Loading...
HomeMy WebLinkAbout2023-04-25 - AGENDA REPORTS - BRIDGE MAINT PGM M0127Agenda Item: 14 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: April 25, 2023 SUBJECT: 2017-18 BRIDGE PREVENTATIVE MAINTENANCE PROGRAM, PROJECT MO127 - PLANS AND SPECIFICATIONS, AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2017-18 Bridge Preventative Maintenance Program, Project MO 127. 2. Find the 2017-18 Bridge Preventative Maintenance Program exempt from review under the California Environmental Quality Act (CEQA) pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301. 3. Award the construction contract to Peterson -Chase General Engineering Construction, Inc., in the amount of $399,732 and authorize a contingency in the amount of $59,959 for a total contract amount not to exceed $459,691. 3. Extend the current contract and authorize an increased expenditure authority for construction support services for the 2017-18 Bridge Preventative Maintenance Program, Project MO127 with TetraTech, Inc., in the amount of $29,020 and authorize a contingency in the amount of $4,353, for a total additional contract amount not to exceed $33,373. 4. Authorize an increase for Miscellaneous Federal Grants (Highway Bridge Program) revenue account 229-442409 in the amount of $343,036, and appropriate to expenditure account M0127229-516101, 2017-18 Bridge Preventative Maintenance Program. 5. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. Page 1 Packet Pg. 90 BACKGROUND The 2017-18 Bridge Preventative Maintenance Program (BPMP) project will provide preventative maintenance and repairs for six bridges in the City of Santa Clarita (City). The project will consist of sealing concrete bridge decks, patching spalling and delaminated concrete, cleaning and replacing expansion joints and sealants, and replacing one bridge deck asphalt overlay. The six bridges include Bouquet Canyon Road over Bouquet Canyon Channel, Soledad Canyon Road over Mint Canyon Channel, Decoro Drive over Dry Canyon Channel, Festividad Drive over Dry Canyon Channel, Haskell Canyon Road over Bouquet Canyon Channel, and Atwood Boulevard over Santa Clara River South Fork. This project supports the Sustaining Public Infrastructure theme of the City's five-year strategic plan, Santa Clarita 2025. The 2017-18 BPMP is not subject to CEQA review pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301, which exempts from CEQA review projects that consist of the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographical features involving negligible or no expansion of existing or former use. Examples include, but are not limited to, existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities. This project meets the criteria for this exemption because the 2017-18 BPMP will be performing repairs and maintenance to existing bridges. An invitation to bid was prepared and published twice in The Signal newspaper on January 25 and February 1, 2023, and posted on BidNet. The bid specifications were downloaded by 23 vendors; however, no bids were submitted to Purchasing by the February 28, 2023, deadline. In the event the City does not receive a formal bid, the City's Purchasing Policy provides for direct negotiation. Specifically, the City's Purchasing Policy states: "When no formal, responsive, or responsible bids are received, the City Manager (or designee), in adherence of the California Public Contract Code as applicable, and the City's municipal code, may authorize staff to negotiate a contract and bring an award recommendation, if required by this Policy, to the City Council for approval." Due to the volatile bidding environment and high construction activity throughout Southern California, the City has experienced receiving fewer project bids. Staff followed up with the plan holders to assess why no construction bids were received on this project. The feedback included some contractors stating they do not typically perform this specific scope of work, and others noted they were not interested in bidding on smaller projects. The City reviewed contractors that have regularly performed this specific scope of work and requested a proposal from Peterson -Chase General Engineering Construction, Inc. (Peterson - Chase). Peterson -Chase has extensive experience working with the City on federally funded bridge maintenance projects. Peterson -Chase has been regularly contracted for similar scopes of work by Caltrans and Los Angeles County. Page 2 Packet Pg. 91 As a result, staff negotiated a fair and reasonable bid as shown below: Company Location Bid Amount Peterson -Chase General Engineering Construction, Inc. Irvine, CA $399,732 Staff recommends awarding the construction contract to Peterson -Chase based on their in-depth understanding of the project scope and familiarity with adhering to the policies and procedures of Caltrans and the Federal Highway Administration. This contractor possesses a valid Class A State Contractor's License and is in good standing with the Contractors State License Board. Staff reviewed the proposal for accuracy and conformance to the contract document and found it to be complete. Their proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. The requested construction contingency will cover the cost of unforeseen conditions such as the uncertainty of repair work at specific locations, additional concrete deterioration due to recent rain events, potential utility conflicts, or abandoned utilities not shown in record drawings, and any additional work requested by the City. Construction Design and Support Services On June 18, 2018, the City signed a design contract with Tetra Tech, Inc. (Tetra Tech) in the amount of $49,716. Tetra Tech was selected through a Request for Proposal process and is the Engineer of Record for the 2017-18 BPMP. Their knowledge and expertise are valuable to the project and necessary to ensure compliance with the design plans and specifications. Staff has negotiated a fair and reasonable price with Tetra Tech for the work required to complete the 2017-18 BPMP. This proposal is available in the City Clerk's Reading File. The recommended action to extend the current contract and increase expenditure authority by $33,373 including contingency, will ensure the project's successful completion. This increase will allow Tetra Tech to provide construction support at regular meetings, review submittals, respond to requests for information, and complete the as -built drawings. The remaining funds will cover all anticipated project administrative costs, including project management, public works inspection, materials testing, deputy inspection, stormwater inspections, utility fees, and labor compliance monitoring. Federal Grant Funds Caltrans Federal Highway Bridge Program (HBP) funding for the design of this project was originally requested as part of the Fiscal Year 2017-18 budget. Due to increases in construction costs and requests by multiple agencies for additional funding at that time, the HBP funding was placed on hold. Once the HBP resumed funding in 2019, the City applied for funds to move forward with construction. However, approval of the construction funds was further delayed by HBP until January 11, 2023, when the City finally received Authorization to Proceed with construction from Caltrans securing $343,036 of HBP funds. Staff is requesting the appropriation of these funds to the project account. Page 3 Packet Pg. 92 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 2017-18 Bridge Preventative Maintenance Program expenditure account M0127229-516101 (Misc Federal Grant Funds) and M0127233-516101 (TDA 8 Funds) to support the recommended contracts and project administrative costs. ATTACHMENTS Location Map Bid Proposal for Peterson -Chase Construction Engineering, Inc. (available in the City Clerk's Reading File) Proposal for Tetra Tech, Inc. (available in the City Clerk's Reading File) Page 4 Packet Pg. 93 f 1 I 1 ly— ! I + f+I 1 1\ t State Bridge #: 53C1S29 County Bridge #: 2035 D—om Or. over Dry Cyn. Channel State Bridge #: 53CIS38 County Bridge #: 2084 Festividad Dr. over Dry Cyn. Channel R1 State Bridge #: 53C2155 County Bridge #: 2511 Atwood Blvd. over Santa Clara River SF --------- i I � 1 r I r —_J 1 � T I I L I- -"1 vns�auEa s,a t-� I 1 1 ; I I State Bridge #; 53C1850 County Bridge #: 3263 Haskell Cyn. Rd. over Bouquet Cyn. Channel State Bridge #: 53C0478 County Bridge #: 2119 Souq uet Cyn Rd. over Souge t Cyn. Channel r°r#SANTA GLARITA 2017-18 BRIDGE PREVENTATIVE MAINTENANCE PI CITY DID No. CIP-22-23-MO127 FEDERAL -AID PROJECT BPMPL-5450(095) 1 State Bridge J: 53C6554 County Bridge #: 2319 Sole,dad Cyn. Rd. over Mint Cyn. Channel I I -- r I 1 i 1 I ram' PI2INwF:y t `� 1 1 IN 1 9 1 I I RP I + — �% I I ti r r I I r---i I r 1 + r I r I I 1 Legend _ I I - ' Bridge ------ Santa Clara River Q 0,75 1.5 City Boundary Miles 14.a The City of Sarda Clarita does not war the accuracy of the data and assumes I.iahi lity for any errors or omissions. Date updated: March 27, 2023 Map prepared by: City of Santa (aarita GIS Division Packet Pg. 94 Q C� G R U O r C d E m U r Q SECTION C Bid Submittals Addendum No. 1 February 15, 2023 Addendum No. 1 BID # CIP-22-23-MO127 Bridge Preventative Maintenance Program - Construction City of Santa Clarita, California This addendum must be acknowledged via SidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on February 14, 2023, beginning at 2:00 p.m. (PT). The meeting was located at 23920 Valencia Blvd, Santa Clarita, CA 91355, Suite 125A. Attending Staff: Diana Previtire — Project Development Coordinator, Capital Improvement Projects Mariela Delgado - Buyer, Administrative Services Attending Vendors: • Mark McCauley, Slater Waterproofing Inc. The following questions were asked and answered: Ql) Are there any hardcopy documents that need to be submitted with the bid? Al) The notarized bid bond should be delivered to 23920 Valencia Blvd, Santa Clarita, CA, Suite 120 (Attn: Purchasing), prior to the bid closing. Q2) Are all posts being replaced, or are some requiring repair work? A2) The scope of work varies by the bridge on this project. Q3) When can work commence on the Decoro and Dry Canyon Channel bridge? A3) Due to the bridge's proximity to two schools, the work cannot begin until after June 1, 2023, and must be completed before August 8, 2023. Q4) Is the Decoro Drive and Dry Canyon Channel bridge getting overlay? A4) No, it is not. Q5) Can work be done with one lane open, or does this require the closure of one-half of the bridge at a time while work is being done? AS) The hours and number of lane closures allowed vary depending on the bridge location. Q6) Does the entire bridge deck that is being overlayed at Atwood Boulevard need to be closed during that work, or can half of the bridge be overlayed at a time? BID # CIP-22-23-MO127 Addendum No. 1 February 15, 2023 A6) The working hours and traffic control for Atwood state day work with flaggers. The contractor could close one half of the bridge and keep the other open. However, this is the only access point for residences past the bridge. Some access for those residents must be maintained. Q7) Does the Sierra Highway and Solamint bridge need work done as well? A7) No, this bridge is not part of the project. Q8) What lane closures are allowed at Bouquet Canyon Bridge over Bouquet Canyon Channel? A8) As noted in the location's working hours and traffic control, two lanes need to be open in each direction while work is being done overnight. Q9) What lane closures are allowed at Soledad Canyon Road over Mint Canyon Channel? A9) As noted in the location's working hours and traffic control, only one lane needs to be open in each direction while work is being done overnight. Q10) Is the joint sealant at Soledad Canyon Road over Mint Canyon Channel Type A or Type B joint sealant, and what is the correct quantity? A10) The joint sealant at Soledad Canyon Road over Mint Canyon Channel is a Type B joint sealant. The bid schedule lists the item correctly, with a quantity of 46 linear feet to be removed and replaced. The followine was reviewed: • Project scope of work. • Bidding guidelines. • Permit requirements. • Federal project requirements. This addendum must Contractor's END OF ADDENDUM via BidNet and should be included with the response. Greg Chase, President Peterson -Chase General Engineering Construction, Inc. Company Name BID # CIP-22-23-MO127 03 O Date DowSlgn Envelope 10_ F25D7431-0030-4B4B-881C-7F04131B5F99 p�ghlVTA C, Addendum No. 2 BID # CIP-22-23-MO127 Bridge Preventative Maintenance Program - Construction City of Santa Clarita, California Addendum No. 2 February 21, 2023 This addendum must be acknowledged via BldNet and should be included with the proposal response. The purpose of this addendum is to address the following for this Request for Proposals (RFP): 1. PREVAILING WAGE REQUIREMENTS Please see the latest modification to prevailing wage requirements below. P QWA, Damon e City Engineer This addendum must Contractor's END OF ADDENDUM acknowledged via BidNet and should be included with the response. Greg Chase, President Peterson -Chase General Engineering Construction, Inc. Company Name BID # CIP-22-23-MO127 jML0912-3 Date PROPOSAL FORM Bid #CIP-22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filingthe necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: Peterson -Chase General Engineering Construction, Inc. Company Address: 16351 Construction Circle West Irvine, CA 92606 Phone: _(949) 252-0441 Email: By: Title: Signature: Date: Greg@petersonchase.com NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. [1!►1 LTM ,i1*► 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 limitthe 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. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liabilitv Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above performed for the City. /'i Authorized Signature: Printed Name: Greg Chase A and agree to be bound by them for any work BID SCHEDULE Bid #CIP-22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa C►arita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. INO. DESCRIPTION QTY UNIT PRICE TOTAL Bouquet Cyn Rd over Bouquet Cyn 1 Channel (53C0478-2119): 1 LS $7,500.00 $7,500.00 Mobilization/Demobilization Bouquet Cyn Rd over Bouquet Cyn 2 Channel (53C0478-2119): Public Safety 1 LS $2,500.00 $2,500.00 Plan Bouquet Cyn Rd over Bouquet Cyn 3. Channel (53C0478-2119): Traffic Control 1 LS $9,500.00 $9,500.00 Bouquet Cyn Rd over Bouquet Cyn 4 Channel (53C0478-2119): Best 1 LS $3,500.00 $3,500.00 Management Practices (BMPs) Bouquet Cyn Rd over Bouquet Cyn 5 Channel (53C0478-2119): Prepare SF $0.75 $10,260.00 Concrete Bridge Deck Surface 13,680 Bouquet Cyn Rd over Bouquet Cyn 6 Channel (53C0478-2119): Furnish Bridge 152 GAL $85.00 $12,920.00 Deck Treatment Material Bouquet Cyn Rd over Bouquet Cyn 7 Channel (53C0478-2119): Treat Bridge 13,680 SF $1.26 $17,236.80 Deck Bouquet Cyn Rd over Bouquet Cyn 8 Channel (53C0478-2119): Repair Spalled 50 SF $300.00 $15,000.00 Surface Area Bouquet Cyn Rd over Bouquet Cyn 9 Channel (53C0478-2119): Minor Concrete 1 CY and Mortar $5,500.00 $5,500.00 Bouquet Cyn Rd over Bouquet Cyn 30. Channel (53C0478-2119): Reinforcement 7 LB $25.00 $175.00 Bouquet Cyn Rd over Bouquet Cyn 11- Channel (53C0478-2119): Epoxy Doweling 6 EA $75.00 $450.00 Bouquet Cyn Rd over Bouquet Cyn 12 Channel (53C0478-2119): Remove 1 LS $3,250.00 $3250.00 Painted Traffic Striping Bouquet Cyn Rd over Bouquet Cyn Channel (53C0478-2119): Replace Painted 13. Traffic Striping with Thermoplastic 1 LS $2,600.00 $2,600.00 Striping Bouquet Cyn Rd over Bouquet Cyn 14. Channel (53C0478-2119): Remove 1 LS $585.00 $585.00 Pavement Markers Bouquet Cyn Rd over Bouquet Cyn 15. Channel (53C0478-2119): Replace 1 LS $1,200.00 $1,200.00 Pavement Markers Soledad Cyn Rd over Mint Cyn Channel 16. (53C0554-2319): 1 LS $6,500.00 $6,500.00 Mobilization/Demobilization Soledad Cyn Rd over Mint Cyn Channel $8,500.00 $8,500.00 17 (53C0554-2319): Traffic Control 1 Soledad Cyn Rd over Mint Cyn Channel 18 (53C0554-2319): Best Management 1 LS $3,500.00 $3,500.00 Practices (BMPs) Soledad Cyn Rd over Mint Cyn Channel 19 (53C0554-2319): Minor Concrete and 1 Cy $5,500.00 $5,500.00 Mortar Soledad Cyn Rd over Mint Cyn Channel 20. (53C0554-2319): Reinforcement 11 LB $25.00 $275.00 Soledad Cyn Rd over Mint Cyn Channel 21. (53C0554-2319): Epoxy Doweling 9 EA $75.00 $675.00 Soledad Cyn Rd over Mint Cyn Channel 22• (53C0554-2319): Repair Spalled Joints 50 SF $350.00 $17,500.00 Soledad Cyn Rd over Mint Cyn Channel 23 (53C0554-2319): Clean and Remove 46 LF $50.00 $2,300.00 Expansion Joint Seal Soledad Cyn Rd over Mint Cyn Channel 24 (53C0554-2319): Type "B" Joint Seal 46 LF $100.00 $4,600.00 (MR=1-1/2") Decoro Dr over Dry Cyn Channel 25 (53C1829-2035): 1 LS $8,500.00 $8,500.00 Mobilization/Demobilization Decoro Dr over Dry Cyn Channel 26• (53C1829-2035): Traffic Control 1 LS $8,500.00 $8,500.00 Decoro Dr over Dry Cyn Channel 27 (53C1829-2035): Best Management 1 LS $3,500.00 $3,500.00 Practices (BMPs) Decoro Dr over Dry Cyn Channel 28 (53C1829-2035): Repair Spalled Surface 20 SF $300.00 $6,000.00 Area Decoro Dr over Dry Cyn Channel 29 (53C1829-2035): Minor Concrete and 1 CY $5,500.00 $5,500.00 Mortar Decoro Dr over Dry Cyn Channel 30. (53C1829-2035): Reinforcement 8 LB $50.00 $400.00 Decoro Dr over Dry Cyn Channel 31. (53C1829-2035): Epoxy Doweling 18 EA $75.00 $1,350.00 Decoro Dr over Dry Cyn Channel 32• (53C1829-2035): Repair Spalled Joints 30 LF $350.00 $1,050.00 Decoro Dr over Dry Cyn Channel 33. (53C1829-2035): Clean and Remove 127 LF $50.00 $6,350.00 Expansion Joint Seal Decoro Dr over Dry Cyn Channel 34. (53C1829-2035): Type "B" Joint Seal 127 LF $75.00 $9,525.00 (MR=1-1/2") Decoro Dr over Dry Cyn Channel 35. (53C1829-2035): Remove Painted 1 LS $1,650.00 $1,650.00 Pavement Marking Decoro Dr over Dry Cyn Channel (53C1829-2035): Replace Painted 36. Pavement Marking with Thermoplastic 1 LS $1,285.00 $1,285.00 Striping Decoro Dr over Dry Cyn Channel 37 (53C1829-2035): Remove Painted Traffic 1 LS $1,650.00 $1,650.00 Striping Decoro Dr over Dry Cyn Channel 38 (53C1829-2035): Replace Painted Traffic 1 LS $1,280.00 $1,280.00 Striping with Thermoplastic Striping Decoro Dr over Dry Cyn Channel 39 (53C1829-2035): Remove Pavement 1 LS $585.00 $585.00 Markers Decoro Dr over Dry Cyn Channel 40. (53C1829-2035): Replace Pavement 1 LS $1,200.00 $1,200.00 Markers Decoro Dr over Dry Cyn Channel 41. (53C1829-2035): Replace Missing Nuts 10 EA $50.00 $500.00 Festividad Dr over Dry Cyn Channel 42 (53C1538-2084): 1 LS $7,500.00 $7,500.00 Mobilization/Demobilization Festividad Dr over Dry Cyn Channel 43. (53C1538-2084): Public Safety Plan 1 LS $2,500.00 $2,500.00 Festividad Dr over Dry Cyn Channel 44- (53C1538-2084): Traffic Control 1 LS $8,500.00 $8,500.00 Festividad Dr over Dry Cyn Channel 45. (53C1538-2084): Best Management 1 LS $3,500.00 $3,500.00 Practices (BMPs) Festividad Dr over Dry Cyn Channel 46. (53C1538-2084): Prepare Concrete Bridge 1,800 SF $3.00 $5,400.00 Deck Surface Festividad Dr over Dry Cyn Channel 47.(53C1538-2084): Furnish Bridge Deck 20 GAL $85.00 $1,700.00 Treatment Material Festividad Dr over Dry Cyn Channel 48. (53C1538-2084): Treat Bridge Deck 1,800 SF $3.00 $5,400.00 Festividad Dr over Dry Cyn Channel 49.(53C1538-2084): Minor Concrete and 1 Cy $5,500.00 $5,500.00 Mortar Festividad Dr over Dry Cyn Channel 50. (53C1538-2084): Reinforcement 1 LB $100.00 $100.00 Festividad Dr over Dry Cyn Channel 51. (53C1538-2084): Epoxy Doweling 2 EA $75.00 $150.00 Festividad Dr over Dry Cyn Channel 52. (53C1538-2084): Repair Spalled Joints 3 LF $350.00 $1,050.00 Festividad Dr over Dry Cyn Channel 53. (53C1538-2084): Clean and Remove 104 LF $50.00 $5,200.00 Expansion Joint Seal Festividad Dr over Dry Cyn Channel 54. (53C1538-2084): Type "A" Joint Seal 104 LF $65.00 $6,760.00 (MR=1") Haskell Cyn Rd over Bouquet Cyn Channel 55. (53C1860-3263): 1 LS $7,000.00 $7,000.00 Mobilization/Demobilization Haskell Cyn Rd over Bouquet Cyn Channel 56. (53C1860-3263): Traffic Control 1 LS $8,500.00 $8,500.00 Haskell Cyn Rd over Bouquet Cyn Channel 57 (53C1860-3263): Best Management 1 LS $3,500.00 $3,500.00 Practices (BMPs) Haskell Cyn Rd over Bouquet Cyn Channel 58 (53C1860-3263): Repair Spalled Surface 50 SF $300.00 $15,000.00 Area Haskell Cyn Rd over Bouquet Cyn Channel 59 (53C1860-3263): Minor Concrete and 1 CY $5,500.00 $5,500.00 Mortar Haskell Cyn Rd over Bouquet Cyn Channel 60. (53C1860-3263): Clean and Remove 92 LF $55.00 $5,060.00 Expansion Joint Seal Haskell Cyn Rd over Bouquet Cyn Channel 61. (53C1860-3263): Type "A" Joint Seal 92 LF $65.00 $5,980.00 (MR=1") Atwood Blvd over Santa Clara River SF 62 (53C2165-2611): 1 LS $7,500.00 $7,500.00 Mobilization/Demobilization Atwood Blvd over Santa Clara River SF 63. (53C2165-2611): Traffic Control 1 LS $8,500.00 $8,500.00 Atwood Blvd over Santa Clara River SF 64. (53C2165-2611): Best Management 1 LS $3,500.00 $3,500.00 Practices (BMPs) Atwood Blvd over Santa Clara River SF 65. (53C2165-2611): Minor Concrete and 3.5 CY $5,500.00 $19,250.00 Mortar Atwood Blvd over Santa Clara River SF 66. (53C2165-2611): Reinforcement 56 LB $50.00 $2,800.00 Atwood Blvd over Santa Clara River SF 67 (53C2165-2611): Epoxy Doweling 14 EA $75.00 $1,050.00 Atwood Blvd over Santa Clara River SF 68 (53C2165-2611): Cold Plane Asphalt 1,080 SF $16.00 $280.00 Concrete Pavement Atwood Blvd over Santa Clara River SF 69. (53C2165-2611): Asphalt Rubber Hot Mix 15 TON $1,650.00 ' $24,750.00 (ARHM) Atwood Blvd over Santa Clara River SF 70 (53C2165-2611): Remove and Replace 1 EA $1,500.00 $1,500.00 Fence Post and Foundation TOTAL BASE 810 AMOUNT.• $399,731.80 TOTAL BASE BID AMOUNT IN WORDS: Three hundred and ninety-nine thousand, seven hundred and thirty-one dollars and eighty cents. BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-22-23-M0127 2017-18 Bridge Preventative Maintenance Program — Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Business Address: Telephone No.: 16351 Construction Circle West, Irvine, CA 92606 (949) 252-0441 State CONTRACTOR's License No. & Class: 615876 / A, C13, C32 DIR No.: 1000004108 Original Date: 3/23/1991 Expiration Date: 3//31/23 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: Greg Chase - President - 26 Marbella, Monarch Beach, CA 92629 - (949) 292-5779 Dick W. Vogels- VP/SEC/TREAS - 22632 Sweetmeadow, Mission Viejo, CA 92692 - (949) 292-5819 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: None All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: None IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this / 00 d^y A 4 5 20,;.5 BIDDER: Signature Greg Chas Pr sident Name and Title ol Signatory Peterson -Chase General Engineering Construction, Inc. Legal Name of Bidder 16351 Construction Circle West, Irvine, CA 92606 Address (949) 252-0441 33-0445961 Telephone Number Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #CIP-22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa Clarita, California 1. Submitted by: Greg Chase Telephone: (949) 252-0441 Principal office Address: 16351 Construction Circle West, Irvine, CA 92606 2. Type of Firm: ❑ C Corporation A S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 1 /3/1991 State of Incorporation: CA President's Name: Greg Chase Vice -President's Name: Dick W. Vogels Secretary or Clerk's Name: Dick W. Vogels Treasurer's Name: Dick W. Vogels 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a l0io interest: Designate which are General or Managing Partners. BIDDER'S QUESTIONNAIRE Icont'di Bid #CIP-22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santo Clarita, California 4. Name of person holding CONTRACTOR's license: Greg Chase License number: 615876 CIasA, C13, C3? xpiration Date: 3/31/23 D.I.R. Registration # 1000004108 S. CONTRACTOR's Representative: Greg Chase Title: President Alternate: Dick W. Vogels Title: 6. list the major construction projects your organization has in progress as of this date: A. Owner: Caltrans Project Location: Los Angeles Type of Project: Conc Slab Repl. HMA Paving, Elec. and Landscape Wk B. Owner: Caltrans Project Location: Los Angeles Type of Project: Construct Guardrails, Concrete Barrier and Slope Paving C. Owner: Caltrans Project Location: Buena Park CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. Peterson -Chase General Engineering Construction, Inc. BIDDER 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). DESIGNATION OF SUBCONTRACTORS Bid # CIP-22-23-MO127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa Clarita, California listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of X 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. if no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Calmex Engineering, Inc. 1000005380 $34,350.00 Age of firm: DBE: Yes No Annual Gross Receipts: 29 years Certifying Age $30 million 2764 S. Vista Ave, Bloomington, CA 92316 Bid Schedule item No's: Description of Work 68,69 Cold Plane Asphalt I Asphalt Rubber Hot Mix License No. Exp. Date: / / Phone ( ) 685954 3/31/2024 (760) 566-8732 Subcontractor DIR Registration No.* Dollar Value of Work PCI 1000813536 $14,700.00 Age of firm: DBE: Yes No Annual Gross Receipts: 41 years Certifying Ag ep. $27,080.00 Location and Place of Business 975 W. 1 st Street, Azusa, CA 91702 Bid Schedule Item No's: I Description of Work 12-15, 35-40 415490 & Pavement Markers Date: 7/31 /2023 (562) 218-0504 DIR Registration No.* Dollar Value of Work affic Control Foffinn: 1000007079 $41,400.00 DB�Yeo Annual Gross Receipts: years Cery: Caltrans $15 million Location and Place of Business 17311 S. Main Street Gardena CA 90248 Bid Schedule Item No's: Description of Work 3,17,26,44,56,63 Traffic Control License No. Exp. Date: / / Phone { ) 931953 4/30/2023 (310) 513-6209 NOTE: A BIODtH or subcontractor snail not be quaimea to via on, be ustea in a via proposat, subject to me requirements or aecuon 4iu4 or ine Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It Is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER Is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *pursuant to Division 2, Part 7, Chapter 1(commencing with section 1720) of the California Labor Code. REFERENCES Bid #CIP 22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1 Caltrans -27261 Las Ramblas Rd., #160, Mission Viejo, CA 92691 Name and Address of Owner / Agency Kifah Ramadan - RE- 949-279-8625 Name and Telephone Number of Person Familiar with Project Place Poly Conc on 3 5,129,064.80 Bridges & Repi Conc Barriers 7/7/2022 Contract Amount Type of Work Date Completed 2, Caltrans - 9540 Center Ave., #120, Rancho Cucamonga, CA 91730 Name and Address of Owner / Agency Kee Ooi - 951-840-8323 Name and Telephone Number of Person Familiar with Project Furnish and treat bridge deck 930,045.92 and replace joint seals 4/22/2022 Contract Amount Type of Work Date Completed 3. County of Los Angeles - 900 South Fremont Ave, Alhambra, CA 91803 Name and Address of Owner / Agency ROBERT EISENHAMER - 626-458-3155 Name and Telephone Number of Person Familiar with Project Bridge Maintenance 9,149,8601n Program rmi ip R 7/27/2n22 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: Culbertson Insurance Services - 5500 E. Santa Ana Canyon Rd., Suite 200, Anaheim, CA 92807. (714) 921-0530 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49 CODE OF FEDERAL REGULATIONS PART 29 Bid #CIP-22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095 City Project No. M0127 City of Santa Clarita, California 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 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 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. None 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. N/A The Contractor further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department/agency. NOTE: Providing false information may suit in criminal prosecution or administrative sanctions. The above certification is part of h r igning this Proposal on the signature portion thereof shall also constitute signature of th' C Y Bidder: Signature Title EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #CIP-22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa Clarita, California This biddefeterson-Chase G.E.C., Inc proposed subcontractor hereby certifies that it has X_, has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X has not 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: Peterson -Chase General Engineering Construction, Inc. Title: President Date: 3 1 `t /,aa-� 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 $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. BIDDER'S BOND Bid #CIP-22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ 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 CITY provided this Proposal shall be accepted by said CITY 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: Bridge Preventative Maintenance Program - Construction Bid No. CIP-22- 27 // Project No. M0127 Bidder's Signature Peterson -Chase General Engineering Construction, Inc. CONTRACTOR/BIDDER 16351 Construction Cir W Address City, State, 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. PROPOSAL GUARANTEE BID BOND Bond #0284226 Bid #CIP-22-23-M0127 Premium: Nil Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa Clarita, California Peterson -Chase General KNOW ALL PERSONS BY THESE PRESENTS that Engineering Construction, Inc. , as BIDDER, and Great American Insurance Company as SURETY, are held and firmly bound unto the ten percent City of Santa Clarita, as CITY, in the penal sum of of amount bid dollars ($10% ), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 3rd CONTRACTOR: Day of March 2023. Peterson -Chase General Engineering Construction, Inc. Name and Title of Signatory Legal Name of Bidder 16351 Construction Circle West, Irvine, CA 92606 Bidder Address (949) 252-0441 Telephone Number 33-0445961 Federal Tax rP9 CV -die. SUREW: Great American Insurance Company Name tVarles U Flake / Attorney -in -Fact (714) 740-2400 hyoshioka@gaig.com Phone Number and Email 750 The City Drive South, #470, Orange, CA 92868 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Contractor and Surety's signatures must be notarized prior to submittal. Authorized Representative Culbertson Insurance Services, Inc. 5500 E. Santa Ana Canyon Road, #201 Anaheim, CA 92807 (714) 921-0530 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 Orange On 3/3/2023 before me, Heather Willis , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake Name(s) of Signer(s) HEATHER WILLIS COMM. #2334057 Cl) NOTARY PUBLIC - CALIFORNIA K ORANGE COUNTY -. MY COMM. DIVES SEPTEMBER25, 2024 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature Place Notary Seal Above Signature of Notary Public Heather Willis OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): — ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No.o 20942 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power DAVID L. CULBERTSON HEATHER WILLIS ALL OF ALL CHARLES L. FLAKE LEXIE SHERWOOD ANAHEIM, $100,000,000.00 SPENCER FLAKE CALIFORNIA This Power of Attorney revokes all previous powers issued on behalf of the attorneys) -in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 8TH day of SEPTEMBER 2020 Attest GREAT AMERICAN INSU RANCE COMPAN ///,, i Assistant Secretary Divisional Senior Vice President STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK VICARIO (877-377-2405) On this 8TH day of SEPTEMBER , 2020 , before me personally appeared MARK VICARIO, tome known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. SUSAN A KOHORST n Notary Public State of Ohio ?o v°• My Comm. Expires May 18, 2025 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,' to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 3rd day of March 2023 ��„NSucl4. Z. Assistant Secretary S1029AH (03/20) CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 <, x,-'�{+Yfi4?$d�;�"Ft��d�>�'::�.��'Y�i'.�^,r�'n5�;�.:.�:.•e��1.5;h...R;�3:��T.�;,.4Y:F.�s�',:-+�:''�k`i.-:.,;.:s�;.,-,`3#`,S";'.�ca�Ni,.,.. 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 1 County of Orange J} On 3/9/2023 before me, Kali Goglanian. Notary Public Date Here Insert Name and Title of the Officer personally appeared Greg Chase Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. .�..�•,,y+f' KALI GOGLANIAN Notary Public - California oOrange County is Commission p 2278250 My Comm. Expires Mar 19, 2023 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official I. 1 Signature OA Signature of Notar Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: 02018 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General 0 Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santo Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. NON -COLLUSION AFFIDAVIT Bid #CIP-22-23-M0127 Bridge Preventative Maintenance Program - Construction Federal Aid Project BPMPL-5450(095) City Project No. M0127 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF' nc ANGE ES ) Orange Greg Chase being first duly sworn deposes and says that he/she is the president (sole owner, a partner, president, etc.) of Peterson -Chase General Engineering Construction. Inc. 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 its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to su54 person or persons as have a partnership or other financial interest with said BIDDER in his generalpnsirye�sf� Bidder: Signature Title President Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment ExmByr 15-G CONSTRUCTION CONTRACT DBE Ct)MMITmEN-r 1_ Local Agency City of Santa Clarita 2, Contract DBE Goal: 18% 3, Project Description: Bridge Preventative Maintenance Program - Construction 4_ Project Location: Santa. Clarita 5. Bidder's Name: Peterson -Chase G.E.C.. Inc. 6. Prime Certified DBE: ❑ T Bid Amount: $ 389,704.44 8. Total Dollar Amount for ALL Subcontractors: $ 102,830.00 9_ Total Number of AsLI Subcontractors: 10. Bid Item Number 11 Description of Work, Service, or Materials Supplied 12. DBE Certification Number 13. DBE Contact Information (Must be certified on the date bids are opened) 14_ DBE Dollar Amount 3,17,26, 44 56 63110-513-6209 Traffic Control 37718 Synergy Traffic Control 17311 S. Main St., Gardena, CA 90248 $41,400.00 Local Agency to Complete this Section upon Execution of Award 15. TOTAL CLAIMED DBE PARTICIPATION $41,400.00 21. Local Agency Contract Number. 22. Federal -Aid Project Number 11 °'° 23. Bid Opening Date: IMPORTANT: Identify all DBE firms being claimed for credit, 24. Contract Award Date: 25. Award Amount: regardless of ti _ Nwnes of First Tier DBE Subcontractors and their respect' a to s) fi rk listed above must be consistent, where appli ab t es and items of the work in the Local Agency certifies that all DBE certifications are valid and information on "Subcontra for i " u itted with your bid_ Written confirmation of this form is complete and accurate. each Ii ed s red_ �3 3 26. Local Agency Representative's Signature 27. Date 16. P parr Signature .17. Date C Gy9 -I _0yy� 28. Local Agency Representative's Name 29_ Phone '18. PreMinets Name 19. Phone 30. Local Agency Representative's Title 20. Preparer's Title DISTRIBUTION. 1. Original — Local Agency 2. Copy — Galtrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de -obligation of federal funds on contract. 3_ Include additional copy with award package. LPP 18-01 Page 1 of 3 January 2019 Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment ADA Notice: Fqr individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3680 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. INSTRUCTIONS - CONSTRUCTION CONTRACT DBE CO-NBIITMENT CONTRACTOR SECTION 1. Local Agency - Enter the name of the local agency that is administering the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Location - Enter the project location(s) as it appears on the project advertisement. 4. Project Description - Enter the project description as it appears on the project advertisement. (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 5. Bidder's Name - Enter the contractor's firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Bid Amount - Enter the total contract bid dollar amount for the prime contractor. 8. Total Dollar Amount for ALL Subcontractors — Enter the total dollar amount for all subcontracted contractors. SUM = (DBEs + all Non -DBEs). Do not include the prime contractor information in this count. 9. Total number of ALL subcontractors — Enter the total number of all subcontracted contractors. SUM = (DBEs + all Non -DBEs). Do not include the prime contractor information in this count. 10. Bid Item Number - Enter bid item number for work, services, or materials supplied to be provided. 11. Description of Work, Services, or :Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prune contractor's own forces, if the prime is a DBE. If 1000 o of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or fiunished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE funs. 12. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on the date bids are opened. 13. DBE Contact Information - Enter the name, address. and phone number of all DBE subcontracted contractors. Also, enter the prime contractor's name and phone ntunber, if the prime is a DBE. 14. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime contractor if the prime is a DBE. See LAPM Chapter 9 for how to count fiilllpartial participation. 15. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the "DBE Dollar Amount" column. %: Enter the total DBE participation claimed ("Total Claimed DBE Participation Dollars" divided by item 'Bid Amount"). If the total % claimed is less than item "Contract DBE Goal," an adequately docinuented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 16. Preparer's Signature - The person completing the DBE commitment form on behalf of the contractor's fim must sign their name. 17. Date - Enter the date the DBE commitment form is signed by the contractor's preparer. 18. Preparer's Name - Enter the name of the person preparing and signing the contractor's DBE commitment form. 19. Phone - Enter the area code and phone number of the person signing the contractor's DBE commitment form. 20. Preparer's Title - Enter the position/title of the person signing the contractor's DBE commitment form. LOCAL AGENCY SECTION 21. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 22. Federal -Aid Project Number - Enter the Federal -Aid Project Nutuber(s). 23. Bid Opening Date - Enter the date contract bids were opened. 24. Contract Award Date - Enter the date the contract was executed. 25. Award Amount — Enter the contract award amount as stated in the executed contract. 26, Local Agency Representative's Signature - The person completing this section of the form for the Local Agency mmtst sign their name to certify that the information in this and the Contractor Section of this form is complete and accurate. 27. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 28. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the contractor's DBE commitment form. 29. Phone - Enter the area code and phone number of the person signing the contractor's DBE coinmitinent form. LPP 18-01 Page 2 of 3 January 2019 Local Assistance Procedures Manual Exhibit 115G Consh-uction Contract DBE Commitment 30. Local Agency Representative Title - Enter the position./title of the Local Agency Representative certifying the contractor's DBE conmiitment form. LPP 18-01 Page 3 of 3 January 2019 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort EXHIBIT 15-H: PROPOSER/CONTRACTOR GOOD FAITH EFFORTS Cost Proposal Due Date 03/21/2023 PE/CE Federal -aid Project No(s). BPMPL-5450(0995) Bid Opening Date 3/21/2023 CON The City of Santa Clarita established a Disadvantaged Business Enterprise (DBE) goal of 1 g_O is fort is contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five (5) calendar days from coast proposal due date or bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-01: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the DBE goal. This form protects the proposer's or bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications DBEGoodFaith — Focus Journal Ad 3/10/23-3/17/2023 Dates of Advertisement nRFGnndFaith — Trarla .lni irnal Art 3(1 n/21-1/17/2023 DBE GoodFaith Tweet 3/10/23-3/17/2023 See Exhibit A DBEGoodFaith —Subcontractor Orgs 3/10/23-3/17/2023 Dodge Greensheets 3/10/23-3/17/2023 SBA Subnet Ad 3/10/23-3/17/2023 B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates See Exhibit B Page 1 of 3 May 2020 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort C. The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE contract goal. Items of Proposer or Bidder Breakdown of Amount Percentage Work Normally Performs Item Items ($} Of (Y/N) Contract See Exhibit C Pick 0.00% Pick 0.00% Pick 0.00% pick, 0.00% D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: None Names, addresses and phone numbers of firms selected for the work above: Synergy Traffic Control 17311 S. Main St, Gardena, CA 90248 310-513-6209 E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining information related to the plans, specifications and requirements for the work which was provided to DBEs: Peterson -Chase made efforts soliciting DBEs with plans and specs, equipment, supplies, materials in our outreach efforts above. No DBEs required assistance. Page 2 of 3 May 2020 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.). - Name of Agency/Organization Method/Date of Contact Results See Exhibit A & D H. Any additional data to support a demonstration of good faith efforts: None Page 3 of 3 May 2020 Local Assistance Procedures Manual Exhibit 12-8 Bidder's Listof Subcontractors (DBE and Non -DBE) Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non -DBE) - Part 1 As of March 1, 2015 Contractors (and sub -contractors) wishing to bid on public works contracts must be registered with the State Division of Industrial Relations and certified to bid on Public Works contracts. Please register at https://www.dir.ca.gov/Public-Works/Contractor- Reg istratlo n.html. The local agency will verify registration of all contractors and subcontractors on public works projects at bid and thereafter annually to assure that yearly registration Is maintained throughout the life of the project. In accordance with Tale 49, Section 26.11 of the Code of Federal Regulations, and Section 4104 of the Public Contract Code of the State of California, as amended, the following information is required for each sub -contractor who will perform work amounting to more than one half of one percent (0.5%) of the Total Base Bid or$10,000 (whichever is greater). FEDERAL PROJECT NUMBER. Photocopy this form for additional firms. BPMPL-5450(095) Subcontractor Name S Location Line Item 8 Description Subcontract Amount Percentage of Bid hem Subcontracted Contractor License Number DBE (YIN) DBE Cart Number Annual Gross Receipts DIR Reg Numb NAME 68,69 $34,350 100% 685954 N N/A < $t million Calmex Engineering < $5 million < 0 million 1000005380 million Bloomington, CA Ages ,n 29 NAME 12-15, 35-40 $14,700 100% 415490 N N/A < $1 million PCI <$5 million < $10 million City, State 1000813536 < million —� Azusa, CA AgeofF Firm in 41 NAME 3,17,26,44,56,63 $41,400 90% 931953 Y 37718 < million Synergy Traffic Control < $5 million < $10 million City-state 1000007079 < $15 million Gardena. CA Aged Firm in years 14 NAME <$1 million <65 million < mi ion city, State < $15 million Age of Firm in years NAME < 1 million < million < S10 million City, State < $15 million Age or Firm in yews NAME <$1 million < $5 million < $ million city, state< 5 million Age of Firm in Yews NAME <$1 million < million < mil ion city, Sate < million Age of Firm in years NAME < St million < $5 million < $10 mitlion city,e FSTSMillion Ageof Firm in years NAME < $1 million < $5 million < $10 million City, State 1<$15million Age of Firm in years Distribution —Original _ Local Agency File, Copy DLAEw/Award Package Page 1 of 2 September 2021 Local Assistance Procedures Manual Exhibit 12-8 Bidder's List of Subcontractors (DBE and Non -DBE) Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non -DBE) - Part 2 In accordance with Title 49, Section 26 of the Code of Federal Regulations, the Bidder shall list all subcon tractors who provided a quote or bid but werenotselected to participate as a subcontractor on th Is project. FEDERAL PROJECT NUMBER Photocopy this form for additional firms. Subcontractor Name 8 Location Line item 8 Description Subcontract Amount percentage of Bid Rem Subcontracted Contractor license Number DBE (YIN) DBE Cart Number Annual Gross Receipts DIR Reg Number NAME NONE <$i million I < $5 million < S10 million City. State < $15 million Aged Firm in years NAME <S1 million < $5 million <$10million < bib mi ion Age of Firm in yearms NAME < $1 million < $5 million < $10 million < $15 million Age of Firm in years NAME < $1 million < $5 million < $10 million City. State < $15 million Age of Firm in years NAME < $1 million < million < mi ion city, State < $15 million Age d Firm in y� NAME million ion million City. State illion m M NAME lionionillionCity, State dhon Age of Firm in years NAME < $1 million < million < $10 million City. < 51 mi hon Age of Firm in years NAME < $1 million < $5 million < S10 mi ion < 41,5mmion Age of Firm in years Distribution —Original: Local Agency File; Copy: DLAE w/Award Package Page 2 of 2 September 2021 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTOR/SUPPLIER/BROKERITRUCKER IFB NO: CIP 22-23-M0127 IFB TITHE: Bridge Preventative Maintenance Program - Construction Name of Prime bidder's firm: Peterson -Chase General Engineering Construction, Inc. Address: 16351 Construction Cir West City: Irvine State: CA Zip_ 92606 Name of DBE firm: Synergy Traffic Control Address: 17311 S. Main Street City: Gardena State: CA Zip_ 90248 Telephone: 310-513-6209 Description of work to be performed by DBE firm: Traffic Control The bidder is committed to utilize the above -named DBE firm for the work described above. The dollar value of this work $ $41,400 The percentage value of this work (in comparison to the total contract value) % 11 Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as stated above By Jose Serna Rk Title Estimator/ Project Manager If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and void. Date: Contractor: Project: City: Quoted By: SYNERGY TRAFFIC CONTROL 3/9/2023 Peterson Chase Bridge Preventative Maintenance Program Santa Clarita Jose Serna, Cell: (562) 208-2098, Email: Jose(6ynergytrafficcontrol.com Syner_gTraffic Control, Inc. 17311 S MAIN ETKEEL GARD NA CA 90248 Phone: (310) $13-6209 * Fax: (310) 513-62" 475 CORPORAE DR., ESCOND DO. CA 92029 Phone: (760) 798-0810 * Fax: Q60) 798-0812 12625 JRMANI DR.. BAKERSFIrLD. CA 94312 Phone: (661)1;184789 * Fax: T61) 679-7960 License # 931953 / C-31, D42 * wwwSs mergytrafficcontrol.com # 1000007079 ** DBE / SBE #3771.8 ** DVBE / SBE #37084 THE ATTACHED PROVISIONS MUST BE INCLUDED AND BECOME A BINDING PART OF ANY SUBCONTRACT DAILY TRAFFIC CONTROL (DAY OR NIGHT / MONDAY - FRIDAY) PRICING IS PER DAY (EXCLUDES WEEKENDS) EA LANE CLOSURE - (1) TC TRUCK, (2) TECHS, ONE DIRECTION, 8 HOURS: $1,725.00 EA LANE CLOSURE - (1) TC TRUCK, (2) TECHS, ONE DIRECTION, 10 HOURS: 0 Includes Setup/ Maintain/ Takedown Each Day or Night Includes un to (2) Arrow boards. (200) Cones, and Sienage, FlazeinQ if needed (PLEASE ALLOW AN ESTIMATED 1.5 HRS DRI VETIME PORTAL TO PORTAL) ADDITIONAL REQUIRED EQUIPMENT RENTAL RATES (AS NEEDED): CMS UNITS: DAILY: $200.00 EA * WEEKLY: $400.00 EA * 4 WEEK RENTAL: $900.00 EA ARROWBOARDS: DAILY: $50.00 EA * WEEKLY: $160.00 EA * 4 WEEK RENTAL: $400.00 EA DELIVERY OR PICK UP OF EACH UNIT (EACH UNIT): $100.00 ADDITIONAL TRAFFIC CONTROL OPTIONS, IF REQUESTED BY CONTRACTOR EA ADDITIONAL LANE CLOSURE / DIFFERENT DIRECTION / SAME CREW: $100.00 EA ADDITIONAL CREW (1) TC TRUCK, (2) TECHS 8 HOURS $1,725.00 EA ADDITIONAL TRAFFIC CONTROL TECHIFLAGGER 8 HOURS M-F: $860.00 EA ADDITIONAL TRUCK $200.00 EA ADDITIONAL LABOR STRAIGHT TIME: 8 hrs., per man, per hour (Monday - Friday) $110.00 EA ADDITIONAL LABOR OVERTIME: 8-12 hrs., per man, per hour (M-F, Saturday up to 12 hours) $125.00 EA ADDITIONAL LABOR DOUBLETIME: All hrs. over 12, per man, per hour (including all Sunday) $145.00 ** General Contractor to obtain all permits required. ** General Contractor to obtain all permits required. ** Contractor must provide 1/2 Hr. meal period per union contract requirements (8hr shift 30 minutes, IIhr shift additional 30 minutes, I6hr shift additional 30 minutes). Missed meal will be charged at appreciate double time rate/per man. ** Saturday closures multiply above rate by I.45; Sunday closures multiply by I.75 ** Traffic control rates are a minimum of 4 hours at 70% of listed lane closure rates. Over 4 hours is considered full day. ** ** The minimum charge applies to any traffic control cancellations within 8 hours of scheduled work. ** Synergy must be informed of a modified work week before the project is started. l�l�iT17►Y Y :7_T : � � . A. ALL PROVISIONS MUST BE AGREED UPON BETWEEN BOTH PARTYS BEFORE CONTRACT CAN BE SIGNED. B. SYNERGY TRAFFIC CONTROL IS A UNION CONTRACTOR. C. PAYMENT IS DUE WITHIN (30) DAYS FROM INVOICE DATE. ALL SERVICES ARE TO BE PAID NET (30) A 1.5% MONTHLY FINANCE CHARGE TO APPLY AFTER (45) DAYS. D. IF ADDITIONAL EQUIPMENT REQUIRED (I.E. PCMS, ARROW BOARDS, ATTENUATOR TRUCK, ETC.) ADDITIONAL CHARGES WILL APPLY ACCORDINGLY. E. PRIME CONTRACTOR IS RESPONSIBLE TO OBTAIN ALL PERMITS REQUIRED FROM CITIES INVOLVED. F. PRIME CONTRACTOR IS RESPONSIBLE TO COORDINATE AND PAY FOR HIGHWAY PATROL UNIT. G. IF SPECIAL WORDING INSURANCE IS NEEDED THE AMOUNT IS TO BE PAID BY CONTRACTOR ALONG WITH WAIVERS OF SUBROGATION INSURANCE. H. EXCLUDES SPECIAL INSURANCE REQUIREMENTS ABOVE NORMAL COVERAGE ANY INCREASED GENERAL LIABLITY COULD RESULT IN ADITIONAL CHARGES. I. THE REQUESTING CONTRACTOR IS RESPONSIBLE TO MAINTAIN RENTED EQUIPMENT AND TO PROVIDE A CERTIFICATE OF INSURANCE FOR RENTED ITEMS. J. ALL SIGN AND MARKER LOCATION MARK -OUTS WILL BE DONE BY INSPECTOR OR CONTRACTOR AND MUST BE COMPLETED PRIOR TO SYNERGY STARTING WORK. SYNERGY TRAFFIC CONTROL IS NOT RESPONSIBLE FOR DAMAGE TO UNDERGROUND FACILITIES NOT SHOWN ON PLANS OR MARKED OUT BY OTHER AGENCIES (I.E. CALTRANS). SYNERGY WILL PLACE MARK -OUTS FOR USA DIGALERTS AND CALL IN OUR OWN DIG ALERT TICKETS. K. ALL CHANGE ORDER WORK MUST BE APPROVED BY AGENCY / OWNER PRIOR TO WORK BEING PERFORMED BY SYNERGY TRAFFIC CONTROL. L. CONTRACTOR WILL BE CHARGED $125/HR/MAN FOR ANY JOB SPECIFIC CLASSES/TRAINING COURSES OR MONITORING THAT MAY BE REQUIRED. M. SYNERGY TRAFFIC CONTROL RESERVES THE RIGHT TO SUBCONTRACT WORK TO COMPLETE ANY PROJECT. N. NO WORK WILL BE PERFORMED UNTIL THIS PROPOSAL AND/OR CONTRACT IS SIGNED AND EXECUTED BETWEEN ALL PARTIES INVOLVED. O. IF BOND IS REQUIRED, ALL FEES TO MONITOR AND ACQUIRE BOND WILL BE ADDED TO THE CONTRACT TOTAL AND BILLED TO THE CONTTRACTOR. P. EXCLUDES K-RAIL, STRIPING, CRASH CUSHIONS, RUMBLE STRIPS, POSTING OF NO PARKING SIGNS, AND COMMUNITY NOTIFICATIONS. Q. SYNERGY TRAFFIC CONTROL CHARGES DRIVER ONLY PORTAL-TO-PORTAL. R. THIS QUOTE VALID FOR UP TO (90) DAYS, UNLESS OTHERWISE AGREED UPON. S. A SIGNED CONTRACT AND 14 WORKING DAYS NOTICE MUST BE GIVEN PRIOR TO ANY MOVE IN. THIS QUOTE IS FOR 30 DAYS FROM DATE OF ACTUAL BID OPENING, UNLESS OTHERWISE AGGREED UPON. T. LUMP SUN ITEMS ARE BASED ON WORING DAYS LISTED IN SPECIAL PROVISIONS OR WORKING DAYS BID FOR A CONSTRUCTION PROJECT.ADDITIONAL CHARGES WILL BE APPLIED IF WORKING DAYS ARE EXCITED. U. INSTALLED CRASH CUSHION ARRAYS AND OR MODULES RELOCATED BY PRIME CONTRACTOR SHALL BE PAID AT ITEM PRICE. V. ALL CONSTRUCTION AREA SIGNS TO BE INSTALLED AT ONE TIME OR IN STAGES AND COVERED IF NEEDED ON INSTALLATION. CONTRACTOR TO UNCOVER AND RECOVER IF NEEDED. W. CONSTRUCTION AREA SIGN INSTALLATION DOES NOT INCLUDE ANY TRAFFIC CONTROL. IF TRAFFIC CONTROL IS NEEDED. SYNERGY CAN PROVATE TRAFFIC CONTROL AS AN ADDITIONAL CHARGE. X. CONSTRUCTION AREA SIGNS TO BE INSTALLED AT ONE MOBILIZATION PER STAGE, ADDITIONAL MOBILIZATIONS $1500.00 EACH UNLESS NEGOTIATED PRIOR TO WORK. ADDITIONAL SIGNS DUE TO DAMAGE AND OR THEFT OR PLANS CHANGES WILL BE INVOICED AS EXTRA WORK. Y. PORTABLE EXQUIPMENT TO BE DELIVERED AND PICKED UP FROM ONE LOCATION. CONTRACTOR IS LIABLE FOR LOST OR DAMAGED EQUIIPMENT. Z. SYNERGY DOES NOT ACCEPT CHARGES OR CHARGE BACKS OF ANY KIND UNLESS AGREED TO IN WRITING PRIOR TO WORK BEGINNING. AA. ROADSIDE SIGN PANELS WILL NOT BE RECEIVED BY SYNERGY EARIER TO 20 WORKING DAYS PRIOR TO SCHEDUkLD INSTALLATION. 50 WORKING DAYS NOTICE IS REQUIRED FOR STAGE PANEL ORDERS. SIGN DISCREPANCIES TO BE RESOLVED BEFORE SIGN PANELS ARE ORDERED. BB. PERMANENT SIGN AND MARKER INSTALLS INCLUDE 1 MOVE INS. ADDITIONAL MOVE INS WOULD BE AT $1500.00 EACH UNLESS OTHERWISE NEGOTIATED PRIOR TO WORK. CC. SIGN INSTALLS DOES NOT INCLUDE CORING OR BREAKING. IF NEEDED SYNERGY CAN PROVIDE AT AN ADDIONAL CHARGE. DD. NO RETENTION TO BE HELD ON TRAFFIC CONTROL OR ANY LABOR ITEMS. EE. SYNERGY MUST BE NOTIFIED OF ANY CANCELLATIONS NO LATER THAN 24 HOURS IN ADVANCE ON SPECIAL ITEMS. I.E. ITEMS THAT INCLUDE SPECIAL FREIGHT. K-RAIL, STRIPING. CANCELLATIONS LESS THAN 24 HOURS WILL INCUR EXTRA FEES. FF. PRELIM INFO IS REQUIRED BEFORE THE START OF THE PROJECT. GG. TO THE FULLEST EXTENT PERMITTED BY LAW, PRIME CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS SYNERGY TRAFFIC CONTROL, INC. AS PROVIDED IN THE CONTRACT AGAINST CLAINS AND EXPENSES ARISING OUT OF OR RESULTING FROM PERFORMANCE OF ANY WORK, PROVIDED THAT SUCH CLAIM OR EXPENSE IS ATTRIBUTED TO BODILY INJURY, SICKNESS, DISEASE OR DEATH, OR INJURY, TO OR DESTRUCTION OF TANGIBLE PROPERETY (OTHER THAN THE WORK INSELF) INCLUDING THE LOSS OF USE RESULTING THEREFORM, BUT ONLY TO THE EXTENT CAUSED OR ALLEGED TO BE CAUSE IN WHOLE OR IN PART BY THE NEGLIGENT ACTS OR OMISSIONS OF SUBCONTRACTOR, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY THE PRIME CONTRACTOR OR ANYONE FOR WHOSE ACTS THE PRIME CONTRACTOR MAY BE LIABLE, REGARDLESS OF WHETHER OR NOT SUCH CLAIN, DAMAGE, LOSS OR EXPENSE IN CAUSE IN PART BY PARTY INDEMNITY HEREUNDER. HH. SYNERGY TRAFFIC CONTROL, INC. IS NOT RESPONSIBLE FOR ANY AND OR ALL INCIDENTS THAT OCCUR WHILE OUR FORCES ARE NOT ON SITE. Please feel free to contact me should you have any questions or concerns. Company: Print: Signed: Dated: Title: Jab #: PO#: EXHIBIT A Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Ad Proofs Project Name: Bridge Preventative Maintenance Program Contract/Bid #: 22-23-MO127 Awarding Agency: City of Santa Clarita Focus Journal Ad Publication: DBE GoodFaith (DBEGoodFaith. com) Published On: 03/10/2023 @ 10:55:59 AM Pacific Expired On: 03/17/2023 @ 11:59:59 PM Pacific Message Notifications Sent To: Bids@petersonchase.com Published At: hftps://dbegoodfaith.com/item.php?item_type=ads&ad_adid=56749 �� �: a: s� r� _C WW PErERsav-CHASE Peterson Chase,General„Engineering, Construction,..lnc., Project Name Bridge Preventative Maintenance Program Bid/Contract # 22-23-M0127 Awarding Agency City of Santa Clarita Project Location Santa Clarita, Los Angeles County, CA Bid Date 0311712023 at 11:00 Project Details Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: hftp://www.dot.ca.gov/hq/esc/oe/weekly__jads/index.php Get in Touch Outreach Coordinator Daron Meehan Telephone (949) 252-0441 F-, (949) 252-0266 A. 4. 16361 Construction Circle West Irvine, CA 92606 Send Message » Page 11 Ad Proofs - Bridge Preventative Maintenance Program... Certification & Assistance California DBE Program San Francisco LBE Program San Diego SLBE Program Bay Area Rapid Transit MBE, WBE (EOPP) Program Los Angeles County CBE Program Alameda County SLEB Program California Supplier Clearinghouse Diversity Program Program Oakland LBE/SLBE Program Los Angeles County SLBE & DVBE Program California SB-PW Program California DVBE Program The U.S. Department of Transportation - supported Southwest Region SBTRC helps DBEs with Procurement, Capital Access, and Surety Bond Assistance - and much more - at no cost. Page III Ad Proofs - Bridge Preventative Maintenance Program... Trade Journal Ad Publication: DBE Journal (DBEJournal.com) Published On: 03/10/2023 @ 10:55:59 AM Pacific Expired On: 03/17/2023 @ 11:59:59 PM Pacific Published At: http://dbejournal. com/index.php?show_ad=56749&ad_project_name=Bridge+Preventative+Maintenance+Program&co_name=Peter son+Chase+General+Engineering+Construction%2C+Inc.+ it A Peterson Chase General PETERSCW-CHASE Engineering Construction, Inc. Outreach Coordinator is seeking qualified DBEs Daron Meehan Contact Information Project Name 16351 Construction Circle Bridge Preventative Maintenance Program West Irvine, CA 92606 Bid/Contract # Telephone 22-23-M0127 (949)252-0441 Awarding Agency Fax City of Santa Clarita (949)252-0266 Project Location Santa Clarita, Los Angeles County, CA Bid Date 03/17/2023 at 11:00 Project Details Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: hftp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php Page IV Ad Proofs - Bridge Preventative Maintenance Program... Tweet Published On: 03/10/2023 @ 10:57:45 AM Pacific Published At: https://twitter.com/dbegoodfaith/status/1634267313842147329 PLEASE NOTE - The image below is a representation of what your tweet may look like. The appearance of your tweet can vary depending on a variety of factors, including the type of device the tweet is displayed on and Twitter's internal settings. For a real- time copy of your tweet, please use the link provided above to view on Twittercom & print the screen from your browser. You do not need a Twitter account to view or print this tweet. �` DBEGooffaithxom GwdFathc @dbegoodfaith CFollowD v Peterson Chase General Engineering Construction, Inc. is se ... dbegoodfaith.corn/itern.php?item_... PErtHS0N_,CH-ASE 10:57 AM - Mar 10, 2023 Q Ll Q Page V Ad Proofs - Bridge Preventative Maintenance Program... EXHIBIT A From: dodge.biddinciaconstruction.com To: Bids Subject: Send Information to Dodge Date: Friday, March 10, 2023 11:02:22 AM Thank you for submitting your I'm Bidding a Project request to Dodge Data & Analytics for the project Bridge Preventative Maintenance Program. Your request will be updated in our database in the next 24-48 hours. We may contact you if additional information is required. Request ID I078039461 SBA SubnetAd Business name Peterson Chase General Engineering DUNS Type Of Business Being Solicited Disadvantaged Business Enterprise (DBE) NAICS Code 237310 Highway, Street, and Bridge Construction Additional NAICS Code 561990 ; Brief NSS Description Bridge Preventative Maintenance Program -- Owner: City of Santa Clarita -- Bid/Contract #: 22-23-MO127 EXHIBIT A NSS Details NSS POC First Name: Daron Last Name: Meehan Phone:9492520441 Ext: Fax:9492520266 Email: Bidsfa?petersonchasexom Place Of Performance CA:Los Angeles Performance Start Date NSS Closing Date 03/17/2023 - 1 1:00 AM NSS NSS-22-23-MO127 Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Email, Fax, & Telephone Solicitation Log Project Name: Bridge Preventative Maintenance Program Contract/Bid #: 22-23-MO127 Awarding Agency: City of Santa Clarita Log Details • All emails and faxes were sent and tracked through DBEGoodFaith.com's automated solicitation and logging system. • The solicitation system makes up to 5 attempts to successfully delivery a fax as long as a human does not answer the call. If a human answers the call, only 1 attempt is made. • The solicitation system attempts to successfully deliver emails until the response from the recipient's email server requests that no other attempts be made. • All calls are performed by real people. No calls are pre-recorded. Company Fax Send Date Email Send Date Call Details & Delivery Status & Delivery Status ACME SAFETY & SUPPLY CORP 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 03:49 pm PST - Receptionist - No, 1616 WEST AVE 11:17 am PST 11:00 am PST not submitting a quote for this project. The project is NATIONAL CITY, CA 91950 Failed Delivered outside of their work area. Tel: 6192995100 Fax: 6195420763 Call 2: No 2nd call scheduled. candace@acmesafetysupply.com Cert: DBE ALBERT WILSON & ASSOCIATES 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 03:49 pm PST - Fax Machine - 17409 VALLEY BLVD. UNIT 80 11:07 am PST 11:00 am PST May be interested, not sure. Fax machine picked up. FONTANA, CA 92316 Failed Delivered Unable to leave a message. Tel: 9093460848 Fax: 9093460844 Call 2: No 2nd call scheduled. chidi@awatraffic.com Cert: DBE AMERICAN TRAFFIC BARRICADE & SAFETY CO., n/a 03/10/2023 Call 1: 03/13/2023 @ 03:49 pm PST - Voicemail - INC. 11:00 am PST Unable to confirm whether they are interested in 19206 KEMP AVENUE Delivered submitting a quote. Left a voicemail with all the project CARSON, CA 90746 details. Tel: 3105037657 Fax: None Listed Call 2: No 2nd call scheduled. ATrafficBarricade@gmail.com Cert: DBE BLANCO CONSTRUCTION 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 03:51 pm PST - Voicemail - 19320 DALLAS AVENUE 11:01 am PST 11:00 am PST Unable to confirm whether they are interested in RIVERSIDE, CA 92508 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 9512506692 details. Fax:9516022050 lawym2004@aol.com Call 2: No 2nd call scheduled. Cert: DBE CENTRAL COAST TRAFFIC SAFETY, INC. 12/31/1969 03/10/2023 Call 1: 03/13/2023 @ 03:54 pm PST - Jose - No, not 2049 PREISKER LANE, STE. B 04:00 pm PST 11:00 am PST submitting a quote for this project. SANTA MARIA, CA 93454 Failed Delivered Tel: 8052648807 Call 2: No 2nd call scheduled. Fax: 805 jose@centralcoasttrafficsafety.com Cert: DBE Page 11 Solicitation Log - Bridge Preventative Maintenance Program... CMC TRAFFIC CONTROL SPECIALIST 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 03:54 pm PST - Lisa - Re -sent an 3450 THIRD STREET, UNIT 3 G 11:01 am PST 11:00 am PST email to kevin@cmctraffic.com. They will take a look at it SAN FRANCISCO, CA 94124 Successful Delivered and respond if interested. Tel: 4152061700 Fax: 4152061711 Call 2: No 2nd call scheduled. crystal@cmctraffic. com Cert: DBE FAST TRACK ENGINEERING n/a 03/10/2023 Call 1: 03/13/2023 @ 03:54 pm PST - Voicemail - 5835 W VINE AVE 11:00 am PST Unable to confirm whether they are interested in VISALIA, CA 93291 Delivered submitting a quote. Left a voicemail with all the project Tel: 5597316608 details. Fax: None Listed FSTRACKINC@GMAIL.COM Call 2: No 2nd call scheduled. Cert: DBE FFKM ENGINEERING CONSTRUCTION, INC. 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 03:56 pm PST - Voicemail full - 28462 CAMINO DEL ARTE DR 11:01 am PST 11:00 am PST Unable to confirm whether they are interested in VALENCIA, CA 91354 Successful Delivered submitting a quote. The voicemail inbox is full. Tel: 6263454225 Fax: 6615540114 Call 2: No 2nd call scheduled. frew.kotisso@ffkmengineering.com Cert: DBE FLASH TRAFFIC, INC. 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 03:56 pm PST - Voicemail - 14338 ALDERWOOD RD. 11:02 am PST 11:00 am PST Unable to confirm whether they are interested in LAKE HUGHES, CA 93532 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 6612626003 details. Fax:6612626099 flashwbe@outlook.com Call 2: No 2nd call scheduled. Cert: DBE FORCE TRAFFIC CONTROL, INC. 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 04:08 pm PST - Voicemail - 24017 RD 196 11:17 am PST 11:00 am PST Unable to confirm whether they are interested in LINDSAY, CA 93247 Failed Delivered submitting a quote. Left a voicemail with all the project Tel: 5595621062 details. Fax:5595621056 forcetraffic@earthlink.net Call 2: No 2nd call scheduled. Cert: DBE Page III Solicitation Log - Bridge Preventative Maintenance Program... FULL TRAFFIC MAINTENANCE, INC. 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 04:08 pm PST - Chris - No, not 217 LEWIS COURT 11:02 am PST 11:00 am PST submitting a quote for this project. CORONA, CA 92882 Successful Delivered Tel: 9515209990 Call 2: No 2nd call scheduled. Fax: 9515209980 sammysalgado@sbcglobal.net Cert: DBE GLOBAL ROAD SEALING, INC 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 04:08 pm PST - Estimator - No, not 10832 DOROTHY AVE 11:02 am PST 11:00 am PST submitting a quote for this project. GARDEN GROVE, CA 92843 Successful Delivered Tel: 7148930845 Call 2: No 2nd call scheduled. Fax:7148930945 grs@globalroadsealing.com Cert: DBE HEIR & SON CONSTRUCTION, INC 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 04:08 pm PST - Voicemail - 1180 SANBORN ROAD 11:02 am PST 11:00 am PST Unable to confirm whether they are interested in YUBA CITY, CA 95993 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 5304154777 details. Fax:9164639041 Heirandson@comcast.net Call 2: No 2nd call scheduled. Cert: DBE K R C SAFETY CO. INC. 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 04:10 pm PST - Kyle Voicemail - 7821 WEST SUNNYVIEW 11:02 am PST 11:00 am PST Unable to confirm whether they are interested in VISALIA, CA 93291 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 5597320393 details. Fax:5597322684 garyc@kresafety.com Call 2: No 2nd call scheduled. Cert: DBE MANERI TRAFFIC CONTROL, INC. 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 04:12 pm PST - Colleen - Re -sent 4949 2ND STREET 11:02 am PST 11:00 am PST an email to estimating@maneritrafficcontrol.com. They FALLBROOK, CA 92028 Successful Delivered will take a look at it and respond if interested. Tel: 9516955104 Fax: 9516955105 Call 2: No 2nd call scheduled. mmaneri@maneritrafficcontrol.com Cert: DBE Page IV Solicitation Log - Bridge Preventative Maintenance Program... MEX ELECTRIC n/a 03/10/2023 Call 1: 03/13/2023 @ 04:15 pm PST - Voicemail - 10989 KAY JAY STREET 11:00 am PST Unable to confirm whether they are interested in RIVERSIDE, CA 92503 Delivered submitting a quote. Left a voicemail with all the project Tel: 9514272838 details. Fax: None Listed estimating@mbemex.com Call 2: No 2nd call scheduled. Cert: DBE SO. CAL TRAFFIC INC 03/10/2023 03/10/2023 Call 1: 03/13/2023 @ 04:18 pm PST - Estimator - No, not 1358 LA MIRADA DRIVE 11:14 am PST 11:00 am PST submitting a quote for this project. The project is outside SAN MARCOS, CA 92078 Failed Delivered of their work area. Tel: 8587200179 Fax: 8587934495 Call 2: No 2nd call scheduled. cecilia@socaltraffic.net Cert: DBE Page V Solicitation Log - Bridge Preventative Maintenance Program... EXHIBIT B Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Outreach Invitation Proofs Project Name: Bridge Preventative Maintenance Program Contract/Bid #: 22-23-MO127 Awarding Agency: City of Santa Clarita Log details • This document contains a single copy of the bid invitation emailed to each company with an email address listed on their certification. The same email was sent to all companies, which is why we have provided the single email proof. • This document contains a copy of each fax notice sent to solicited companies with a fax number listed on their certification. Email Proof Subject Line: [ Bid Invite ] Bridge Preventative Maintenance Program Reply To Email: Bids@petersonchase.com Peterson Chase General Engineering Construction, Inc. is seeking qualified DBEs and invites you to bid on the following contract. PROJECT NAME: Bridge Preventative Maintenance Program BID #: 22-23-M0127 BID DUE DATE: 03/17/2023 at 11:00 (local time) AWARDING AGENCY/OWNER: City of Santa Clarita PROJECT LOCATION: Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: http://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php If interested, contact: Daron Meehan Peterson Chase General Engineering Construction, Inc. Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: ACME SAFETY & SUPPLY CORP Tel: (619) 299-5100 Fax: (619) 542-0763 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbegoodfaith.com/respond and enter Solicitation ID 2511528-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This Solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:04 am Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.comAvhy Page V1 - Bridge Preventative Maintenance Program FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: ALBERT WILSON & ASSOCIATES Tel: (909) 346-0848 Fax: (909) 346-0844 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbegoodfaith.com/respond and enter Solicitation ID 2511529-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGood Faith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1- Bridge Preventative Maintenance Program INVITATION TO BID FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: AMERICAN TRAFFIC BARRICADE & SAFETY CO., INC. Tel: (310) 503-7657 Fax: () - Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/Weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbegoodfaith.com/res pond and enter Solicitation ID 2511530-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at ------------ BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page V1 - Bridge Preventative Maintenance Program FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: BLANCO CONSTRUCTION Tel: (951) 250-6692 Fax: (951) 602-2050 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID I PROJECT # 22-23-M0127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 2511531-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1 - Bridge Preventative Maintenance Program INVITATION TO BID FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: CENTRAL COAST TRAFFIC SAFETY, INC. Tel: (805) 264-8807 Fax: (805) - Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbegoodfaith.com/respond and enter Solicitation ID 2511532-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1 - Bridge Preventative Maintenance Program INVITATION TO BID FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: CMC TRAFFIC CONTROL SPECIALIST Tel: (415) 206-1700 Fax: (415) 206-1711 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbegoodfaith.com/respond and enter Solicitation ID 2511533-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ' ] Yes, we will send a fax quote by the bid date. [ J No, we are not interested. [ J Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:04 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1 - Bridge Preventative Maintenance Program FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: FAST TRACK ENGINEERING Tel: (559) 731-6608 Fax: () - Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbegoodfaith.com/respond and enter Solicitation ID 2511534-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:04 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1- Bridge Preventative Maintenance Program FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: FFKM ENGINEERING CONSTRUCTION, INC. Tel: (626) 345-4225 Fax: (661) 554-0114 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbegoodfaith.com/respond and enter Solicitation ID 2511535-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ) Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:04 am Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1- Bridge Preventative Maintenance Program INVITATION TO BID FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: FLASH TRAFFIC, INC. Tel: (661) 262-6003 Fax: (661) 262-6099 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbecioodfaith.com/respond and enter Solicitation ID 2511536-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1- Bridge Preventative Maintenance Program INVITATION TO BID FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: FORCE TRAFFIC CONTROL, INC. Tel: (559) 562-1062 Fax: (559) 562-1056 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbecioodfaith.com/respond and enter Solicitation ID 2511537-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1 - Bridge Preventative Maintenance Program INVITATION TO BID FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: FULL TRAFFIC MAINTENANCE, INC. Tel: (951) 520-9990 Fax: (951) 520-9980 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbegoodfaith.com/respond and enter Solicitation ID 2511538-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1- Bridge Preventative Maintenance Program INVITATION TO BID FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: GLOBAL ROAD SEALING, INC Tel: (714) 893-0845 Fax: (714) 893-0945 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID t PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbeaoodfaith.com/respond and enter Solicitation ID 2511539-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:04 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1 - Bridge Preventative Maintenance Program INVITATION TO BID FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: HEIR & SON CONSTRUCTION, INC Tel: (530) 415-4777 Fax: (916) 463-9041 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbecioodfaith.com/respond and enter Solicitation ID 2511540-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1 - Bridge Preventative Maintenance Program INVITATION TO BID FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: K R C SAFETY CO. INC. Tel: (559) 732-0393 Fax: (559) 732-2684 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g cod faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbegoodfaith.com/respond and enter Solicitation ID 2511541-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1 - Bridge Preventative Maintenance Program INVITATION TO BID FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: MANERI TRAFFIC CONTROL, INC. Tel: (951) 695-5104 Fax: (951) 695-5105 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp:/twww.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbeaoodfaith.com/respond and enter Solicitation ID 2511542-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ J Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page V1- Bridge Preventative Maintenance Program I'LlWkCAiIQL,a%l__1I FROM: Peterson Chase General Engineering TO: MEX ELECTRIC Construction, Inc. Tel: (951) 427-2838 16351 Construction Circle West Fax: () - Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php HOW TO REPLY ONLINE Visit-dbegoodfaith.com/respond and enter Solicitation ID 2511543-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1- Bridge Preventative Maintenance Program INVITATION TO BID FROM: Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Bids@petersonchase.com CONTACT NAME: Daron Meehan TO: SO. CAL TRAFFIC INC Tel: (858) 720-0179 Fax: (858) 793-4495 Peterson Chase General Engineering Construction, Inc. is Seeking Qualified DBEs PROJECT NAME Bridge Preventative Maintenance Program BID DUE DATE 03/17/2023 at 11:00 BID / PROJECT # 22-23-MO127 AGENCY NAME City of Santa Clarita PROJECT LOCATION Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers inclu ding certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in g ood faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contac t our office prior to bid date. For additional project details please visit Caltrans website at: ht tp://www.dot.ca.gov/hq/esc/oe/weekly_pds/index.php HOW TO REPLY ONLINE Visit-dbegoodfaith.com/respond and enter Solicitation ID 2511544-56749 BY FAX Fax back this invitation with your response to: (949) 252-0266 ( ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact Daron Meehan at Bids@petersonchase.com This solicitation was generated and sent on behalf of Peterson Chase General Engineering Construction, Inc. at 03/10/2023 11:00:03 am Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, MI BE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why Page 1/1 - Bridge Preventative Maintenance Program PETERSON-CHASE GENERAL ENGINEERING CONSTRUCTION, INC. EXHIBITC CONTRACT: 22-23-MO127 L15TED ITEMS OF WORK BIDDER MADE AVAILABLE TO DBE FIRMS ITEM BROKEN ESTABLISH FLEXIBLE BIDDER DOWN TIMEFRAMES FOR PERCENTAGE OF ITEM DESCRIPTION NORMALLY BIDS FACILITATE PERFOMRANCE AMOUNT TOTAL BID (Y/N) PARTICIPATION AND DELIVERY SCHEDULES Bouquet Cyn Rd over Bouquet Cyn Channel (53(0478-2119): Y v v 1 Mobilization/Demobilization $ 7,500.00 1.92% Bouquet Cyn Rd over Bouquet Cyn Channel (53(0478-2119): Public Safety Plan N Y Y 2 $ 2,500.00 0.64% 3 Bouquet Cyn Rd over Bouquet Cyn Channel (53(0478-2119): Traffic Control Y Y Y $ 9,500.00 2.44% Bouquet Cyn Rd over Bouquet Cyn Channel (53C0478-2119): Best Management Y Y Y 4 Practices (BMPs) $ 3,500.00 0.90% Bouquet Cyn Rd over Bouquet Cyn Channel (53(0478-2119): Prepare Concrete Bridge Y v v 5 Deck Surface $ 10,260.00 2.63% Bouquet Cyn Rd over Bouquet Cyn Channel (53C0478-2119): Furnish Bridge Deck v Y Y 6 Treatment Material $ 12,920.00 3.32% Bouquet Cyn Rd over Bouquet Cyn Channel (53C0 478-2119): Treat Bridge Deck Y Y Y 7 $ 17,209.44 4.42% Bouquet Cyn Rd over Bouquet Cyn Channel (53C0478-2119): Repair Spalled Surface Y v v 8 Area $ 15,000.00 3.85% 9 Bouquet Cyn Rd over Bouquet Cyn Y v v $ 5,500.00 1.41% Channel (53C0478-2119): Minor Concrete and Mortar 10 Bouquet Cyn Rd over Bouquet Cyn Y Y Y $ 175.00 0.04% Channel (53C0478-2119): Reinforcement 11 Bouquet Cyn Rd over Bouquet Cyn Y v v $ 450.00 0.12% Channel (53C0478-2119): Epoxy Doweling Bouquet Cyn Rd over Bouquet Cyn Channel (53C0478-2119): Remove Painted Traffic N Y Y 12 Striping $ 3,250.00 0.83% Bouquet Cyn Rd over Bouquet Cyn 13 Chann el (53C0478-2119): Replace Painted Traffic Striping with Thermoplastic Striping N Y Y $ 2,600.00 0.67% Bouquet Cyn Rd over Bouquet Cyn Channel (53C0478-2119): Remove Pavement M N Y v 14 arke rs $ 585.00 0.15% Bouquet Cyn Rd over Bouquet Cyn Channel (53C0478-2119): Replace Pavement N Y v 15 Markers $ 1,200.00 0.31% Soledad Cyn Rd over Mint Cyn Channel (53C0554-2319): Y Y Y 16 Mobilization/Demobilization $ 6,500.00 1.67% 17 Soledad Cyn Rd over Mint Cyn Channel (53C0554-2319): Traffic Control Y Y Y $ 8,500.00 2.18% Soledad Cyn Rd over Mint Cyn Channel (53C0554-2319): Best Management Practices Y Y Y 18 (BMPs) $ 3,500.00 0.90% 19 Soledad Cyn Rd over Mint Cyn Channel Y v v {53 C055 4-2319): Minor Concrete and Mortar $ 5,500.00 1.41% 20 Soledad Cyn Rd over Mint Cyn Channel Y Y Y {53 C0554-2319): Reinforcement $ 275.00 0.07% 21 Soledad Cyn Rd over Mint Cyn Channel Y v v {53 C0554-2319): Epoxy Doweling $ 675.00 0.17% 22 Soledad Cyn Rd over Mint Cyn Channel Y Y Y {53 C0554-2319): Repair Spalled Joints $ 17,500.00 4.49% PETERSON-CHASE GENERAL ENGINEERING CONSTRUCTION, INC. EXHIBIT C CONTRACT: 22-23-MO127 LISTED ITEMS OF WORK BIDDER MADE AVAILABLE TO DBE FIRMS ITEM BROKEN ESTABLISH FLEXIBLE BIDDER DOWN TIMEFRAMES FOR PERCENTAGE OF ITEM DESCRIPTION NORMALLY BIDS FACILITATE PERFOMRANCE AMOUNT TOTAL BID (YJN) AND DELIVERY PARTICIPATION SCHEDULES 23 Soledad Cyn Rd over Mint Cyn Channel Y Y Y (53 C0554-2319): Clean and Remove Expansion Joint Seal $ 2,300.00 0.59% Soledad Cyn Rd over Mint Cyn Channel 24 (53C0554-2319): Type "B" Joint Seal Y Y Y (M R=I -1/ 2") $ 4,600.00 1.18% Decoro Dr over Dry Cyn Channel 25 (53C1829-2035): Y Y Y Mobilization/ Demobilization $ 8,500.00 2.18% 26 Decoro Dr over Dry Cyn Channel Y Y Y $ 8,500.00 2.18% (53C1829-2035): Traffic Control 27 Decoro Dr over Dry Cyn Channel Y Y Y $ 3,500.00 0.90% (53C1829-2035): Best Management Practices (BM Ps) 28 Decoro Dr over Dry Cyn Channel Y Y Y $ 6,000.00 1.54% (53C1829-2035): Repair Spalled Surface Area 29 Decoro Dr over Dry Cyn Channel Y Y Y $ 5,500.00 1.41% (53C1829-2035): Minor Concrete and Mortar 1 30 Decoro Dr over Dry Cyn Channel Y Y Y $ 400.00 0.10% (53C1829-2035): Reinforcement 31 Decoro Dr over Dry Cyn Channel Y Y Y $ 1,350.00 0.35% (53C1829-2035): Epoxy Doweling 32 Decoro Dr over Dry Cyn Channel Y Y Y $ 10,500.00 2.69% (53C1829-2035): Repair Spalled Joints 33 Decoro Dr over Dry Cyn Channel (53C1829-2035): Clean and Remove Expansion Joint Seal Y Y Y $ 6,350.00 1.63% Decoro Dr over Dry Cyn Channel 34 (53C1829-2035): Type "B" Joint Seal Y Y Y (M R=1-1/ 2") $ 9,525.00 2.44% 35 Decoro Dr over Dry Cyn Channel N Y Y $ 1,650.00 0.42% (53C1829-2035): Remove Painted Pavement Marking Decoro Dr over Dry Cyn Channel 36 (53C1829-2035): Replace Paint ed Pavement Marking with Thennoplastic Striping N Y Y $ 1,285.00 0.33% 37 Decoro Dr over Dry Cyn Channel (53C1829-2035): Remove Painted Traffic Striping N Y Y $ 1,650.00 0.42% Decoro Dr over Dry Cyn Chann el 38 (53C1829-2035): Replace Painted Traffic Striping with Thermoplastic Striping N Y Y $ 1,280.00 0.33% 39 Decoro Dr over Dry Cyn Channel N Y Y $ 585.00 0.15% (53C1829-2035): Remove Pavement Markers 40 Decoro Dr over Dry Cyn Cbann el N Y Y $ 1,200.00 0.31% (53C1829-2035): Replace Pavement Markers 41 Decoro Dr over Dry Cyn Channel Y Y Y $ 500.00 0.13% {53C1829-2035): Replace Missing Nuts PETER50N-CHA5E GENERAL ENGINEERING CONSTRUCTION, INC. EXHIBIT C CONTRACT: 22-23-MO127 L15TED ITEM5 OF WORK BIDDER MADE AVAILABLE TO DBE FIRM5 ITEM BROKEN ESTABLISH FLEXIBLE BIDDER DOWN TO TIMEFRAMES FOR PERCENTAGE OF ITEM DESCRIPTION NORMALLY BIDS FACILITATE PERFOMRANCE AMOUNT TOTAL BID (Y/N) PARTICIPATION AND DELIVERY SCHEDULES Festividad Dr over Dry Cyn Channel 42 (53C1538-2084): Y Y Y Mobilization/ Demobilization $ 7,500.00 1.92% 43 Festividad Dr over Dry Cyn Channel N Y v (53C1538-2084): Public Safety Plan $ 2,500.00 0.64% 44 Festividad Dr over Dry Cyn Channel Y Y Y {53( 1538-2084): Traffic Control $ 8,500.00 2.18% 45 Festividad Dr over Dry Cyn Channel Y Y Y $ 3,500.00 0.90% (53C1538-2084): Best Management Practices (BMPs) 46 Festividad Dr over Dry Cyn Channel Y Y v (53C1538-2084): Prepare Concrete Bridge Deck Surface $ 5,400.00 1.39% 47 Festividad Dr over Dry Cyn Channel Y Y Y $ 1,700.00 0.44% {53C1538-2084): Furnish Bridge Deck Treatment Mat erial 48 Festividad Dr over Dry Cyn Channel Y Y v (53C1538-2084): Treat Bridge Deck $ 5,400.00 1.39% 49 Festividad Dr over Dry Cyn Channel Y Y Y (53C1538-2084): Minor Concrete and Mortar $ 5,500.00 1.41% 50 Festividad Dr over Dry Cyn Channel Y Y Y (53C1538-2084): Reinforcement $ 100.00 0.03% 51 Festividad Drover Dry Cyn Channel Y Y v (53C1538-2084): Epoxy Doweling $ 150.00 0.04% 52 Festividad Dr over Dry Cyn Channel Y Y v (53C1538-2084): Repair Spalled Joints $ 1,050.00 0.27% 53 Festividad Dr over Dry Cyn Channel Y Y v (53C1538-2084): Clean and Remove Expansion Joint Seal $ 5,200.00 1.33% Festividad Dr over Dry Cyn Channel 54 (53C1538-2084): Type " A" Joint Seal Y Y Y (MR =1 ") $ 6,760.00 1.73% Haskell Cyn Rd over Bouquet Cyn Channel 55 (53C1860-3263): Y Y Y Mobilization/Demobilization $ 7,000.00 1.80% Haskell Cyn Rd over Bouquet Cyn Channel Y Y Y 56 (53C18 60-3263): Traffic Control $ 8,500.00 2.18% Haskell Cyn Rd over Bouquet Cyn Channel Y Y Y 57 (53C1860-3263): Best Management Practices (BMPs) $ 3,500.00 0.90% 58 Haskell Cyn Rd over Bouquet Cyn Channel Y Y v (53C1860-3263): Repair Spalled Surface Area $ 15,000.00 3.85% Haskell Cyn Rd over Bouquet Cyn Channel(53C1860-3263): Minor Concrete and v 59 Mortar Y Y $ 5,500.00 1.41% Haske 11 Cyn Rd over Bouquet Cyn Channel(53C1860-3263):Clean and Remove Y Y Y 60 Expansion Joint Seal $ 5,060.00 1.30% Haskell Cyn Rd over Bouquet Cyn Channel 61 (53C1860 3263): Type "A" Joint Seal Y 1 Y Y (MR=1 ") 1 $ 5,980.00 1.53% PETERSON-CHASE GENERAL ENGINEERING CONSTRUCTION, INC. EXHIBIT C CONTRACT: 22-23-MO127 LISTED ITEMS OF WORK BIDDER MADE AVAILABLE TO DBE FIRMS ESTABLISH FLEXIBLE BIDDER ITEM BROKEN TIMEFRAMES FOR ITEM DESCRIPTION NORMALLY BIDS DOWN PERFOMRANCE AMOUNT PERCENTAGE OF (Y/N) FACILITATE AND DELIVERY TOTAL BID PARTICIPATION SCHEDULES Atwood Blvd over Santa Clara River SF 62 {53C2165-2611): Y Y Y Mobilization/Demobilization $ 7,500.00 1.92% 63 Atwood Blvd over Santa Clara River SF Y Y Y {53C2165-2611): Traffic Control $ 8,500.00 2.18% Atwood Blvd over Santa Clara River SF Y Y Y 64 {53C2165 -2611 ):Best Management Practices {BMPs) $ 3,500.00 0.90% Atwood Blvd over Santa Clara River SF Y Y Y 65 {53C2165-2611): Minor Concrete and Mortar $ 11,000.00 2.82% Atwood Blvd over Santa Clara Ri ver SF Y Y Y 66 {53C2165 -2611 ): Reinforcement $ 1,500.00 0.38% Atwood Blvd over Santa Clara Ri ver SF Y Y 67 {53C2165-2611): Epoxy Doweling Y $ 600.00 0.15% Atwood Blvd over Santa Clara Ri ver SF Y Y Y 68 {53C2165-2611): Cold Plane Asphalt Concrete Pavement $ 17,280.00 4.43% 69 Atwood Blvd over Santa Clara River SF Y Y Y {53C2165-2611): Asphalt Rubber Hot Mix (ARHM) $ 24,750.00 6.35% 70 Atwood Blvd over Santa Clara River SF Y Y Y {53C2165-2611): Remove and Replace Fence Post and Foundation $ 1,500.00 0.38% 389,704.44 100.00% EXHIBIT D Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine, CA 92606 Tel: (949) 252-0441 Fax: (949) 252-0266 Subcontractor Organization Solicitation Log Project Name: Bridge Preventative Maintenance Program Contract/Bid #: 22-23-MO127 Awarding Agency: City of Santa Clarita Company Fax Send Date Email Send Date & Delivery Status & Delivery Status Asian Business Association - Los n/a 03/10/2023 Angeles 10:57 am PST Tel: 2136281222 Delivered Fax: None Listed katie@abala.org Asian Business Association - n/a 03/10/2023 Orange County 10:57 am PST Tel: 9492222291 Delivered Fax: None Listed info@abasd.org Black Business Association 03/10/2023 03/10/2023 Tel: 3232919334 11:14 am PST 10:57 am PST Fax: 3232917820 Failed Delivered mail@bbala.org Latin Business Association 03/10/2023 03/10/2023 Tel: 2136288510 11:01 am PST 10:57 am PST Fax:2136288519 Successful Delivered office.admin@lbausa.com Los Angeles PTAC 03/10/2023 03/10/2023 Tel: 3238813964 11:17 am PST 10:57 am PST Fax: 3234158521 Failed Delivered colmos@dcba.lacounty.gov National Association of Minority 03/10/2023 03/10/2023 Contractors 11:01 am PST 10:57 am PST Tel:3232968005 Successful Delivered Fax:3232968381 admin@namcsc.net North Los Angeles SBDC 03/10/2023 03/10/2023 Tel: 8189079922 11:16 am PST 10:57 am PST Fax: 8189079890 Failed Delivered info@vedc.org Orange County SBDC 03/10/2023 03/10/2023 Tel: 7145645200 11:17 am PST 10:57 am PST Fax: 7146471168 Failed Delivered oc—sbdc@rsccd.edu Regional Hispanic Chamber of 03/10/2023 03/10/2023 Commerce 11:23 am PST 10:57 am PST Tel: 5622122889 Failed Delivered Fax:5622122889 info@regionalhispaniccc.org The Supplier Clearinghouse 03/10/2023 03/10/2023 Tel: 8003597998 11:17 am PST 10:57 am PST Fax: 8778865670 Failed Delivered info@thesupplierclearinghouse.com Page 11 Solicitation Log - Bridge Preventative Maintenance Program... N •• Subject Line: Bid Invite - Bridge Preventative Maintenance Program To Whom it May Concern, Peterson Chase General Engineering Construction, Inc. is bidding on the following contract and requests your assistance in notifying qualified DBEs regarding subcontractor and supplier opportunities on this contract. If you or any interested companies have questions regarding this contract, please contact Daron Meehan by Tel: (949) 252- 0441, Fax: (949) 252-0266, or Email: Bids@petersonchase.com. Thank you in advance for your assistance. PROJECT NAME: Bridge Preventative Maintenance Program BID* 22-23-M0127 BID DUE DATE: 2023-03-17 @ 11:00 AWARDING AGENCY/OWNER: City of Santa Clarita PROJECT LOCATION: Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: http://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php Thanks again, Daron Meehan Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West Irvine. CA 92606 Page III Solicitation Log - Bridge Preventative Maintenance Program... Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West I Irvine, CA, 92606 Tel: (949) 252-0441 1 Fax: (949) 252-0266 ATTN: Los Angeles PTAC 1100 North Eastern Avenue, 1st Floor Los Angeles, CA, 90063 03/10/2023 To Whom it May Concern, Peterson Chase General Engineering Construction, Inc. is bidding on the following contract and requests your assistance in notifying qualified DBEs regarding subcontractor and supplier opportunities on this contract. If you or any interested companies have questions regarding this contract, please contact Daron Meehan by Tel: (949) 252-0441, Fax: (949) 252- 0266, or Email: Bids@petersonchase.com. Thank you in advance for your assistance. BID DUE DATE: 2023-03-17 at 11:00 BID #: 22-23-M0127 PROJECT NAME: Bridge Preventative Maintenance Program AGENCY NAME: City of Santa Clarita PROJECT LOCATION: Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: http://www.dot.ca.gov/hq/escloe/weekly_ads/index.php Thanks again, Daron Meehan Page IV Solicitation Log - Bridge Preventative Maintenance Program... Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West I Irvine, CA, 92606 Tel: (949) 252-0441 1 Fax: (949) 252-0266 ATTN: Latin Business Association 120 S San Pedro St # 530 Los Angeles, CA, 90012 03/10/2023 To Whom it May Concern, Peterson Chase General Engineering Construction, Inc. is bidding on the following contract and requests your assistance in notifying qualified DBEs regarding subcontractor and supplier opportunities on this contract. If you or any interested companies have questions regarding this contract, please contact Daron Meehan by Tel: (949) 252-0441, Fax: (949) 252- 0266, or Email: Bids@petersonchase.com. Thank you in advance for your assistance. BID DUE DATE: 2023-03-17 at 11:00 BID #: 22-23-M0127 PROJECT NAME: Bridge Preventative Maintenance Program AGENCY NAME: City of Santa Clarita PROJECT LOCATION: Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: http://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php Thanks again, Daron Meehan Page V Solicitation Log - Bridge Preventative Maintenance Program... Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West I Irvine, CA, 92606 Tel: (949) 252-0441 1 Fax: (949) 252-0266 ATTN: Orange County SBDC 2323 North Broadway, Suite 201 Santa Ana, CA, 92706 03/10/2023 To Whom it May Concern, Peterson Chase General Engineering Construction, Inc. is bidding on the following contract and requests your assistance in notifying qualified DBEs regarding subcontractor and supplier opportunities on this contract. If you or any interested companies have questions regarding this contract, please contact Daron Meehan by Tel: (949) 252-0441, Fax: (949) 252- 0266, or Email: Bids@petersonchase.com. Thank you in advance for your assistance. BID DUE DATE: 2023-03-17 at 11:00 BID #: 22-23-MO127 PROJECT NAME: Bridge Preventative Maintenance Program AGENCY NAME: City of Santa Clarita PROJECT LOCATION: Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: http://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php Thanks again, Daron Meehan Page VI Solicitation Log - Bridge Preventative Maintenance Program... Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West I Irvine, CA, 92606 Tel: (949) 252-0441 1 Fax: (949) 252-0266 ATTN: Regional Hispanic Chamber of Commerce 3515 Linden Ave. Long Beach, CA, 90807 03/10/2023 To Whom it May Concern, Peterson Chase General Engineering Construction, Inc. is bidding on the following contract and requests your assistance in notifying qualified DBEs regarding subcontractor and supplier opportunities on this contract. If you or any interested companies have questions regarding this contract, please contact Daron Meehan by Tel: (949) 252-0441, Fax: (949) 252- 0266, or Email: Bids@petersonchase.com. Thank you in advance for your assistance. BID DUE DATE: 2023-03-17 at 11:00 BID #: 22-23-M0127 PROJECT NAME: Bridge Preventative Maintenance Program AGENCY NAME: City of Santa Clarita PROJECT LOCATION: Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: http://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php Thanks again, Daron Meehan Page VII Solicitation Log - Bridge Preventative Maintenance Program... Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West I Irvine, CA, 92606 Tel: (949) 252-0441 1 Fax: (949) 252-0266 ATTN: North Los Angeles SBDC 5121 Van Nuys Blvd., 3rd Floor Van Nuys, CA, 91403 03/10/2023 To Whom it May Concern, Peterson Chase General Engineering Construction, Inc. is bidding on the following contract and requests your assistance in notifying qualified DBEs regarding subcontractor and supplier opportunities on this contract. If you or any interested companies have questions regarding this contract, please contact Daron Meehan by Tel: (949) 252-0441, Fax: (949) 252- 0266, or Email: Bids@petersonchase.com. Thank you in advance for your assistance. BID DUE DATE: 2023-03-17 at 11:00 BID #: 22-23-M0127 PROJECT NAME: Bridge Preventative Maintenance Program AGENCY NAME: City of Santa Clarita PROJECT LOCATION: Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: http://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php Thanks again, Daron Meehan Vill Solicitation Log - Bridge Preventative Maintenance Program... Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West I Irvine, CA, 92606 Tel: (949) 252-0441 1 Fax: (949) 252-0266 ATTN: The Supplier Clearinghouse 606 South Olive Street, Suite 1120 Los Angeles, CA, 90014 03/10/2023 To Whom it May Concern, Peterson Chase General Engineering Construction, Inc. is bidding on the following contract and requests your assistance in notifying qualified DBEs regarding subcontractor and supplier opportunities on this contract. If you or any interested companies have questions regarding this contract, please contact Daron Meehan by Tel: (949) 252-0441, Fax: (949) 252- 0266, or Email: Bids@petersonchase.com. Thank you in advance for your assistance. BID DUE DATE: 2023-03-17 at 11:00 BID #: 22-23-M0127 PROJECT NAME: Bridge Preventative Maintenance Program AGENCY NAME: City of Santa Clarita PROJECT LOCATION: Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: http://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php Thanks again, Daron Meehan Page IX Solicitation Log - Bridge Preventative Maintenance Program... Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West I Irvine, CA, 92606 Tel: (949) 252-0441 1 Fax: (949) 252-0266 ATTN: National Association of Minority Contractors PO Box 43307 Los Angeles, CA, 90043 03/10/2023 To Whom it May Concern, Peterson Chase General Engineering Construction, Inc. is bidding on the following contract and requests your assistance in notifying qualified DBEs regarding subcontractor and supplier opportunities on this contract. If you or any interested companies have questions regarding this contract, please contact Daron Meehan by Tel: (949) 252-0441, Fax: (949) 252- 0266, or Email: Bids@petersonchase.com. Thank you in advance for your assistance. BID DUE DATE: 2023-03-17 at 11:00 BID #: 22-23-M0127 PROJECT NAME: Bridge Preventative Maintenance Program AGENCY NAME: City of Santa Clarita PROJECT LOCATION: Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: http://www.dot.ca.gov/hq/esc/oe/weekly_pds/index.php Thanks again, Daron Meehan Page X Solicitation Log - Bridge Preventative Maintenance Program... Peterson Chase General Engineering Construction, Inc. 16351 Construction Circle West I Irvine, CA, 92606 Tel: (949) 252-0441 1 Fax: (949) 252-0266 ATTN: Black Business Association PO Box 43159 Los Angeles, CA, 90043 03/10/2023 To Whom it May Concern, Peterson Chase General Engineering Construction, Inc. is bidding on the following contract and requests your assistance in notifying qualified DBEs regarding subcontractor and supplier opportunities on this contract. If you or any interested companies have questions regarding this contract, please contact Daron Meehan by Tel: (949) 252-0441, Fax: (949) 252- 0266, or Email: Bids@petersonchase.com. Thank you in advance for your assistance. BID DUE DATE: 2023-03-17 at 11:00 BID #: 22-23-M0127 PROJECT NAME: Bridge Preventative Maintenance Program AGENCY NAME: City of Santa Clarita PROJECT LOCATION: Santa Clarita, Los Angeles, CA Peterson -Chase GEC., Inc. is requesting quotes from all qualified subcontractors and suppliers including certified DBE firms for the following item of work: Traffic Control Requirements: Peterson Chase GEC, Inc. is an Equal Opportunity Employer. We intend to negotiate in good faith with all qualified DBE subcontractors and suppliers for project participation. Any item of work, portion of an item, or combination thereof, will be considered. 100% Performance and Payment Bonds may be required. Bonding, Insurance and Lines of Credit assistance is available. Please contact our office prior to bid date. For additional project details please visit Caltrans website at: http://www.dot.ca.gov/hq/esc/oe/weekly_ads/index.php Thanks again, Daron Meehan Page XI Solicitation Log - Bridge Preventative Maintenance Program... Page XII Solicitation Log - Bridge Preventative Maintenance Program... OTETRA TECH February 24th, 2023 Diana Previtire Project Development Coordinator City of Santa Clarita 23920 Valencia Blvd. Santa Clarita, CA 91355 Reference: Proposal to Provide Construction Phase Services for 2017-18 Bridge Preventative Maintenance Program, Federal Project BPMPL-5450(095), City Project M0127 Dear Ms. Previtire: Tetra Tech is pleased to submit our proposal to provide construction phase services for the 2017-18 Bridge Preventative Maintenance Program (BPMP) Project. The following is our scope of work: Task 4.0: Construction Phase Subtask 4.1: Meetings Tetra Tech's Project Manager will attend the one (1) preconstruction meeting at the City to meet with the City's inspection team and respond to the Contractor's initial questions on the construction phase. In addition, we will attend construction meetings via teleconference, as required during construction. It is anticipated that approximately three (3) construction meetings will be required. Subtask 4.2: Contractor Submittal Review Tetra Tech engineers will review Contractor submittals and baseline schedules, as requested by the City. Shop drawings will be reviewed for general conformance with the plans and specifications. Each submittal or shop drawing will be reviewed and returned to the City, stamped with our shop drawing stamp and marked accordingly. This scope includes a total of thirty (30) hours of review time by our civil engineers. Tetra Tech will review and respond to submittal within ten (10) business days of the request received from the City. If in the event a RFI or CR appears to require more than ten (10) business days to provide a response, Tetra Tech will immediately notify the City. Please note, our construction support will exclude review of Contractor submittals related to construction means and methods. Review Contractor submittals and assist City's Project Manager in review of baseline schedule. Review comments will be provided to the City, in PDF format. Subtask 4.3: Request for Information (RFI) Review and Change Requests (CR) When requested in writing by the City, we will review and respond to Requests for Information (RFIs) and Change Requests (CRs). Tetra Tech will review and respond to RFIs and CRs within five (5) business days of the request received from the City. If in the event a RFI or CR appears to require more than five business (5) days to provide a response, Tetra Tech will immediately notify the City. As needed a log will be prepared to maintain record of all changes and all revisions to the plans will be clouded and identified with a revision number. The revision will be summarized on the plan sheet. 17885 Von Karman Ave., Suite 500, Irvine, CA 92614 Tel 949.809.5000 Fax 949.809.5010 www.tetratech.com This scope includes a total of fourteen (14) hours of review time by our civil engineers for RFls and a total of fourteen (14) hours of review time by our civil engineers for CRs. Review and respond to RFls and CRs. Review comments will be provided to the City, in PDF format. Subtask 4.4: Assist City with Change Orders (CCO) Review Tetra Tech will assist the City's Project Manager in review and making recommendations to Contractor Contract Change Orders (CCOs) on an as -needed basis. When requested by the City, we will prepare a cost estimate for cost analysis of the CCO work. This scope includes a total of fourteen (14) hours of review time by our civil engineer. CCO review comments, recommendations and cost estimates will be provided to the City in PDF format. Subtask 4.5: Final Inspection Tetra Tech's Engineer of Record will perform final inspections for each bridge location. This scope assumes two (2) hours of inspection time per bridge location for a total of fourteen (14) hours of our Engineer of Record. Tetra Tech to prepare punch list of work to be completed prior to project acceptance. Subtask 4.6: Prepare As-Builts Tetra Tech will prepare as-builts based on contractor provided redlines. Original AutoCAD files will be edited as needed. As -built plans will be stamped "as -built" and signed by the engineer of record. This scope includes a total of eighteen (18) hours of combined preparation and review time by our civil engineer and the Project Manager/Engineer of Record. Subtask 5.0: Prepare As-Builts Compliance Biology will be working for Tetra Tech as a subconsultant to perform a focused nesting bird and bast survey on Bouquet Canyon Road over Bouquet Canyon Channel, Soledad Canyon Road over Mint Canyon Channel, Decoro Drive over Dry Canyon Channel, Festividad Drive over Dry Canyon Channel, Haskell Canyon Road over Bouquet Canyon Channel and Atwood Boulevard over South Fork Santa Clara River. A detailed deliverable list and scope of work to be performed by Compliance Biology has been attached to this proposal. Tetra Tech proposed to complete the scope of work is based on a lump sum/fixed price (FP) basis with an estimated fee not to exceed $18,495.00 for Task 4.0 and $10,525.00 for Task 5.0 (for total proposal amount for both tasks will be 29 020) This amount is based on the enclosed Fee Proposal Table attached, which outlines the estimated hours per classification to complete each task. Please acknowledge your approval by signing and dating this letter proposal below and returning it to me, and Tetra Tech will proceed immediately with this work. We look forward to partnering with the City of Santa Clarita on this important infrastructure project. Please feel free to contact me if you have further questions or requests for additional information at (949) 809-5021, or at mike.olsen@tetratech.com. Sincerely, Michael Olsen, P.E., M.S. Project Manager Accepted by Print Name Title Date compliance -biology City of Santa Clarita Public Works Department Capital Improvement Projects Suite 300, City Hall 23920 Valencia Boulevard Santa Clarita, CA 91355 Attention: Ms. Diana Previtire December 21, 2022 SUBJECT: Proposal for Nesting Bird and Bat Surveys for Federal Bridge Maintenance Project, City Bid No. CIP-22-23-M0127. Santa Clarita, CA Dear Mr. Duncan, Thank you for the opportunity to provide the City of Santa Clarita with continued biological services. Pursuant to your request, the following is a proposal to conduct focused nesting bird and bat surveys on Bouquet Canyon Road over Bouquet Canyon Channel, Soledad Canyon Road over Mint Canyon Charnel, Decoro Drive over Dry Canyon Channel, Festividad Drive over Dry Canyon Channel, Haskell Canyon Road over Bouquet Canyon Channel and Atwood Boulevard over South Fork Santa Clara River. Compliance Biology will conduct the required focused nesting bird and bat surveys at each site and prepare a report of our findings to you. A total of 11 hours of field survey and reporting time for each of the six locations is assumed. Therefore, the estimated total project cost is $7,920.00. Feel free to contact me by phone at 805-377-6590, at the letterhead address, or e-mail me at dcrawford@coml2liancebiology.com. Sincerely, Dave Crawford President/Principal Biologist Compliance Biology, Inc. 19008 N 46th Avenue, Glendale, AZ 85308 ph 805.377.6590 Scope of Work Task 1: Field Survey A qualified biologist will perform a focused nesting bird surveys 5 days of actual work. The purpose of the survey will be to determine if there are any active bird nests and/or roosting bats in the work areas. California Department of Fish and Wildlife and US Fish and Wildlife typically requires a buffer for any active bird nest from any construction activities. It is our experience that the actual buffer is determined by what species of bird is nesting and the adjacent activity. Compliance Biology has a long history of conferring with California Department of Fish and Wildlife (CDFW) on these issues. Since nesting surveys are usually only valid for 3-5 days prior to work, it will be important for the City to provide us with accurate start dates for each location. Estimated Cost Each Location: $960.00 Total Estimated Cost for Six Locations: $5,760.00 Task 2: Reporting Upon completion of each survey, the biologist will prepare a detailed report discussing the results of the survey. In the event any active nests or roosting bats are found, the report will include an illustration that clearly identifies the location of the map and provide recommendations for further required action. Estimated Cost Each Location: $360.00 Total Estimated Cost for Six Locations: $2,160.00 Note Please be aware that if an active nest(s) is identified within the required survey area, notification/negotiations with CDFW and the City of Santa Clarita will be required. Additional surveys could then be required to monitor the nest(s) to determine when it is no longer active and that no new nests have been constructed in the area since the initial survey. Further, if roosting bats are detected, a more detailed survey utilizing bat detection equipment will be required to determine if the species present are protected or not. compliance biology Compliance Biology will be happy to assist you with any required additional tasks with an understanding that all additional work, beyond the initial nest survey and report will be billed at the rate of $120.00 per hour on a time and materials basis. Any such additional work shall first be approved in writing. Total Cost Estimate for Biological Services $7,920.00 compliance biology 0 Price Proposal Labor Plan Price Summary/Totals 3 Resource Task Pricing Totalsl 29,020 FY 2017-18 Bridge Preventative Maintenance Progrz Construction Phase Work (Task 4.0 and Task 5.0 Change Order) Proi arez> Specify Add'I Fees on Setup 0 Technology Use Fee Add'I Fees for Prem. O T Labor N A Total Price 29,020 Contract Type: Fixed Price Pricing by Resource ` — ° � - ° _ "' w 0 Labor ante asc. Labor Subs Travel Mat'Is&Equip ODCs Task Pricing Totals Project Phases/Tasks Schedule 3o 3 rota Labor Hrs From Thru nnonms 118 20 62 36 0.o0% 20,088 8,712 220 - - 29,020 Task 4.0 construction Phase 110 12 62 36 18,275 220 18,495 Subta,k4.1 Meetings (3 Total & 1 (0) 12 4 9 2,309 2,309 Subta,k4.2 Contractor Submittal Review 3a 2 12 24 5,6e6 5,6e6 Subta,k4.3 RFI Review 14 2 12 2,555 2,555 SUbta,k4.4A„irt Citywith CCO Review 14 2 12 2,555 2,555 Subta,k4.5 Final Inspection 14 14 2,452 220 2,672 Subta,k4.6 Prepare A, -Built, 19 2 4 12 2,720 2,720 Task 5.0 Nesting Bird and Bat Survey 81 8 1,813 8,712 10,525 Subta,k 5.1 Project Management/Coordination 81 a 1,913 9,712 10,525 Totalsl I I I 1 1 1181 20,088 1 8,712 1 220 1 1 1 29,020 Tetra Tech - Confidential and Proprietary Page 1 of 1 Printed 2/24/2023