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