tree issue - mailbox - on Alicante side Valencia 2902 Lucius Or SOH 93x5 465 Trecissue -mailbox - on Alicante side Valencia 25704 Lupita Or 12.5 60 7x5 35 Treeissue - mailbox Valencia 25712 Lupita Or 12x5 60reeissue-rtailbax Valencia 25716 Lupita Or 12x5 60 reeissue - mailbox Valencia 25718 Wpha Or 19x5 95 reeissue - mailbox Valencia Lupfta Or 23x5 115 ree Issue -mailbox Valencia Magic Mountain Pkwy 20 z 8 160 ree Issue Valencia Magic Mountain Pkwy 25x8 200 ValenciaMcBean Pkwy 313 313 asmound from approx 300' to 1325' east of Singing Hills or ValenciaMcBean r27502 Pkwy 686x7.5 5145 15x10 150 303 320 Westbound[ between Singing Hills and Tournament Valencia Mornington Or Sz5 25 Valencia Rio Bos9ue Or 30 x 5 50 24 x 5 120 Valencia Sycamore Creek Or 17x5 85 ree Issue Valencia Sycamore Crank Or 9x5 45 Tree Issue Valencia 27552 Sycamore Creek 0r 26.5 130 ren Issue Valencia 27558 Sycamore Creek Or 25 x 5 125 7 x 5 35 Tree Issue Vaiencla 27830 Sycamore Creek Dr 22x5 110 16x5 80 Free Issue Valencia 27834 Sycamore Creek Or 22 x 5 110 Tree Issue Valencia 27850 Sycamore Creek Or 24x5 120 Tree Issue Valencia 28053 Tupelo Ridge Or 27x5 135 Tree Issue- across fano address Valencia 23314 Valencia BMd 16 x 7 112 36 x 7 252 66 55 x 4 224 East drive approach to 99 Cent Store Valencia 23747 Valencia BWd 29x7 293 37x7 259 68 105 Entrance m Kmart Auto Center - Ash Tree Issue - night work Valencia 25401 Via Macarena 23x5 115 42 65 2 Ramps are at 25401&25404 -tree Issue Valencia 25407 Via Macarena 22 z5 110 26 48 Valencia 24204 Vista Ridge Dr 5 x 22 110 5 x 14 70 Valencia 24212 Vista Ridge Or 5x20 100 Valencia 24219 Vista Ridge Or 5.17 140 Valencia 24228 Vista Ridge Or 5 x 21 105 5 x 25 125 Valencla 24233 Vista Ridge Or 5 x 5 25 Valencia 24239 Vista Ridge Or 5x13 65 Valencia 24340 Vista Ridge Or 5 x 10 50 Valencia 24348 Vista Ridge Dr 5x47 235 Valencia 24402 ista Ridge Dr 5 x 34 IA1 5 x 15 75 Valencia 24418 ista Ridge Dr 1.26 130 4 x 5 20 Valencia 24423 ista Ridge Or 5x23 115 Valencia 2444] ista Ridge Or 5x24 32011 1 Attachment: List of Locations (1157: ANNUAL CONCRETE REHABILITATION, PROJECT M0103) CAPITAL IMPROVEMENT PROJECT AGREEMENT Contract 15-00025 Fiscal Year 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, T0045 Bid No. ENG-14-15-MO103 This AGREEMENT is made and entered into for the above -stated project this _ day of 20 , BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, 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 12012 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. Liability Insurance During the entire tern 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 12012 Page 3 of 7 Should CONTRACTOR for anv 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 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 12012 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 12012 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 Revwd 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. ALI. SIGNATURES MUST BE Signed By: WITNESSED BY NOTARY Print Name & Title: 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 U2012 Pap 7 of 7 SECTION C: PROPOSAL For Fiscal Year 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 Bid No. ENG-14-15-MO103 TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCYS 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 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: Company Address: By: Title: Signature: Date: co AA./ r t ZI 1S C-1 BID SCHEDULE Fiscal Year 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 bid No. ENG-14-15-MO103 ITEM MSCRIPTION CITY UNIT UNIT PRICE TOTAL NO. 1 Mobilization 1 LS $ for 00 $ /owo 2 Traffic Control 1 LS $ 2- a� 0 $ 00 3 Implementation of Best Management Practices 1 LS $ 1(7,000 $ O 170 4 Removal of 4" Portland Cement Concrete Sidewalk 2,000 SF $ 'Z-!50 $ SOT 6 Removal and Replacement of 4" Portland Cement 76,761 SF $ C. $ I -7 601 600 Concrete Sidewalk OU 6 Removal and Replacement of 4" Residential 16,787 SF $ oP privewayApproach /001 7Z27 7 Removal and Replacement of 6" Commercial 4 SF $ ,,..^22 7 a $ (br 1 12 Driveway Approach i7 8 Removal and Replacement of 6' Portland Cement L4,61 LF $ 7 $ © L( 6S Concrete Curb & Gutter Y 2 9 Removal and Replacement of 8" Portland Cement 6 LF $Y•1;X2 $ Concrete Curb & Gutter 6 Kl Removal and Replacement of Asphalt Pavement 10 Section for Curb & Gutter and Cross Gutter 11,241 SF $ (/ 0,O $ L?N p b� Locations 7 11 Removal of 4" PCC Sidewalk/Curb & Gutter and 71 EA $ Z 00 $ tf Ott 170, Construction of PCC Curb Ramp 12 Removal and Replacement of PCC Spandrels and 16,314 SF $ SD $ 60Cross Gutter TOTAL BID: c! $ 1 i 115 GS• Total Bid in Words:V kr%- 'f: 'C \Oyl oy,'b 1A -\V\ At�v.h�b rm a `a1x\At _t°s v l\ca r C-2 a DESIGNATION OF SUBCONTRACTORS Fiscal Year 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 Bid No. ENG -14-15-M0103 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 1h of 1 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. Subcontractor beff STATUS-797ATUS-7 Dollar Value of Work Age of firm: Certifying Ag ncy: Annual Gross Receipts; Locatio ITPlace of Busin s License No, Exp. Date: I I Bid Sc edul Item No's: Descriplfon f Wo Subcontractor l3E STATUS:=o1,,Work Liceno. I Exp. Date: / f Phone( ) Subcontractor RBE 5 ATUS: Dollar Value of Work Age of firm: Certifying Agency: Annual Gross ReceipW Location and Place of Business Bid Schedule Item No's: Description of Work License No, Exp. Date: I I Phone( } Subcontractor l3E STATUS:=o1,,Work Age of firm: Certifying Agency:Location and face oT usiness Bid Sch ule'Item No'si Description of Work License No. xp. Date: o e: Bidders shall ft, out the Subcontractor's List in its entirely. The total dollar value of work to be performed by Subcontractors shall be in conformance with Section 2-3 "Subcontracts"of General Provisions in these contract documents. (Use Additional Sheets if Necessary) C-3 Fiscal Year 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 Bid No. ENG-14-15-MO103 REFERENCES The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within the past three (3) years: 2. 9 20(9 C1? 9lZ_ The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Contractor's Name C -4 :a(F &ZA6s--at y (cl(v)yty-33�0 2W - TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION Fiscal Year 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 Bid No. ENG-14-15-MO103 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. 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. R(A 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 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 Bid No. ENG-14-15-MO103 This bidderb proposed subcontractor-----------, hereby certifies that he has has not participated in a previous contract or subconract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Fe eras 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:2.G_ BY: fkr Title: w Date: 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. f43: 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.: State CONTRACTOR's License No. & Class: Original Date: q' 3d 7,000 Expiration Date: 136 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: Vgt' 0"i P 4 N, \ V I Vv 1 ?i G A lApvA rri v 4 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: C-7 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this _Q _ day of 20 BIDDER:' E)()Se-- Name and Title of Legal Name of 1 (—j V -MN — OCL') rmz Address r t )°) ;t5-wq fel -w 2sclo Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this Notary Public_ __ __... SQA. day of C-8 20— (SEAL) CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On 01/20/2015 before me, JESSICA KLOPEZ, Notary Public Date Here Insert Name and "title of Officer personally appeared --------------------------------Jose Angel Fierros ------------------------------ Name (Kof Signer (sf who proved to me on the basis of satisfactory evidence to be the personK whose name(frfis/are subscribed to the within instrument and acknowledged to me that he/sire/they executed the same in his/hertthoir- authorized capacitT (9PSf, and that by hisihedtheir' I on the instrument the person(s or the entity upon JESSICA X. LOPEZ behalf of which the person W acted, executed the instrument. Commission # 2035403 I certify under PENALTY OF PERJURY under the laws of the Notary Public - California z : > State of California that the foregoing paragraph is true and correct. z Los Angeles County prty Comm Expires A!4 2B, 2017 WITNESS my hand and official seal. Signature a i Place Notary Seal Above Signature of Itlotary Public OPTIONA 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 Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer— Title(s): _President _ El Corporate Officer Title(s): C3 Partner - ❑ Limited ❑ General _ ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Attorney in Fact ❑ ❑ Trustee ❑ 'trustee Tnp El Guardian or Conservator of thumb here 'I up of thumb here EI Guardian or Conservator ❑ Other: _ ❑ Other: Signer Is Representing: Signer Is Representing: BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a 'certified/cashier's check payable to the order of the City of Santa Clarita for:dollars ($ 1, 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 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 Bid No. ENG -14-15-M0103 Bidder's Signature CONTRACTOR Address Zip Code ` 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. IS] PROPOSAL GUARANTEE BID BOND Fiscal Year 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 Bid No. ENG-14-15-MO103 KNOW ALL MEN BY THESE PRESENTS tnat FS Construction a B pDER. and as are d anc firmly bou unta t„s rty o: ata an a, as CY, in this penal sum of Ten c o e to al amount o he Kin dollars ,,'$ which s ten percent y to Y for the aoove-starleo protect, for to payinert of which sum. BIDDER and SURETY agree to be bound, jointly and ssvera}ly, f rorty by these p esen;s. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to subr^it a bid to AGENCY for the above -stated pr 'sct if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BID�EA in the manner and time specified, then this 4bligatoon ,shall be null and void, otherwise it shall remain in full force and effect in favor o" AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals. tnis 15th day of January, 2015. BIDDER FS CONSTRUCTION, 14838 Bledsoe St., SURETY' RLI IKURANCE'COMPANY, 16150 N. Zenizo, Attgfnqlytin�Fact Subscribed and sworn to this day of cA 91342 (818) 838-6040 Fountains Center Dr., #225, Peoria, AZ __-- (623) 412-5793 85382 til NOTARY PUBLIC 'Provide BIDDER and SURETY name, address, and telephone number and the name; trtic; address, and telephone number for authorized representative. IMPORTANT ,Sure Companies executing Bonds must appear ort the Treasury Deppartment's most current list (Grcular 570. as amended) and be authorized to transact business in tate State where the L,gect is located. r s j CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles — OrQAmA4ry 15, 2015 before me, Pta Lee V._ eaa NotarvPubhc personally appeared Patricia Zenizo ts/ , TRM ILK ViGA Commission # 2066669 m Notary Public • Callfomile x Los Angeles County M Comm. Expires re0 i. on. w who proved to me on the basis of satisfactory evidence to be the person($) whose name(j) is/�tt, J subscribed to the within instrument and acknowledged to me that hWsheMhV executed the same in pp &er/AW$ authorized capacity(NA), and that by Wer/tI101 signature($) on the instrument the person($), or the entity upon behalf of which the person(p) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand d official at, Pk Notary Seai A�Sig OPyY���j�}} _... Through the information below is not required bylaw, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Signey(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Number of Pages:; Signers Name:,. Signer's Name: _ _ ❑ Individual ❑ Individual ❑ Corporate Officer — Tide(s)( _. ,- Corporate Officer — Title(e)::_. ❑ Partner—L'. Limited is General Attorney in Fact ',_l Partner —f_I Limited G General ),, Attorney in Fact ❑ Trustee . mo a mumu nQ,o Trustee -❑ Guardian or Conservator D Guardian or Conservator ii_I Other: ! � Other...__^ __. Signer Is Representing:,. Signer Is Representing. 02C0)Natbnal Nciary Rs,ntlatvn•1350 Ce SOWrwa;PQ8M2W2•G+amvcnn YA H�3i]3<:;2•aw.v.Nakp+alNab,FaY Ilei,4l 7 taeatt _CaJITd4Fc+1�OrEea2] RLIO ekk .a au C« ay 9025 N. Lindbergh Dr. I Peoria, IL 61615 Phone: (800)645-2402 1 Fax: (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 Lopez, iointly or severally in the City of Los Angeles, State of California , as Attorney in Fact, with full power and authority hereby conferred upon himther to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and rccognizances in an amount not to exceed Ten Million Dollars (, X10,000.000.00 ) 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 WHEREOF, 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 30th day of blLy, 2014. a .... , 00�o"`,p0.NDj'+ „'ptaot�a� RLI .a 0 o¢aagsr� ` .a.. Contractors Bonding and Insurance Company � c __ � s iii. a r,oaror�rE TZ z t SEAL State of Illinois l ° i 979 q, Roy C. Die Vice President )} SS County of Peoria ..•.... Wl ` "n.un".... CERTIFICATE On this 30th day of Juiv 2014 before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company, and acknowledged said instrument to be the voluntary act and deed of said corporation. t, 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 Attomey,is now in force, In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Comany anchor Contrpclan Borild igtd Insurance Company this I'tih , day of ttruaEy_ 20 , . RLI Insurance Company Notary Public Contractors Bonding and Insurance Company 'OFFICIAL SEAL" Roy C. Die �•��'" JACQUELINE M, 60CKLER y Vice President JACQUCOMMI&W LI EKK B OCKLER 0449553020212 A0059913 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Fiscal Year 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 Bid No. ENG-14-15-MO103 To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depositary, 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 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 Bid No. ENG-14-15-MO103 TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § Jos being first duly sworn deposes and says that he is the So e a" + (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 () W A;-� -� Subscribed and sworn to and before me this day of 20_. of Notary 546-C A17%' c tnc d -- C-12 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT public or other officer completing this certificate verifies only the identity of the individual who signed the rary ent to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On 01/20/2015 before me, JESSICA X.LOPF,Z, Notary Public Date Here Insert Name and Title of Officer personally appeared --------------------------------Jose Angel Fierros ------------------------------ Name 0 of Signer 0 who proved to me on the basis of satisfactory evidence to be the personO whose name(j) tis/are subscribed to the within instrument and acknowledged to me that he/sW/they executed the same in his/her/their authorized capacity (�4, and that by his/her/their signature ( on the instrument the person(4, or the entity upon behalf of which the person(s'f acted, executed the instrument. JESSICA x. LOPEZ 1 certify under PENALTY OF PERJURY under the laws of the Commission n 2035403 z State of California that the foregoing paragraph is true and correct. z ;=r Notary Public -California z Los Angeles County My Comm. Expires Aug28, 20171 r WITNESS my hand and official seal. Place Notary Seal Above /'� Signature fel—' Signature of Notary Public OPTIONAL Ihoogh 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 fitle or Type of Document: Document Date: Number of Pages: Signer(s) Other ['ban Named Above:. Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): _President _ ❑ Corporate Officer Title(s): ❑ Partner- ❑ Limited ❑ General ❑ Partner- El Limited ❑ General ❑ Attorney in Attorney in Fact ❑ ❑ Tmstee ❑ Trustee ❑ Guardian or Conservator Top ofthumb here or of thumb here ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: BIDDER'S QUESTIONNAIRE tA° C%ne Fiscal Year 2014-2015 Annual Concrete Rehabilitation Program (Citywide) C, City Projects M0103, M0104, and T0045 Bid No. ENG -14-15-M0103 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: Principal Office Address: 2. Type of Firm: Individual: Telephone: Other: 3a. If a Corporation, answer these questions: Date of Incorporation: State of Incorporation: President's Name: Vice -President's Name: Secretary or Clerk's Name: Treasurers Name: 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: 4. Designate which are General or Managing Partners. Name of person holding CONTRACTOR's license: License number: Class: Expiration Date: C-13 BIDDER'S QUESTIONNAIRE (cont'd) Fiscal Year 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 Bid No. ENG-14-15-MO103 5. CONTRACTOR's Representative: Title: ihw Kms+ - Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: Owner: (A) (B) i Royt..VD-16 no Project Location: Type of Project: C-14 CERTIFICATION OF NON -SEGREGATED FACILITIES Fiscal Year 2014-2015 Annual Concrete Rehabilitation Program (Citywide) City Projects M0103, M0104, and T0045 Bid No. ENG-14-15-MO103 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. CON CTOR 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). C-15 FS Construction 74838 Bledsoe St. Sylmar, CA 91342 li-1,; r, PUITbiir:S.3ili a,W 0\S p�,y Qat 2 yarn (G�fo��,,;cie) �o avAd -T �� V,)Je