Loading...
HomeMy WebLinkAbout2018-07-10 - AGENDA REPORTS - FY 2016-17 PASEO BRIDGE MAINT AND PAINITNG PGM (2)O Agenda Item: 7 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: U41 , DATE: July 10, 2018 SUBJECT: FISCAL YEAR 2016-17 PASEO BRIDGE MAINTENANCE AND PAINTING PROGRAM, PROJECTS M1020 AND M1021 - AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2016-17 Paseo Bridge Maintenance and Painting Program, proj ects M 1020 and M 1021. 2. Award the construction contract to Slater Waterproofing, Inc., in the amount of $229,830 and authorize a contingency in the amount of $22,983 for a total contract amount not to exceed $252,813. 3. Authorize a continued appropriation of Landscape Maintenance District (LMD) funds from Fiscal Year 2017-18 to Fiscal Year 2018-19 in the amount of $151,594 to expenditure account M1020357-5161.001 and $126,406 to expenditure account M1021357-5161.001 to provide for this program. 4. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND The annual Paseo Bridge Maintenance and Painting Program addresses necessary repairs to paseo bridges to maintain them in good serviceable condition. During Fiscal Year 2016-17, staff contracted a consultant to prepare a five-year plan to identify the ongoing maintenance and painting needs for the 33 existing paseo bridges within the City of Santa Clarita (City). In June 2017, inspections were performed and each bridge received a Page 1 Packet Pg. 50 O composite condition rating based upon the condition of their major components, including desk surface, superstructure (all exposed metalwork), substructure (bridge footings and mounting attachments/bearing pads), and approaches. These inspections and ratings will assist staff to prioritize the bridges needing refurbishments and project budgetary needs for future fiscal years. Four bridges were identified for the Fiscal Year 2016-17 Paseo Bridge Maintenance and Painting Program. These bridges require new joint seals, repair of cracks in the bridge deck, repair of bearing assemblies, painting, and other minor work. The bridges are Grandview Drive I, Grandview Drive III, Hillsborough Parkway I, and Hillsborough Parkway II. This program is an integral part of maintaining the City's 33 paseo bridges, and supports the Santa Clarita 2020 theme of Sustaining Public Infrastructure. An invitation to bid was prepared and published three times: May 1, 5, and 8 and was posted on the City's website. Three bids were submitted to the City and opened by Purchasing on June 5, 2018. The results of the bids are as follows: Company Location Bid Amount Slater Waterproofing, Inc. Montclair, CA $229,830 Hamilton Pacific, Inc. Carlsbad, CA $311,024 Peterson -Chase Irvine, CA $326,720 Staff recommends awarding the bid to Slater Waterproofing, Inc., the lowest responsive bidder. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid has been reviewed for accuracy, conformance to the contract documents, and was found to be complete. The project's requested budget in the amount of $278,000 is identified for construction -related costs, including the construction contract in the amount of $252,813 inclusive of contingency, plus an additional $25,187 for related construction support costs, including labor compliance services, staff oversight, construction engineering, inspection, and project management. The requested construction contingency will cover the cost of unforeseen site conditions, change order requests made by the contractor, and change orders for additional work ordered by the City. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in the Fiscal Year 2016-17 Paseo Bridge Maintenance project expenditure account M1020357-5161.001 and the Fiscal Year 2016-17 Paseo Bridge Painting project expenditure account M1021357-5161.001 to support this recommended contract. Page 2 Packet Pg. 51 ATTACHMENTS Location Map Bid Proposal from Slater Waterproofing, Inc. (available in the City Clerk's Reading File) O Page 3 Packet Pg. 52 ID CityOf SANTA GLARITA 19 FY16-17 PASEO BRIDGE MAINTENANCE & PAINTING PROGRAM Hillsborough 1 PROJECTS M1020 & M1021 Legend 25 Grandview III ,04V City Limits 015 0075 0 015 Miles Paseo Bridges Schools Map p,,A-d with permission gmntd by Thomas Bros. Maps (CopyfgM 2011). Paseos Santa Clara River TheCtyofSant.Clamadoesnotwarmaf the --pt of the data and assumes no liability for any errors or omissions. Q:\PROJECTS\P1M180515a1\MXD\Paseobridge_Maintenance.mxd ID Name 19 Grandview 1 21 Hillsborough 1 22 Hillsborough III 25 Grandview III El JQLj'C— North� ParkElementry Charles Helm (�Elemer .(19 e+� Bridgeport Elementary 5�� Santa Clarita , Elementary Arroyo Seco Junior High School rL Emblei ❑Acader r t4 V J OJT v � r Q SO`SZAD CANYON R� Packet Pg. 53 FY 16-17 PASE0 BRIDGE MAINTENANCE & PAINTING PROGRAM Projects M1020 & M1021 T[)THE CITY OFSANTA CLARIT4.AS AGENCY: hlaccordance with AGENCY'm NOTICE INVITING BIDS, �e [DDERh��bvpmposaaho furnish all �qUipDlgr� �O�G |3b0[ 8�� incidentals — —��--='~~ ~ ' materials, . . required project as set forth in the plans, specifications, and contract '�'^ — up�u//�uu . UoCunenta therefore, and to perform all work in the DlaOn8rand Urneprescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract dOCunlgnt5 If this pr0p"0s8| is accepted for award, BIDDER agrees to enter into 8 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 u ount/mut in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that 8 bid is required for the entire work,that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bid, 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 DR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY )TEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expennea, taxoa, royalties,and fees,In the case of discrepancies in the amounts bid, unit prices U oeomh�govern over extended Gnnmun'-' and vvordeshall govern over figures. If awarded the onntruot, 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 hen working days after the date of the AGENCY''p notice of award of contract to the B|ODER, the proceeds of the security accompanying this bid shall become the property ufthe 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 cost covering the performance Ofwork, including the furnishing of labor, rnateria|s, too|s, and equipment, BIDDER further agrees that the onnt 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 inspecifically included in anotheriten}; and if there is no bid item for a particular item of work, full oonoponasdmn for auoh vvurh shall be considered as included in the price bid for other items of work. Contractor Name: Slater VVaterproofinq_lnc. ContnnotorAddreaa� 5577 Arrow K8untdair, CA 91763 Larry McCauley,President Fri Name & Title Signature: Y4�'. "E r, -1 atei 05/30/2018 V ) V ____ __0__ �__ C-1 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 Name. Slater Waterproofing, Inc. Business Address; 5577 Arrow Hwy., Montclair, CA 91763 Telephone No.: 909-985-9100 State CONTRACTOR's License No. & Class: Lic. # 373368, Classific. A, B, C33, C61/D51, D6 Original Date: 04/19/1979 _ Expiration Date,- 04/30/2019 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers; andfor corporate officers having a principal interest in this proposal: Larry McCauley, President, 5577 Arrow Hwy., Montclair, CA 91763, 909-985-9100 Merle Slater Jr., Vice President, 5577 Arrow Hwy., Montclair, CA 91763, 909-985-9100 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: N/A 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: N/A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands; and seals of all aforementioned principals this 31 st day of May 2018 . BIDDER Slater Waterproofing, Inc. 5577 Arrow Montclair, CA 91753 —17? e"k ;w J, 'ltz z Larry McCauley & Merle Slater Jr. U1'1 r P" --%j &j r,j f Subscribed and sworn to this Notary Public 31 st day of May '2018 . SftAkW'N6jVt* W-0 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 'See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) 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 M EV ll ZZPEDA t mmisslon Cato nta Z Co z twtafy pitroontY bf•� - v San BeExD}res Oct2 , 2019 u comm• 1 Seal Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this �— day of _, 20 I , by Date AM�onthC Year Ll (and (2) M elLt-' AA S T-), Name(s) of Signer(s) proved to me on the basis of satis actory evidence to be thq person(s) who appe efore me. Signature OPTIONAL of Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document t bf4i) Cefll-1 64.-1 f, 0"-N Title or Type of Document: IS 1 O04 Document Date: ' 3 Number of Pages: Signer(s) Other Than Named Above: 02014 National Notary Association • www. National Notary. org • 1 -800 -US NOTARY (1-800-876-6827) Item #5910 FY 15-17 PASEO BRIDGE MAINTENANCE & PAINTING PROGRAM Projects M1020 & M1021 City of Santa Clarita, California 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. Submitter! by: Slater Waterproofing, Inc. Telephone: 909-988-9100 Principal Office Address: 5577 Arrow Hwy., Montclair, CA 91763 2. Type of Firm: C -Corporation Corporate: x _ Other: Individual: Partnership: 3a. If a corporation, answer these questions: Date of Incorporation: 1978 State of Incorporation: CA President's Name: Larry McCauley Vice -President's Name: Merle Slater Jr. Secretary or Clerk's Name: Larry McCauley Treasurer's Name: Larry McCauley 3b. If a partnership; answer these questions: Date of organization: _ State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR'S license: Larry McCauley License number: 373368 {Mass: A,B,G33.c61ro51,o6 Expiration Date: 04/30/2019 5. CONTRACTOR's Representative: Larry McCauley Title: President Alternate: Mark McCauley Title. Project Manager 6. List the major construction projects your organization has in progress as of this date: Owner: (A) City of Santa Monica (B) City of Redondo Beach Gity Parking Garages 11-5, 16, 10) Pier Parking Structure Project Location: �RPdnndo Rparh f.A Type of Project: ConcreterRepair/ Coating Concrete Repair Csalf9i FY 96-17 PASEO BRIDGE MAINTENANCE & PAINTING PROGRAM Projects M1020 & M1021 City of Santa Narita, California 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. Slater Waterproofing, Inc. ----..........__..__._._.._..........._ _..___.._._6C6T CONT TR -- -- 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-14 Ems FY 16-17 PASEO BRIDGE MAINTENANCE & PAINTING PROGRAM Projects M1020 & M1021 City of Santa C/arita, caufornia 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 GENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three 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 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 rioted above, indicate below to whom it applies, initialing AGENCY, and dates of action. N/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 FY 16-97 LASE® BRIDGE MAINTENANCE & PAINTING PROGRAM Protects M1020 & M1021 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 o€'/-2 of 1 percent, or $10.000 (whichever is greater) of the prime contractor's total bid: OBE status, age of firm and annual gross receipts are required if sub contractor is participating nc a OBE tractor, :RamonSalazar Welding, Inc. [[FAge N/A Dollar Value of Work $6,200.00 firm: Certifying Agen6y: Annual Gross Receipts: 28 years N/A $1,000,000.00 Location and Place of Business 2560 Loma Ave., South EI Monte, CA 91733 Cost Schedule Item Nos: Description of Work Item # 6 Furnish, Fabricate steel plates, bolts, nuts/welding LICenSe No. PXp. Date' Phone 694303 -- 612019 (626) 575-0901 Subcontractor t B=-STATI-I2. Dollar Value of Work FAgeofm: Certifying Agency: Annual Gross Receipts: and Place of Business Cost Schedule Item Nos: License No. Description of Work Exp, Date. Phone Subcontractor 96E STATUS. Dollar Value of Work Age of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business - Cost Schedule Item Nos: Description of Work License No. i Exp. Date. Phone NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. (Use additional sheets as needed) C-3 FY 16-17 PASEO BRIDGE MAINTENANCE & PAINTING PROGRAM Projects M1020 & M1021 City of .Santa Clarita, California This bidder Slater Waterproofing, Inc. , proposed subcontractor Ramon Salazar Welding hereby certifies that lie has , has not_ x , 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 x filed 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: Slater Waterproofing, Inc. By; :Larry McCauley Title: resident Date: 05/30/2018 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 f A w4 � w.� 4 4 w� ww.i..- •j+:f Projects M1020 & M1021 City of Santa Clarita, California REFERENCES The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within the past 3 years, 1. City of Santa Clarita; 23920 Valencia Blvd., Santa Clarita, CA 91355 Name and Address of Owner / Agency Bryan Peck (661) 284-1408 Name and Telephone Number Contract i-amiliar with Project 90.00 Bridges/ Coating, Patching, bearing assemblies 06/09/2017 aunt i ype of Work Date Com 2. City of Pasadena; Public Works Dept.; 100 N. Garfield Ave, Suite# N306; Pasadena, CA 91101 Name and Address of Owner / Agency Tiffiny Tran; (626) 744-6771 Name and Telephone Number of Person Familiar with Project $ 2,071,115.62 Concrete Repair/Deck Coating 11/08/2017 Contract Amount Type of Work Date Completed 3. PCL Construction; 500 N. Brand Blvd. #1500, Glendale, CA 91203 (projects @ UCLA) Name and Address of Owner / Agency Sam Wen; (818) 246-3481 Name and Telephone Number of Person Familiar with Project $ 966,779.02 Fiber Reinforcement 09/12/2017 $ 1,103,943.97 Fiber Reinforcement 10/31/2017 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: U.S. Specialty Insurance Co., Dwight Reilly (714) 627-4582; 625 The City Drive So., Orange, CA 92868 Commercial Surety Bond Agency, Melissa Vaccaro (714) 516-1232; 1411 N. Batavia St., Suite 201, Orange, CA 92867 Slater Waterproofing, Inc. Contractor's Name C-4 Projects M1020 & M' BID SCHEDULE The Agency is bidding the project with this Bid Schedule, The Agency will award the Contract, based on the Contractor's Base Bid, to the lowest successful Bidder. The City reserves the right to reject any and all bids, to waive any informality in a bid, and to make awards in the interest of the City. If'the number entered on dais page conflicts with what is entered on Planer Bids, the Number entered on Planet Bids .shall govern. ITEM i NO. -~� 1 DESCRIPTION Surface Preparation and Paint Bottom Side of Structural steel UNIT SF i QTY. ! UNIT PRICE 3,520 16.00 TOTAL 56,320.00 2 Remove and Replace Type A Joints LF �� $ 95.00 $ 2,280.00 { 3 Remove and Replace Type B Joints LF so 250.00 3 $ 15,000.00 4 Replace Cracks on Bridge Deck LF ! 30—--�—� 20.00 $ 600.00 5 Repair Spaded Concrete -- SF 6$ r $125.00 l $ 8,250.00 F 6 Repair damaged Bearing Assembly EA - g$ 7,000.00 ! $ 56,000.00 7 Prepare and Treat Bridge Deck with Methacrylate SF 2,640 $ 12.00 $ 31,680.00 8 , Replace 8" beep Approach Slab SF so $ 120.00 $ 9,600.00 � 9 Reattach Loose Panels EA 16 100.00 $ 1,600.00 10 Install New Area brain EA 1 $ 2,500.00 I $ 2,500.00 11 Protection of Existing Facilities EA !' 3,500.00 $ 14,000.00 12 Traffic control EA 4 $ —��— 5,500.00 $ 22,000.00 r 13 Storm Water Pollution prevention (SWPPP) EA 4 $ 2,500.00 $ 10,000.00 GRAND TOTAL: 1i $ $ 229,830.00 Grand Total of Base Bid in Words, Two -hundred and twenty-nine thousand, eight hundred and thirty dollars. C-2 ADDENDUM #1 For City of Santa Clarita Invitation to Bid ENG -17-18-M1020-21 Fy16-17 Paseo Bridge Maintenance & Painting Program May 22, 2018 This addendum must be acknowledged via Planet Bids and should be included with the bid response. There was a non -mandatory, pre-bid meeting on May 15, 2018 beginning at 2:00 PM. The meeting was located at Hillsborough Parkway -II pedestrian bridge. Attending staff: • Peter Henne - Administrator, Public Works • Ron Fierro - Administrator, Public Works • Mary Alice Boxall - Labor Compliance Specialist, Public Works • Heather Andrews - Buyer, Administrative Services • Christine Saunders - Project Technician, Administrative Services The following vendors were in attendance: • Mark McCaule — Slater Waterproofing Inc. • Costas Skianis — Olympos Painting Inc. • John Burgeson — John Burgeson Contractors Inc • Richard Sear—Cali Paint The following was reviewed: Labor Compliance from the bid documents was discussed. If you have any questions please contact Mary Alice Boxall at 661-286-4172 The Following was reviewed: • The bid documents provided the detailed inspection report. Please review there. • The bridge starts at the first joint, where the bridge meets the concrete approach pad (one at each end of the bridge) • There are four (4) bridges total. • Each crack that needs repairs has been called out in the detailed inspection report. The following questions were asked and answered: Bid # ENG -17-18-M1020-21 1 Q. Can you clarify the repairs? a. One bridge has a slab that needs to be replaced. Repair Joints Repair loose panels No repairs to the chain link fence Bearing pads Painting Decks — repair significant cracks, there are two different types of joints, and sealed Traffic control plans must be approved by the City. Structural Painting Q. Do we have any slab removal and replacements needed? a. There is one called out in the inspection report. Q. What do you want to use to secure the loose panels? a. Use whatever method will make secure. Q. Is there painting on the underside of the bridge? a. Yes. Q. What is the weight of the bridge? a. 150,000lbs. average ontr ctor's representative Date Sfc(,iu Watkxrvo(n, i -V.- t � Company Name Bid # ENG -17-18-M1020-21 2 Ef ADDENDUM NO.3 FY16-17 PASEO BRIDGE MAINTENANCE AND PAINTING PROGRAM BID No. ENG -17-18-M1020-21 Project M1020 & M1021 Santa Clarita, California May 31, 2018 This Addendum forms 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 the Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. CHANGES TO PROJECT PLANS: Delete Sheets 03 (Miscellaneous Details), Sheet 04 (Hillsborough Pkwy -I), and Sheet 05 (Hillsborough Pkwy -II) and replace with the revised plan sheets provided with this addendum as Attachment 1, Revised Plans. QUESTIONS AND ANSWERS: Question 1: What is the total allowed time to complete 3 bridges the specs call for 45 days is this correct? Answer 1: The City will allow 45 working days for the work to be completed on all four (4) bridges. Question 2: What is the total allowed time to complete Grand view Drive — III bid alternative 1? Answer 2: Grandview Drive III work schedule is to be included in the time for the entire pi oject = 45 working days. Question 3: Detail I on sheet 03 calls for new bolts to match existing bolt diameter double nut and washer. Are the new bolts welded to the new '/Z" bearing plate? Answer 3: Please see Attachment 1, Revised Plans - Sheet 03, Detail 1 Question 4: Is the new bearing plate plug welded to the existing bolts? Answer 4: Please sec Attachment 1, Revised Plans — Sheet 03, Detail Project No. M1020 & M1021 Addendum 3 Page 1 of 3 Question 5: On sheet 04 and 05 Hillsborough parkway i and 2 calls for replace damage Anchorage. Bearing pad, repair cracked grout pads bearing assembly. Is Hillsborough 1 and 2 the only bridges that require repairs as described on sheet 3 detail 1 ? Answer 5: Yes — only Hillsborough Pkwy -I and Hillsborough Pkwy -II require work on the bearing pad assemblies. To clarify, Hillsborough Pkwy -I needs all four (4) of the bearing pad assemblies and anchorage replaced, as well as the cracked grout pad repaired; Hillsborough Pkwy -II needs all four (4) cracked grout pads repaired; Grandview Drive -I and Grandview Drive -III do not need any repairs to the bearing pad assemblies and anchorage, or the grout pads. They will require the areas of rust to be wire -brushed and touch-up painted to protect the metal surfaces from corrosion. Question 6: On sheet 4 elevation on the left side the note calls for the southeast. On the plan view it calls for the southwest On the right side no location is called out I am assuming it's the Northwest according to the plan view? Answer 6: The Plan view call -out all four (4) Bearing Pads by directional location: southwest, southeast, northwest, and northeast. All four (4) bearing pads are to receive replacement and repair work. Question 7: On sheet 05 elevation left and right side do not call out the location I am assuming the left side i (This is the question as submitted by the bidder) Answer 7: On Sheet 05 (Hillsborough Pkwy -II) the Plan view does identify all four (4) cracked grout pads for repairs, both Type B joints replaced, reattaching any loose panels; repairing spalled concrete behind the bearing assembly area, and deck prep & methacrylate treatment. ATTACHMENTS: Attachment 1 — Revised Plans Bidders shall acknowledge Addendum No. 3 by executing Bidders Certificate for Addendum i and returning Bidders Certificate with the bid. Robert G. a roan l5ate Director of Public Works Project No. M1020 & M1021 Addendum 3 Page 2 of 3 City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum NoZ and accept the aforementioned. !'� 1'3..I_[_, 201S Date s Si THIS PAGE OF THE DOCUMENT TO BE SUBMITTED WITH PROPOSAL Project No. M102o & M1021 Addendum 3 Page 3 of 3